Loading...
HomeMy WebLinkAboutResolutions - 2024.01.18 - 40913 AGENDA ITEM: Intent to Issue Bonds for Improvements to the City of Pontiac Sewage Disposal System DEPARTMENT: Water Resources Commissioner MEETING: Board of Commissioners DATE: Thursday, January 18, 2024 6:00 PM - Click to View Agenda ITEM SUMMARY SHEET COMMITTEE REPORT TO BOARD Resolution #2023-3694 _ 24-1 Motion to adopt the attached suggested resolution. ITEM CATEGORY SPONSORED BY Bonds Yolanda Smith Charles INTRODUCTION AND BACKGROUND POLICY ANALYSIS The City of Pontiac is in urgent need of improvements to the sewage disposal system. The system is owned by Oakland County. The project will take place at the intersection of Featherstone and Martin Luther King Jr. Blvd in Pontiac. There are several businesses located at the intersection. The project will result in the closure of at least one driveway (leaving 2 additional driveways open) for the Rite-Aid. Other business driveways will have access maintained. Improvements shall include the replacement of sanitary sewer mains, construction of new sanitary sewer mains, a new pump station, valve vault, and sewer force main, and improvements to related facilities as well as all work necessary and incidental to these improvements. Proposals/bids for certain work will be solicited following standard purchasing procedures. These limited tax general obligation bonds would be issued in one or more series in an amount not to exceed $5 million. That amount is expected to be sufficient to finance the cost of the construction project. This item will return to the Board at a future meeting with a bond resolution that authorizes issuance of the County’s bonds and sets the parameters within which the bonds may be sold. BUDGET AMENDMENT REQUIRED: No Committee members can contact Michael Andrews, Policy and Fiscal Analysis Supervisor at 248.425.5572 or andrewsmb@oakgov.com, or the department contact persons listed for additional information. CONTACT Joel Brown Eric McGlothlin ITEM REVIEW TRACKING Aaron Snover, Board of Commissioners Created/Initiated - 1/18/2024 David Woodward, Board of Commissioners Approved - 1/18/2024 Hilarie Chambers, Executive's Office Approved - 1/19/2024 Lisa Brown, Clerk/Register of Deeds Final Approval - 1/24/2024 AGENDA DEADLINE: 01/18/2024 6:00 PM ATTACHMENTS 1. 2024-01-10 EDI Memo for Bond Issue 2. Specification and Contract Documents 3. Notice of Intent to Issue Bonds 4. MLK Pump Station Drawings COMMITTEE TRACKING 2024-01-10 Economic Development & Infrastructure - Recommend to Board 2024-01-18 Full Board - Adopt Motioned by: Commissioner Ajay Raman Seconded by: Commissioner Ann Erickson Gault Yes: David Woodward, Michael Gingell, Penny Luebs, Karen Joliat, Christine Long, Robert Hoffman, Philip Weipert, Gwen Markham, Angela Powell, Marcia Gershenson, William Miller III, Yolanda Smith Charles, Charles Cavell, Brendan Johnson, Ajay Raman, Ann Erickson Gault, Linnie Taylor (17) No: None (0) Abstain: None (0) Absent: Kristen Nelson, Michael Spisz (2) Passed January 18, 2024 RESOLUTION #2023-3694 _ 24-1 Sponsored By: Yolanda Smith Charles Water Resources Commissioner - Intent to Issue Bonds for Improvements to the City of Pontiac Sewage Disposal System Chair and Members of the Board: WHEREAS the County of Oakland (the "County") is in urgent need of sewage disposal system facilities constituting a part of the County’s City of Pontiac Sewage Disposal System (the "System") as described in the notice attached hereto (sometimes referred to herein as the "Project"), in order to promote the health and welfare of the residents served by the System, which sewage disposal system facilities also would benefit the County and its residents, and such facilities can be financed most economically and efficiently by the County through the exercise of the powers conferred by Act 34, Public Acts of Michigan, 2001, as amended ("Act 34"); and WHEREAS the County is authorized pursuant to the terms of Act 34 to issue its bonds to finance the cost of the acquisition and construction of the Project, which bonds will be secured by revenues of the System and the County's full faith and credit pledge; and WHEREAS it is anticipated that the County will advance all or a portion of the costs of the Project prior to the issuance of the bonds, such advance to be repaid from proceeds of the bonds upon the issuance thereof; and WHEREAS Section 1.150-2 of the Treasury Regulations on Income Tax (the "Reimbursement Regulations") specifies conditions under which a reimbursement allocation may be treated as an expenditure of bond proceeds, and the County intends by this resolution to qualify amounts advanced by the County to the Project for reimbursement from proceeds of the bonds in accordance with the requirements of the Reimbursement Regulations; and WHEREAS the statutory limit for County debt is 9,768,281,836 (10% of State Equalized Value). As of December 31, 2023, the total pledged debt is 583,697,408 or approximately 0.059754% of the S.E.V. NOW THEREFORE BE IT RESOLVED 1. DECLARATION OF INTENT TO REIMBURSE PROJECT EXPENDITURES. The County hereby declares its official intent to issue its limited tax general obligation bonds in one or more series in the aggregate principal amount of not to exceed $5,000,000 to finance all or part of the cost of the Project. The County hereby declares that it reasonably expects to seek reimbursement for its advances to the Project as anticipated by this resolution. The bonds shall be authorized by proper proceedings subsequent to this resolution. 2. NOTICE OF INTENT TO ISSUE BONDS. The County Clerk is hereby instructed to publish the notice attached hereto once in a newspaper of general circulation in the County of Oakland, which notice shall not be less than ¼ page in size in such newspaper. 3. CONFLICTING RESOLUTIONS. All resolutions and parts of resolutions insofar as they may be in conflict herewith are rescinded. Chair, the following Commissioners are sponsoring the foregoing Resolution: Yolanda Smith Charles. Date: January 18, 2024 David Woodward, Commissioner Date: January 19, 2024 Hilarie Chambers, Deputy County Executive II Date: January 24, 2024 Lisa Brown, County Clerk / Register of Deeds COMMITTEE TRACKING 2024-01-10 Economic Development & Infrastructure - Recommend to Board 2024-01-18 Full Board - Adopt Motioned by Commissioner Ajay Raman seconded by Commissioner Ann Erickson Gault to adopt the attached Bonds: Intent to Issue Bonds for Improvements to the City of Pontiac Sewage Disposal System. Yes: David Woodward, Michael Gingell, Penny Luebs, Karen Joliat, Christine Long, Robert Hoffman, Philip Weipert, Gwen Markham, Angela Powell, Marcia Gershenson, William Miller III, Yolanda Smith Charles, Charles Cavell, Brendan Johnson, Ajay Raman, Ann Erickson Gault, Linnie Taylor (17) No: None (0) Abstain: None (0) Absent: Kristen Nelson, Michael Spisz (2) Passed ATTACHMENTS 1. 2024-01-10 EDI Memo for Bond Issue 2. Specification and Contract Documents 3. Notice of Intent to Issue Bonds 4. MLK Pump Station Drawings STATE OF MICHIGAN) COUNTY OF OAKLAND) I, Lisa Brown, Clerk of the County of Oakland, do hereby certify that the foregoing resolution is a true and accurate copy of a resolution adopted by the Oakland County Board of Commissioners on January 18, 2024, with the original record thereof now remaining in my office. In Testimony Whereof, I have hereunto set my hand and affixed the seal of the Circuit Court at Pontiac, Michigan on Thursday, January 18, 2024. Lisa Brown, Oakland County Clerk / Register of Deeds Form DC–001 OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page 1 of 1 Rev.: 02/12/2018 OAKLAND COUNTY WATER RESOURCES COMMISSIONER MEMORANDUM TO: Commissioner Yolanda Charles Smith, Chairperson Environment, Economic Development and Infrastructure Committee FROM: Joel Brown, P.E., Chief Engineer SUBJECT: Intent to Reimburse Project Costs from Bond Proceeds and Notice of Intent to Issue Bonds for improvements to the City of Pontiac Sewage Disposal System DATE: January 10, 2024 The City of Pontiac is in urgent need of improvements to the sewage disposal system. The system is owned by Oakland County with Water Resources Commissioner Jim Nash as acting the County’s Agent. Improvements are needed to promote the health and welfare of the Pontiac residents served by the sewage disposal system which will also benefit Oakland County. Such improvements can be financed most economically and efficiently by Oakland County through the exercise of the powers conferred by Act 34, of the Public Acts of Michigan, 2001, as amended to issue bonds to finance the cost of the acquisition and construction of this project. Bonds will be secured by revenues of the system and the County’s full faith and credit pledge. It is anticipated that the County will advance all or a portion of the costs of the project prior to the issuance of the bonds and that system fund advances would be repaid from proceeds of the bonds. These limited tax general obligation bonds would be issued in one or more series in an amount not to exceed $5 million. That amount is expected to be sufficient to finance the cost of the construction project. Oakland County can reasonably expect to seek reimbursement for its advances to the project as anticipated by the accompanying resolution. Requested Action: Adopt the resolution as presented pledging the full faith and credit of Oakland County for the prompt payment of the principal and interest on a series of bonds issued by the City of Pontiac Sewage Disposal System in the aggregate principal amount not to exceed $5 million to finance all the project costs. Contact: Joel Brown, P.E., brownjt@oakgov.com 248-410-4908 Eric McGlothlin, EMcGlothlin@dickinson-wright.com 248-770-6602 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE OAKLAND COUNTY WATER RESOURCES COMMISSIONER MARTIN LUTHER KING JR. BOULEV ARD PUMP STATION & SANITARY SEWER IMPROVEMENTS NFE PROJECT NO. I999 December 15, 2023 OWNER: Oakland County Water Resour ces Commissioner 1 Public Works Drive, 95 West Waterford, Michigan 48328-1907 TABLE OF CONTENTS MARTIN LUTHER KING JR. BOULEVARD PUMP STATION & SANITARY SEWER IMPROVEMENTS SECTION NO. SECTION NAME PROCUREMENT AND CONTRACTING REQUIREMENTS ADV Advertisement IB Information for Bidders Q Experience and Qualifications Statement P Proposal A The Agreement LMB Labor and Material Bond MGB Maintenance and Guarantee Bond PB Performance Bond GC General Conditions CA Contractor’s Affidavit CD Contractor’s Declaration GS General Specifications SC Supplemental General Conditions SCC Safety Compliance Certification OCE Oakland County E-Verify HB5541 House Bill 5541 (Retainage Funds) PUL Partial Unconditional Lien FUL Full Unconditional Lien SPECIFICATIONS 00460 Certification Regarding Debarment, Suspension, and Other Responsibility Matters 02141 Temporary Bypass Pumping 02200 Earthwork 02225 Temporary Earth Retention Systems 02300 Auger Boring 02550 Traffic Control 02734 Manhole Repair 02735 Cementitious Patching and Infiltration Control for Manholes 02736 Cementitious Monolithic Interior Manhole Linings 02737 Polymer Monolithic Interior Manhole Linings 260200 Electrical Work – General 330523.13 Horizontal Directional Drilling 333100 Open Cut Sanitary Sewer 333300 Low Pressure Sewers 400513 Process Piping Systems 432139.20 Submersible Non-Clog Pumps Materials – Sanitary Sewer Pipe Color Audio-Video Recording of Construction Areas Permit Fee Allowance Hydrant Meter Permit APPENDICIES Appendix A Supplemental Phase II Environmental Site Assessment and Recommendations PLANS Form DC-116 ADVERTISEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page ADV-1 of ADV-2 5/27/2020 MARTIN LUTHER KING JR. BOULEVARD PUMP STATION & SANITARY SEWER IMPROVEMENTS CITY OF PONTIAC, OAKLAND COUNTY, MICHIGAN Sealed proposals will be received by the Office of the Oakland County Water Resources Commissioner, Oakland County, Michigan, Building 95 West, One Public Works Drive, Waterford, Michigan 48328-1907 (“Owner”) for the construction of certain facilities and structures, including the following approximate quantities: The Project scope includes the bore and jack of approximately 1,320 lineal feet of new sanitary sewer pipe, nine (9) new sanitary manholes, pipe bursting and replacing approximately 200 lineal feet of existing sanitary sewer, installation of a pump station, valve vault, force main and associated facilities, the abandonment of approximately 1,900 lineal feet of existing sanitary sewer and seven (7) manholes, and project associated pavement repairs within the City of Pontiac. Post- televising, Maintaining Traffic Control and coordination with the City of Pontiac regarding ongoing street renovations under separate contracts will also be required as a part of this project. Proposals will be received up (Date T.B.D.) local time, on the date set forth herein at which time the bids will be publicly opened and read. Proposals are to be submitted in a sealed envelope, plainly marked “PROPOSAL ENCLOSED MLK Pump Station & Sewer Rehabilitation” to the Office of the Oakland County Water Resources Commissioner, Building 95 West, One Public Works Drive, Waterford, Michigan 48328-1907 Attn: Craig Tiell. Starting on November 3, 2023, the Drawings and Specifications under which the work will be performed will be on file and may be examined at the Office of the Oakland County Water Resources Commissioner at Building 95 West, One Public Works Drive, Waterford, Michigan. Bidding Documents can be obtained online from the Michigan Inter-Governmental Trade Network (MITN). For questions about MITN, refer to www.oakgov.com/purchasing/bidder-registration/pages/default/aspx. Bidders shall review and comply with the Information for Bidders, which is incorporated by reference, and carefully review all Contract Documents, as defined in the Information for Bidders. Bids submitted after the exact time specified for receipt will not be considered. CCTV recordings of sewer segments will be available upon request. A pre-bid meeting is scheduled for (Date T.B.D). via virtual meeting. All prospective Bidders are requested to attend this meeting. Questions, comments, or concerns of any Bidder regarding bidding or the Contract Documents or the project, must be submitted in writing at least (7) days prior to the date specified for the opening of Bids. No inquiry received less than 7 days prior to the date fixed for the opening of Bids will be given consideration. Submit all questions (in writing) to Engineer at: Nowak and Fraus Engineers 46777 Woodward Avenue, Pontiac, Michigan 48342 cfindley@nfe-engr.com Addenda issued to Bidders prior to the date of receipt of proposals shall become a part of the Contract Documents and all proposals shall include the work described in each and every Addenda issued. Form DC-116 ADVERTISEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page ADV-2 of ADV-2 5/27/2020 Failure to attend the meeting shall not relieve the Bidder from compliance with all applicable federal and state laws and regulations, including without limitation the Equal Employment and Minority, Small, and Women's Business Regulations. A certified or cashier's check or bid bond for a sum not less than five percent (5%) of the amount of the proposal will be required for each proposal. Owner reserves the right to accept any proposal, to reject any proposal and to waive irregularities in the proposals. Jim Nash Oakland County Water Resources Commissioner Form DC–119 INFORMATION FOR BIDDERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page IB-1 of IB-11 05/27/2020 1. SCOPE OF WORK The work under this Contract shall consist of the items listed in the Proposal, including all incidentals necessary to fully complete the project in accordance with the Contract Documents. 2. RECEIPT AND OPENING OF BID PROPOSALS A. Sealed bid proposals will be received as indicated in the Advertisement for Bids and opened and read aloud at the offices of the Oakland County Water Resources Commissioner. B. Proposals must be submitted only on forms provided by Owner. All blank spaces for bid prices must be filled in, in ink or typewritten, and the bid form must be fully executed when submitted and not modified in any way. C. Proposals must be enclosed in a sealed envelope marked: Oakland County Water Resources Commissioner Building 95 West – One Public Works Drive Waterford, Michigan 48328-1907 Project: (Fill in project name) Bid Opening: Month xx, 20xx Attention: (Fill in Manager’s name) Shall be delivered to the Office of the Oakland County Water Resources Commissioner on or before the time specified in the Advertisement for Bids. The Bidder’s name and address shall be clearly identified on the outside of the sealed envelope. D. Proposals shall be made in full conformity with all the instructions, requirements and conditions set forth in the Information for Bidders and in the Drawings, Specifications and other Contract Documents. Bids are firm, and no bid may be withdrawn for a period of _____ days after opening of bids. Withdraw of the bid will result in the forfeiture of the Bidder’s Bid Bond. E. Any bid received at the office designated in the solicitation after the exact time specified for receipt will not be considered and will be returned to the Bidder unopened. This material requirement is not subject to waiver by Owner. F. Bidders are strongly encouraged to hand-deliver their bids to the Office of the Oakland County Water Resources Commissioner. Email and facsimile bids shall not be considered. Bids delivered by certified, registered or express mail will be accepted, however, subject to the following conditions: 1) The sealed envelope containing the Proposal shall be enclosed in a separate envelope plainly marked on the outside with the notation “PROPOSAL ENCLOSED”. Form DC–119 INFORMATION FOR BIDDERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page IB-2 of IB-11 05/27/2020 2) Bidder is responsible to make all necessary inquiries to ensure delivery of its Bid to the appropriate person(s) at the offices of the Oakland County Water Resources Commissioner. 3) Submit 2 unbound hard copies of the bid (1 original and 1 copy) and 1 electronic copy on a flash drive or other electronic media. 3. ESCROW BID DOCUMENTS The three (3) lowest Bidders will be required to place their Bid Documents in escrow within one (1) business day of the Bid opening in accordance with the attached Escrow Bid Documents Provision Specification. In addition, Owner reserves the right to require additional Bidders to place their Bid documents in escrow also, as provided in the attached Escrow Bid Documents Specification. Such additional Bidders will be notified within 24 hours of the Bid. Contractors bidding this project are required to maintain all bid notes, take offs, and other Bidding Documents required for inclusion in the Escrow Bid Documents. Failure to submit the Escrow Bid Documents as required may result in a rejection of the Bid. 4. DEFINITIONS Certain terms used in the Contract Documents shall have the meanings indicated in the General Conditions and Supplementary Conditions which are part of the Contract Documents. 5. INSPECTION OF SITE, INSPECTION OF CONTRACT DOCUMENTS, PLANNING AND ANALYSIS A. Before submitting a proposal, each Bidder is responsible for inspecting the site of the proposed work, and the surrounding premises, to arrive at a clear understanding of the conditions under which the work is to be performed. B. Before delivery of its proposal, each Bidder is held to have compared the conditions of the site where work is to be performed with the Contract Documents and to have satisfied itself as to the conditions of the site and surrounding premises, including any obstructions, all excavating, filling in, and quantities, and any other conditions affecting the carrying out of the work, including the weather conditions of the project area. Each Bidder must obtain first-hand information concerning the available facilities for receiving, transporting, handling and storing construction equipment and materials and concerning other local conditions that may affect its work. Each Bidder must acquaint itself with the character and extent of the operations of the Owner and any other contractors in the area of the work, so that the Bidder can plan its work accordingly. C. Bidders must estimate the quantity of materials, labor and equipment required for the work by examination of the site and a review of the Contract Documents including Addenda, and by carefully considering all other relevant factors. Bidder warrants that by submitting its Bid, it had no misunderstanding concerning the quantities or nature of the work to be performed, and the Bidder will assert no such claim asserting such a misunderstanding. D. No allowances or extra payment will be made to Contractor because of costs or Form DC–119 INFORMATION FOR BIDDERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page IB-3 of IB-11 05/27/2020 expenses occasioned by Contractor’s failure to comply with the provisions of this section, or by reason of error or oversight on the part of the Bidder, or on account of interference by the activities of the Owner or any other contractor where those activities are apparent, or are made known to the Bidders during the bidding process. E. For bidding purposes, the Bidder is responsible for evaluating the compatibility of proposed construction methods with the Contract Documents, and soil and site information. Bidders must carefully study and compare all portions of the Contract Documents and must notify the Engineer, in writing, prior to the deadline for pre-bid questions, of any concerns, questions, apparent ambiguities, conflicts, incompatibilities, apparent errors, or other discrepancies evident in the Contract Documents. F. The successful Bidder must complete the work under whatever conditions it may create by its own actions or inactions, sequence of construction, construction means and methods, or other conditions it may create or cause to be created at no additional cost to Owner. 6. UNDERGROUND CONDITIONS A. The Engineer performed investigations and issued reports which are available to the Contractor. B. Bidders only may rely on technical data contained in such reports except where indicated otherwise in the Contract Documents. Evaluations, analyses, recommendations, or conclusions contained in such reports shall not be relied upon in formulating any Bid for the work. This data is offered to the Bidders as information about underground and site conditions only at the locations at which any soil borings, sampling, or other data collection were made. The Owner does not represent or warrant that the underground conditions encountered at or near the site during construction will generally or specifically conform to underground conditions described in the data in these borings or any accompanying descriptive report. C. Each Bidder and the Contractor awarded the project shall draw their own conclusions as to site, underground or soil conditions from their own experience, independent knowledge and investigation of the site, and they should each secure such other and additional information and data as they consider necessary or desirable to check and supplement the provided underground data for specific locations. The Contractor is required to complete the work under any job or field condition which was present and/or ascertainable prior to Bidding. D. All Bidders that seek to conduct any additional underground or site exploration or testing must do so at their own expense as necessary. Such Bidders must contact the Owner and obtain its written permission before proceeding. E. Any additional exploration conducted by Bidders must be performed in a manner which precludes unnecessary disruption of the soils or which impedes construction operations and must be performed in compliance with the Mineral Well Act, Act No. 315 of the Public Acts of 1969, as amended, MCL 319.211, et. seq. Any Bidder performing exploration work must restore all areas of exploration to its original condition. By entering the site to conduct such investigation and testing, the Bidder agrees to indemnify, defend Form DC–119 INFORMATION FOR BIDDERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page IB-4 of IB-11 05/27/2020 and hold harmless all of the persons identified in the indemnity provisions of the General and Supplementary Conditions to the full extent of the indemnity obligation set forth in those Contract Documents. 7. AWARD OF CONTRACT A. The Contract, if awarded, will be awarded to the lowest, responsive, and responsible bidder, subject to the final approval by the Oakland County Water Resources Commissioner or the Drain Board of the _______________________ Drainage District. The Contract will be awarded subject to receipt of funds to finance the project and acquisition of easements, during which time the proposal guarantees of the lowest three responsive, responsible Bidders will be held. B. The party to whom the Contract is awarded will be required to execute the Agreement and obtain the Performance Bond, Labor and Material Bond and Maintenance and Guarantee Bond and shall provide proofs of insurance coverage in accordance with the Contract Documents within ten (10) calendar days of the delivery date of the Notice of Award to the successful Bidder. The necessary Agreement and Bond forms shall accompany the Notice of Award. If the Contractor awarded the project fails to execute the Agreement, submit Performance Bond, Labor and Material Bond and Maintenance and Guarantee Bond and provide proofs of insurance coverage in accordance with the Contract Documents within ten (10) calendar days of the delivery date of the Notice of Award, the Owner may declare the Contractor in default, in which case the Proposal Guarantee accompanying the Proposal will be forfeited to the Owner. 8. INTERPRETATION OF CONTRACT DOCUMENTS A. Neither Owner nor the Engineer will give verbal instructions prior to the award of the Contract. Any verbal statements regarding the Contract by any person are not authorized and do not constitute representations, warranties, modifications, agreements, or promises, express or implied, and may not be relied upon by Bidders. B. Bidders seeking explanations regarding the project or the Contract Documents must submit written requests to the Engineer, and if explanations are necessary, a reply will be made in the form of an Addendum, a copy of which will be forwarded to all parties that have taken out Contract Documents. The determination of the necessity of explanations will be in the sole discretion of the Engineer and Owner and no obligation to provide a reply or addendum will be implied. C. Questions, comments, or concerns of any Bidder regarding bidding or the Contract Documents or the project, must be submitted in writing and in advance of the opening of bids per the time period specified in the Advertisement D. Addenda issued to Bidders prior to the date of receipt of proposals shall become a part of the Contract Documents and all proposals shall include the work described in each and every Addenda issued. 9. NAME AND STATUS OF BIDDER A. The name and legal status of the Bidder, that is, as a corporation, limited liability Form DC–119 INFORMATION FOR BIDDERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page IB-5 of IB-11 05/27/2020 company, partnership, limited partnership or individual, must be stated in the Proposal. B. The place of residence of Bidder, or the office address in the case of a firm or company with county and state, must be stated in the Proposal. C. Unless the legal status of the Bidder is an Individual, the signature(s) of the signing official(s) must be accompanied by the appropriate Resolution or Certificate Form found at the end of the Proposal, properly executed, authorizing the official(s) to sign both the Proposal Form and the Contract. Failure to submit this form is basis for rejecting the Bid. 10. QUALIFICATION OF BIDDERS AND SUBCONTRACTORS A. Except as otherwise reserved herein, Owner will only award the Contract to a responsible Bidder. A finding that the Contractor is not responsible in connection with this project shall not necessarily preclude the Bidder from bidding and performing work on other projects for the Owner. B. Factors to be considered in determining whether Owner’s standard of responsibility has been met shall include, but not be limited to, whether the Contractor has: 1) The appropriate financial, material, equipment, facilities, and personnel resources and expertise available, or the ability to obtain them, necessary to indicate it is capable of meeting all contractual requirements; 2) A satisfactory record of performance; 3) A satisfactory record of integrity; 4) Qualified legally to contract with Owner and has supplied all necessary information in connection with the inquiry concerning responsibility. 5) If Contractor has been deemed non-responsible in the past, provided a detailed explanation of its remedial actions subsequent to the determination to address any concerns expressed by the authority making the declaration such that the authority would consider awarding a contract to the Contractor, notwithstanding past concerns about Contractor’s performance. C. The Contractor must supply information requested by Owner concerning the responsibility of the Bidder. If the Bidder fails to supply the requested information, the Owner must base the determination of responsibility upon any available information or may find the Bidder non-responsible if such failure is unreasonable. A finding that the Bidder has failed to make a required disclosure or submitted false information may result in immediate disqualification of the Bidder. D. Within 10 days after bids are received by the Owner, the Contractor who has submitted the low bid must, upon request of the Owner, complete and submit to the Owner the following: 1) MIOSHA Form 300 – “Log of Work-Related Injuries” for the last 3 years. Form DC–119 INFORMATION FOR BIDDERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page IB-6 of IB-11 05/27/2020 2) MIOSHA Form 300A - “Summary of Work-Related Injuries & Illnesses” for the last 3 years. E. In addition to meeting the criteria set forth in this Article, and the submission of the required information requested herein, the ability of the Contractor and its identified Subcontractors to proficiently handle technical issues, safety, scheduling, and administrative issues as demonstrated by its past performance on projects for the Owner, as well as projects for other public agencies, will be considered in determining whether a Contractor is a responsible contractor for this project. Past performance issues to be considered include, but are not limited to, the following: 1) Failure to adhere to and/or comply with Contractor’s obligations in the Contract Documents 2) Failure to follow administrative procedures and provisions in the Contact Documents 3) Submission of false claims or falsely inflated claims 4) Failure to prosecute the work in accordance with the Plans and Specifications included in the Contract Documents 5) Failure to follow bidding instructions. F. The Bidder shall promptly submit upon request by the Owner, any additional information necessary to satisfy the Owner that the Bidder is adequately prepared to fulfill the Contract. G. The existence of any judgment, citation, default, finding of non-responsibility or other negative information disclosed by Contactor in its Experience and Qualification Statement or independently discovered by Owner, or Contractor’s failure to provide the certifications required by this Article, will be considered, among all other factors, in determining whether a Contractor is a responsible Bidder for this project. As part of its response, Contractor may submit an explanation of the facts giving rise to the judgment, citation, default, or negative finding, or reasons why the required certifications cannot be provided, and ask Owner to deem the Contractor both responsive and responsible notwithstanding such facts or omissions. H. The requirements identified above are not an exhaustive or exclusive list of all qualifications required of the Contractor, its Subcontractors, or personnel. The minimum requirements indicated above are in addition to any other requirements contained elsewhere in the Contract Documents and/or typically considered under state or federal procurement law. I. Owner may, when circumstances warrant, accept any Bidder as a responsible Bidder despite its failure to meet all of the minimum standards set out herein. To the extent that special circumstances exist which a Bidder believes render the Bidder a qualified and responsible Bidder for this project, despite the failure to meet one or more of the standards for qualification set out herein, the Bidder may submit a notarized sworn statement explaining the special circumstances and requesting consideration of its Bid. Form DC–119 INFORMATION FOR BIDDERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page IB-7 of IB-11 05/27/2020 Notwithstanding the foregoing, Owner has no obligation to consider such special circumstances, or to disregard the requirements set forth in this Article and elsewhere in the Contract Documents and deem the Bidder responsible. J. Bidder must attend a pre-award conference to satisfy the Owner that the Bidder is adequately prepared to fulfill the Contract. K. If a Bidder who otherwise would have been awarded a contract is found non- responsible, a written determination of non-responsibility setting forth the basis of the finding will be prepared by the Owner upon request. A copy of the determination will be sent promptly to the non-responsible Bidder. The final determination will be made part of the bid file. L. The Contractor must self-perform at least _______% (typically 51%) of the construction trade work as determined by dollar value. This does not include General Conditions. 11. CONTRACTOR AND SUBCONTRACTOR INFORMATION AND LISTING A. Bidder must provide a completed Experience and Qualification Statement (DC-118) with its bid. Additional qualification information as requested by Owner shall be submitted within 10 days after bids are received by the Owner including but not limited to a completed Experience and Qualification Statement (DC-118) for each and every Subcontractor who will work on the project. B. Bidders shall submit with their bid a list by name, trade and scope of work each and every Subcontractor who will perform Work with a value in excess of 10 % of Bid Total. 12. PRELIMINARY SCHEDULE A. Each Bidder shall submit with their bid a Preliminary Schedule demonstrating the Bidder’s plan to complete the construction work within the time allowed in the Agreement and to achieve the completion of any milestones identified in the Contract Documents. The requirements of the Preliminary Schedule are described in the General Specification. B. Failure to provide the requested schedule may result in the Contractor being declared non-responsive. C. The Bidder’s Preliminary Schedule shall be based on a Notice to Proceed date identified in the Proposal. 13. ADDITIONAL BIDDING INFORMATION The Advertisement, which precedes the "Information for Bidders" and the Contract Documents as defined in the General Conditions may contain additional bidding information and is considered a part of these instructions. 14. EQUALS AND SUBSTITUTIONS Anticipated proposed Equals and Substitutions shall not be the basis for any bid pricing. For the Form DC–119 INFORMATION FOR BIDDERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page IB-8 of IB-11 05/27/2020 purpose of bidding, Bidders shall base their bid on the design and any specified products. Equals or Substitutions may be submitted for consideration after the award of the Contract. Approval of proposed Equals or Substitutions are discretionary, and Contractor waives the right to make a claim on that basis. Bidders shall not assume that any contemplated Equal or Substitutions will be approved. The Contractor will be responsible for Engineer Fees for review, analysis, tests and/or all other costs necessary to review, analyze and/or implement a proposed Substitution regardless of whether the proposal is approved. 15. OWNER CONTROLLED INSURANCE PROGRAM Owner may provide an Owner Controlled Insurance Program (“OCIP”) for this project. If provided, Bidders, including Subcontractors and vendors, will include the cost of the insurance required by the Contract Documents, including those in the General Conditions and Supplementary Conditions in their Bid Proposal. Eligible Contractors, Subcontractors and vendors are required to enroll in, and be approved for the OCIP program prior to starting work on the project. If approved and enrolled in the OCIP, the insurance costs and mark up on the insurance of the Contractor, Subcontractors and vendors will be deducted from the Contract Price using a deductive change order for the lines of insurance coverage provided in the OCIP. Determination of the lowest Bidder will be made with the cost of insurance included in the Bid, pursuant to the General and Supplementary Conditions of the Contract. The OCIP information is identified in an Appendix to the Contract Documents. Copies of the OCIP Policy documents are attached to the Contract Documents. In submitting a Bid for this project, Bidders, including Subcontractors and vendors, accept the terms of the OCIP and the coverage shown in the attached policy documents. Any other insurance coverages deemed necessary by Bidder shall be obtained by Bidder at Bidder’s exclusive cost and expense and no premiums for additional coverage shall be charged to Owner. 16. PROPOSAL GUARANTEE (BID BOND) A. Each proposal shall be accompanied by a Bid deposit in the form of a certified check, a cashier's check or Bid Bond executed by the Bidder and a qualified, acceptable Surety Company, payable to the Oakland County Water Resources Commissioner and/or __________________________ Drainage District, in the amount of Five Percent (5%) of the accompanying Bid, as guarantee on the part of the Bidder that it will, if called upon to do so, enter into a Contract in the form of the Contract Documents, perform the work required by the Contract Documents, at the prices stated, and furnish acceptable surety for its faithful and entire fulfillment. B. The Bid deposits of all, except the three (3) lowest Bidders, will be returned within 48 hours after the Bids are opened. The Bid deposits of the apparent second and third lowest Bidders that the Owner has retained will be returned after the signed Contract has been delivered and the required bonds and insurance of the Contractor have been finally approved by the Owner, or after rejection of all Bids. 17. GUARANTEE BONDS A. In addition to the Bid Bond, the Contractor shall furnish the Owner the following bonds prior to the Contract being executed: 1) A Performance Bond in an amount at least equal to 100% of the Contract Price Form DC–119 INFORMATION FOR BIDDERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page IB-9 of IB-11 05/27/2020 as security for faithful performance on the Contract. 2) A separate Labor and Material Payment Bond in an amount at least equal to 100% of the Contract Price as security for payment of all persons performing labor and furnishing materials in connection with the Contract. 3) A Maintenance and Guarantee Bond in an amount at least equal to 100% of the Contract Price. 18. BOND REQUIREMENTS A. All bonds required of Bidder or Contractor shall meet the following requirements: 1) The Bidder or Contractor shall pay the premiums. 2) The form of the bonds shall be as appended herewith (NOTE: the form of Bid Bond is NOT incorporated in the Contract Documents). 3) The surety on the bonds shall be a corporate bonding company named on the current list of Surety Companies acceptable on Federal Bonds as published in the U.S. Treasury Department Circular Number 570. In the event that the surety is ever delisted on the cited Circular, Owner may, in Owner’s sole discretion, demand and Contractor shall provide replacement Bonds from a then listed surety at no additional cost to Owner 4) The surety shall be a corporate bonding company authorized and admitted to transact business in Michigan and subject to service of process and personal jurisdiction in Michigan. A copy of the certificate issued by the State of Michigan evidencing such authorization shall be furnished to Owner. 5) The surety shall be a corporate bonding company, which is otherwise satisfactory to Owner. Without limiting the other factors upon which Owner may determine the acceptability of a surety, Owner specifically reserves the right to reject any surety which has denied, delayed or obstructed payment or discharge of the sureties' obligations under a prior bond in favor of Owner. 6) Attorneys-in-Fact who sign bonds must file with each bond a certified copy of a currently effective and dated Power of Attorney. 7) The Owner may, but is not obligated to, require the substitution of any of the bonds by Bidder or Contractor upon the occurrence of any of the events referred to herein and in the General Conditions or Supplementary Conditions. 8) Providing the bonds required hereunder shall not establish that a Bidder is qualified, responsive or responsible, and shall not limit Owner's right to review Bidder's qualifications and reject any Bid. 19. PRE-BID MEETING & SITE TOUR All Bidders must attend the pre-bid meeting. Bidders shall refer to the Advertisement (ADV-1) Form DC–119 INFORMATION FOR BIDDERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page IB-10 of IB-11 05/27/2020 found elsewhere in these specifications for pre-bid meeting and site tour requirements. 20. REJECTION OF BIDS Owner reserves the right to reject any or all Bids. The Owner further reserves the right to waive any non-material irregularity or informality in the Bids. The Owner reserves the right to reject any Bid submitted by any Bidder that the Owner determines is not a responsive or responsible Bidder based on information supplied by the Bidder or on any other information that the Owner receives or acquires on its own, including the past experience of the Owner and/or any other public agency owner with the Bidder. Owner’s rights in this regard may be exercised in Owner’s sole discretion and Owner shall not have any obligation to exercise or refrain from exercising these rights. 21. OVERTIME COMPENSATION Refer to the Labor Standards Provisions, EPA Form 5720-4 and the U.S. Department of Labor Memorandum No. 143 for further information. Labor compensation, including Overtime shall be governed by applicable local, federal and state law and regulations. 22. WORK WITHIN VARIOUS MUNICIPALITIES, CONSTRUCTION PERMITS, ROAD PERMITS, ETC. A. The Contractor shall conform to the various requirements of the municipality within which work is being performed and shall obtain, at its own expense, all permits required. B. In addition, certain public highways and subdivision roads are under the jurisdiction of the Michigan Department of Transportation, Road Commission for Oakland County, and/or the local municipality. Contractor shall obtain, at Contractor’s own expense, all permits required by these organizations to use the roads under their jurisdiction. C. If the scope of the work requires work to be performed within other private properties/easements, Contractor shall comply with the conditions of these easements at its own expense. Applicable easement documents will be made available before work begins. 23. CONTRACT DOCUMENTS Each Bidder is obligated to carefully review all materials included or referenced in the Contract Documents including, without limitation, the General and Supplementary Conditions. The Contract Documents are defined in the General and Supplementary Conditions and the Bidder must familiarize itself with all provisions, terms and conditions of all Contract Documents. 24. OWNER’S RESERVATION OF RIGHTS A. In addition to Owner’s rights in Article 20 - Rejection of Bids above, Owner reserves the following rights in connection with this Invitation to Bid: 1) Withdraw the Invitation to Bid at any time, in the Owner’s sole discretion. 2) Make an award under the Invitation to Bid in whole or in part. Form DC–119 INFORMATION FOR BIDDERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page IB-11 of IB-11 05/27/2020 3) Disqualify any Bidder whose conduct and/or proposal fails to conform to the requirements of the Invitation to Bid. 4) Seek clarifications and revisions of proposals. 5) Use proposal information obtained through site visits, management interviews and Owner’s investigation of a Bidder’s qualifications, experience, ability or financial standing, and any material or information submitted by the Bidder in response to the Owner’s request for clarifying information in the course of evaluation and/or selection under the Invitation to Bid. 6) Prior to the bid opening, direct Bidders to submit proposal modifications addressing subsequent Invitation to Bid amendments. 7) Change any of the scheduled dates. 8) Eliminate any mandatory, non-material specifications that cannot be complied with by all of the prospective Bidders. 9) Waive any requirements that are not material. 10) Negotiate with the successful Bidder within the scope of the Invitation to Bid in the best interests of the Owner. 11) Conduct contract negotiations with the next responsible Bidder, should the Owner be unsuccessful in negotiating with the lowest, responsible Bidder. 12) Utilize any and all ideas submitted in the proposals received. 13) Require clarification at any time during the procurement process and/or require correction of arithmetic or other apparent errors for the purpose of assuring a full and complete understanding of a Bidder’s proposal and/or to determine a Bidder’s compliance with the requirements of the solicitation. Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-1 of Q-19 05/27/2020 EXPERIENCE AND QUALIFICATION STATEMENT OF _____________________________________________ (Legal Name of Bidder) SUBMITTED TO: Oakland County Water Resources Commissioner Building 95 West – One Public Works Drive Waterford, Michigan 48328-1907 REGARDING: [insert Project name] Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-2 of Q-19 05/27/2020 CONFIDENTIAL INFORMATION IMPORTANT – This Experience and Qualification statement shall be filled out for submittal with the Bid. This statement, to be acceptable, must give full information for every applicable item. 1. BUSINESS NAME: (Do not abbreviate and hereinafter referred to as “Contractor”) 2. BUSINESS ADDRESS: (Not a post office box) 3. CONTACT INFORMATION Contact Person: Email: Telephone: Fax Number: 4. LEGAL STATUS: (Fill in appropriate boxes and spaces) A. INDIVIDUAL – (Named in Item 1) Home Address: Age: B. ASSUMED NAME – Registered in County, Michigan Date: Name of Each Individual Home Address Age C. PARTNERSHIP – Date Organized General Limited Partnership Registered in County, Michigan Name of Each Individual Home Address Age D. CORPORATION – Date Incorporated State Licensed to do Business in Michigan  Yes  No Date: Capitalization: Total Authorized $ Paid in Cash $ Officers Name Home Address President Vice President Secretary Treasurer Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-3 of Q-19 05/27/2020 5. Years in Business Under Present Name and Legal Status Years * * If less than 10 years, were you previously engaged in present line of work under another name or legal status?  No  Yes, as listed below: Previous Name: Individual Address: Partnership Dated: From To Corporation Years Engaged in Work of the Character Covered by this Statement Years 6. OTHER INTERESTS Are there any inter-related companies, either partnerships or corporations, or other individuals who will in anyway, financial or otherwise, be involved in this Contract?  No  Yes, as listed below: Name Nature of Business Relationship Has any person named in Item 1 or 4 ever been, or still is, a principal, partner, or officer in a contracting organization in addition to the one named herein?  No  Yes, as listed below: Individual’s Name Position Organization Name Dates Did any of the above organizations ever fail to complete work or default on a contract while any person named in Item 1 or 4 was a partner or officer?  No  Yes, attach statement as to when, when, why, and who bonded the work Are there any other construction-related companies in which, now or in the past five years, Contractor or any of the individuals or business entities listed above either owned or own 5.0% or more of the shares of, or was or is one of the five largest shareholders or a director, officer, partner or proprietor of said other company? (Attach additional pages if necessary.)  Yes  No Company Name Company EIN (If available) Company's Primary Business Activity Company Address Explain relationship with the company and indicate percent of ownership, if applicable (enter N/A, if not applicable): Are there any shareholders, directors, officers, owners, partners or proprietors that Contractor has in common with this company?  Yes  No Individual's Name (Include middle initial) Position/Title with Company Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-4 of Q-19 05/27/2020 Does Contractor have any construction-related affiliates not identified in the response to questions above? (Attach additional pages if necessary.)  Yes  No Affiliate Name Affiliate EIN (if available) Affiliate's Primary Business Activity Affiliate Address Explain relationship with the affiliate and indicate percent of ownership, if applicable (enter N/A, if not applicable): Are there any shareholders, directors, officers, owner, partners or proprietors that Contractor has in common with this affiliate?  Yes  No Individual's Name (Include middle initial) Position/Title with Company Has Contractor participated in any construction-related Joint Ventures within the past three (3) years? (Attach additional pages if necessary.) Joint Venture Name Joint Venture EIN (if available) Identify parties to the Joint Venture 7. PAST EXPERIENCE OF BIDDER: Largest Gross Amount of Work Done in One Year $ Year Largest Single Contract Completed: Work Performed as: Prime Contractor Subcontractor Joint Venture with: Type and Location of Work: Contract Price $ Architect/Engineer or Owner: Date Completed: If above project (listed in Item 7 above) is not the same general type as the present contract, list the largest contract of such similar type completed. Type and Location of Work Contract Price $ Architect/Engineer or Owner: Date Completed: Work Performed as: Prime Contractor Subcontractor Joint Venture with: In Schedule A, list work completed during at least the last 5 years that was of similar type and comparable size to the proposed work. OR If work of similar type and/or comparable size has not been previously completed, attach a statement giving reason for being qualified to satisfactorily perform the proposed work. So indicate an attachment by checking the box 8. PRESENT WORK: Do you now have other work?  No  Yes, having a total value of $ * In Schedule B, list present work and related data. Is any of the present work behind schedule?  No  Yes – Attached as statement giving reasons for delay and other pertinent data Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-5 of Q-19 05/27/2020 SCHEDULE A – COMPLETED WORK Type of Work Owner’s Name Name/Address & Telephone No. of Point of Contact Architect or Engineer Name/Address/Telephone No. of Point of Contact Construction Cost Date Completed Prime or Sub Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-6 of Q-19 05/27/2020 SCHEDULE B – PRESENT WORK Type of Work Owner’s Name Name/Address & Telephone No. of Point of Contact Architect or Engineer Name/Address &Telephone No. of Point of Contact Contract Amount Completion Date Required % to Date Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-7 of Q-19 05/27/2020 9. EXPERIENCE OF KEY PERSONNEL: Give a brief resume of the construction experience of the Principals named in Items 1 or 4 and the key personnel that will be working on the project (If space is not sufficient attach a supplemental statement.) 10. SURETY (Bonding Company) Surety (not the agent) who will bond this Contract: Name: How long has this Surety been bonding your work? Years * If less than 3 years, give name of previous Surety: What is your maximum bonding limitation? $ (This Must Be Stated) What amount of present work is bonded? $ Net amount still available for new work? $ Individual official of Surety who can verify above and furnish additional information: Name: Address: Telephone Number: Email: If a corporation, will any or all officers be required by the Surety to pledge their own personal assets as a condition for obtaining the bonds required for this Contract?  No  Yes, as named below: 11. INSURANCE: List the types of insurance applicable to the proposed work, which are currently carried, giving the names of the insurers and the basic limits of the respective coverage. Type Insurance Company Limits Worker’s Compensation One Person $ Public Liability One Accident $ Property Damage Each Accident $ Aggregate $ Insurance representative or agent who can verify above and furnish additional information: Name: Address: Telephone Number: Email: Have you ever had an insurance policy of any of the above types canceled?  No  Yes – Explain below: Type: Insurer: Date: Reason: Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-8 of Q-19 05/27/2020 12. SUPERVISION: Name of person who will be in responsible charge of the respective phases of the Work. A. General Overall Supervision Name: How long in your employ? Telephone Number: Age How long in this capacity? Address: Email: Construction Experience: B. Superintendence on Site Name: How long in your employ? Telephone Number: Age How long in this capacity? Address: Email: Previous capacity with you, if other than above: Last jobs on which he acted in similar capacity: Type and Location Architect/Engineer or Owner Construction Cost Date Completed $ $ Largest job, if other than above, on which he acted in similar capacity: Type and Location Architect/Engineer or Owner Construction Cost Date Completed $ $ Oakland County job, if any, or different from above in similar capacity: Type and Location: Dates employed: Will he perform any other specific work at site than that of Job Superintendence?  No  Yes – Explain below: 13. CONSTRUCTION EQUIPMENT: Do you permanently maintain an equipment yard  Yes  No? Yes – Located at: What facilities are there provided other than storage? No – State where equipment is temporarily stored: What major items of construction equipment will be available for use on the proposed work? List separately equipment now owned and that which will be purchased or rented. If the type of work is such that it may be done in separate crews working concurrently at different locations, then separately list that equipment that will be available for each crew. Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-9 of Q-19 05/27/2020 13. CONSTRUCTION EQUIPMENT: (continued) Type of Equipment Size Make Years Old Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-10 of Q-19 05/27/2020 14. SUBCONTRACTORS: Approximate total value of subcontractors $ Complete the table below for each Subcontractor who will perform Work in excess of 10% of Bid Total. Name of Subcontractor & Trade Part of Work Used Before? Yes No Have firm commitments and prices been obtained for required equipment and materials Do you permanently maintain an equipment yard  Yes  No? If No, Explain: Have all proposed Subcontractors and Suppliers been made aware of the time allowed for completion of the Work and the related liquidated damages provision Do you permanently maintain an equipment yard?  Yes  No? If No, Explain Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-11 of Q-19 05/27/2020 15. INTEGRITY - CONTRACT BIDDING - Within the past ten (10) years, has Contractor, an affiliate, related or any predecessor company or entity: 15.1 Been suspended or debarred from any government contracting process or been disqualified on any government procurement?  Yes  No 15.2 Been subject to a denial or revocation of a government prequalification?  Yes  No 15.3 Had any bid rejected by a government entity for lack of qualifications, responsibility or because of the submission of an informal, non-responsive or incomplete bid?  Yes  No 15.4 Had a proposed subcontract rejected by a government entity for lack of qualifications, responsibility or because of the submission of an informal, non-responsive or incomplete bid?  Yes  No 15.5 Had a low bid rejected on a government contract for failure to make good faith efforts on any Minority-Owned Business Enterprise, Women-Owned Business Enterprise or Disadvantaged Business Enterprise goal or statutory affirmative action requirements on a previously held contract?  Yes  No 15.6 Agreed to a voluntary exclusion from bidding/contracting with a government entity?  Yes  No 15.7 Initiated a request to withdraw a bid submitted to a government entity or made any claim of an error on a bid submitted to a government entity?  Yes  No For each "Yes," provide an explanation of the issue(s), the Business Entity involved, the relationship to Contractor, the government entity involved, relevant dates, any remedial or corrective action(s) taken and the current status of the issue(s). Provide answer(s) below or attach additional sheets with the numbered responses. As part of your response, provide details, including the basis for any such finding and the general substance of any basis upon which you assert the finding was erroneous. If you do not know the basis, you may simply state “unknown”. 16. INTEGRITY - CONTRACT AWARD - Within the past five (5) years, has Contractor, an affiliate, or any predecessor company or entity: 16.1 Defaulted on or been suspended, cancelled or terminated for cause on any contract?  Yes  No 16.2 Been subject to an administrative proceeding or civil action seeking specific performance or restitution (except any disputed work proceeding) in connection with any government contract?  Yes  No 16.3 Entered into a formal monitoring agreement, consent decree or stipulated settlement as specified by, or agreed to with, any government entity?  Yes  No 16.4 Failed to complete a construction project due to financial difficulty?  Yes  No 16.5 Had its surety called upon to complete any contract whether government or private sector?  Yes  No 16.6 Has any officer or principal of submitting Contractor ever been an officer or principal of another organization when it failed to complete a construction contract?  Yes  No 16.7 Forfeited all or part of a standby letter of credit in connection with any government contract?  Yes  No 17. CERTIFICATIONS/LICENSES - Within the past five (5) years, has Contractor, an affiliate, or any predecessor company or entity: 17.1 Had a revocation or suspension of any business or professional permit and/or license?  Yes  No 17.2 Had a denial, decertification, revocation or forfeiture of Michigan certification of Minority- Owned Business Enterprise, Women-Owned Business Enterprise or a federal certification of Disadvantaged Business Enterprise status, for other than a change of ownership?  Yes  No For each "Yes," provide an explanation of the issue(s), the Business Entity involved, the relationship to Contractor, the government entity involved, relevant dates, any remedial or corrective action(s) taken and the current status of the issue(s). Provide answer(s) below or attach additional sheets with the numbered responses. As part of your response, provide details, including the basis for any such finding and the general substance of any basis upon which you assert the finding was erroneous. If you do not know the basis, you may simply state “unknown”. Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-12 of Q-19 05/27/2020 18. LEGAL PROCEEDINGS/GOVERNMENT INVESTIGATIONS Within the past five (5) years, has Contractor, an affiliate, a related or any predecessor company or entity or any of the principals of the foregoing: 18.1 Been the subject of or involved in a criminal investigation, whether open or closed, or an indictment for any business-related conduct constituting a crime under local, state of federal law?  Yes  No 18.2 Been the subject of: (1) An indictment, grant of immunity, judgment or conviction (including entering into a plea bargain) for conduct constituting a crime; or (2) Any criminal investigation, felony indictment or conviction concerning the formation of, or any business association with, an allegedly false or fraudulent Minority-Owned Business Enterprise, Women-Owned Business Enterprise, or a Disadvantaged Business Enterprise?  Yes  No 18.3 Received any OSHA or MIOSHA citation, with resulted in a final determination classified as serious or willful?  Yes  No 18.4 Had a government entity file a willful prevailing wage or supplemental payment violation?  Yes  No 18.5 Been removed from any construction project for safety violations?  Yes  No 18.6 If so, was the removal admitted to be wrongful by the project owner, or found to be wrongful by a court of law, arbitration tribunal or administrative tribunal?  Yes  No 18.7 Had a Michigan State Labor Law violation deemed willful?  Yes  No 18.8 Entered into a consent order with the Michigan Department of Environment, Great Lakes and Energy or a federal, state or local government enforcement determination involving a violation of federal, state or local environmental laws?  Yes  No 18.9 Other than previously disclosed, been the subject to any citations, notices or violation order; a pending administrative hearing, proceeding or determination of a violation of: (1) Federal, state or local health laws, rules or regulations (2) Federal, state or local environmental laws, rules or regulations (3) Unemployment insurance or workers compensation coverage or claim requirements (4) Any labor law or regulations, which was deemed willful (5) Employee Retirement Income Security Act (ERISA) (6) Federal, state or local human rights laws (7) Federal, state or local security laws?  Yes  No 19. CLAIMS AND SUITS. Has Contractor, an affiliate, or any predecessor company or entity ever failed to complete any work awarded to it?  Yes  No Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against Contractor, an affiliate, or any predecessor company or entity or any of their respective officers?  Yes  No Has Contractor, an affiliate, or any predecessor company or entity filed any lawsuits or requested arbitration with regard to construction contracts within the last five years?  Yes  No For each "Yes," provide an explanation of the issue(s), the Business Entity involved, the relationship to Contractor, the government entity involved, relevant dates, any remedial or corrective action(s) taken and the current status of the issue(s). Provide answer(s) below or attach additional sheets with the numbered responses. As part of your response, provide details, including the basis for any such finding and the general substance of any basis upon which you assert the finding was erroneous. If you do not know the basis, you may simply state “unknown”. Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-13 of Q-19 05/27/2020 20. FALSE CLAIMS Has Contractor, an affiliate, or any predecessor company or entity been found to have submitted false claims to any governmental agency by any court of the United States or any State Court?  Yes  No (If the answer to any of the questions below is yes, please attach details.) For each "Yes," provide an explanation of the issue(s), the Business Entity involved, the relationship to Contractor, the government entity involved, relevant dates, any remedial or corrective action(s) taken and the current status of the issue(s). Provide answer(s) below or attach additional sheets with the numbered responses. As part of your response, provide details, including the basis for any such finding and the general substance of any basis upon which you assert the finding was erroneous. If you do not know the basis, you may simply state “unknown”. Note: Information regarding a determination or finding made in error, which was subsequently corrected or overturned, and/or was withdrawn by the issuing government entity, is not required. 21. LEADERSHIP INTEGRITY If Contractor is a Joint Venture Entity, answer "N/A - Not Applicable" to questions in this section. Within the past five (5) years has any individual previously identified or any individual currently or formerly having the authority to sign, execute or approve bids, proposals, contracts or supporting documentation on behalf of Contractor, an affiliate, a related or any predecessor company or entity with any government entity been: 21.1 Sanctioned relative to any business or professional permit and/or license?  Yes  No 21.2 Suspended, debarred or disqualified from any government contracting process?  Yes  No 21.3 The subject of or involved in a criminal investigation, whether open or closed, or an indictment for any business-related conduct constituting a crime under local, state of federal law?  Yes  No 21.4 Charged with a misdemeanor or felony, indicted, granted immunity, convicted of a crime or subject to a judgment for: (1) Any business-related activity, including but not limited to fraud, coercion, extortion, bribe or bribe-receiving, giving or accepting unlawful gratuities, immigration or tax fraud, racketeering, mail fraud, wire fraud, price-fixing or collusive bidding; or (2) Any crime, whether or not business-related, the underlying conduct of which related to truthfulness, including but not limited to the filing of false documents or false sworn statements, perjury or larceny.  Yes  No For each "Yes," provide an explanation of the issue(s), the individual involved, the relationship to Contractor, the government entity involved, relevant dates, any remedial or corrective action(s) taken and the current status of the issue(s). Provide answer(s) below or attach additional sheets with the numbered responses. Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-14 of Q-19 05/27/2020 22. FINANCIAL AND ORGANIZATIONAL CAPACITY 22.1 Within the past five (5) years, has Contractor or any affiliate received any formal unsatisfactory performance assessment(s) from any government entity on any contract?  Yes  No If "Yes," provide an explanation of the issue(s), the Business Entity involved, the relationship to Contractor, the government entity involved, relevant dates, any remedial or corrective action(s) taken and the current status of the issue(s). Provide answer below or attach additional sheets with the numbered responses. 22.2 Within the past five (5) years, has Contractor or any affiliate had any liquidated damages assessed over $25,000?  Yes  No If "Yes," provide an explanation of the issue(s), the Business Entity involved, the relationship to Contractor, relevant dates, the owner contracting party involved, the amount assessed and the current status of the issue(s). Provide answer below or attach additional sheets with numbered responses. 22.3 Within the past five (5) years, has Contractor or any affiliate had any liens, claims or judgments over $25,000 filed against Contractor which remain undischarged or were unsatisfied for more than 90 days? (Note: Including but not limited to tax warrants or liens. Do not include UCC flings.)  Yes  No If "Yes," provide an explanation of the issue(s), the Business Entity involved, the relationship to Contractor, relevant dates, the Lien holder or Claimants' name(s), the amount of the lien(s) and the current status of the issue(s). Provide answer below or attach additional sheets with the numbered responses. 22.4 In the last seven (7) years, has the Contractor or any affiliate initiated or been the subject of any bankruptcy proceedings, whether or not closed, or is any bankruptcy proceeding pending?  Yes  No If "Yes," provide the Business Entity involved, the relationship to Contractor, the bankruptcy chapter number, the court name and the docket number. Indicate the current status of the proceedings as "initiated," "Pending" or "Closed." Provide answer below or attach additional sheets with the numbered responses. Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-15 of Q-19 05/27/2020 23. FINANCIAL STATEMENT: A financial statement reflecting the condition of the business as of the last day of the operating year shall be furnished. This statement shall be prepared and signed by an authorized person having full knowledge of the financial condition. Any statement reflecting the financial condition as of a date 12 months or more prior to the bid submission shall be supplemented by a later interim statement. Particular attention is directed to the additional explanatory detail required for those items marked with an asterisk. The forms herein shall be used unless an independent certified public accountant’s signed statement is submitted showing substantially the same information. Certification of Person Who Prepared Financial Statement on the Forms Herein I,_________________________________ being the _________________________________________ (Title & Capacity) having full knowledge of the books and accounts of the party first named herein, do hereby certify that the financial statement as shown on the following sheets and any indicated attachments, fairly and truly sets forth the financial condition of the party first named herein, at the close of business on: ____________________ (Date) that being the last day of the operating year. A Supplemental Interim Statement, as of _______________________ (Date) is also submitted since the above referenced statement is 12 months or more prior to the bid submission Date Certified Signed: Financial Statement by Certified Public Accountant In lieu of furnishing the financial statement on the forms herein, submitted herewith as part of this Questionnaire is a Certified Public Accountant’s signed statement of the financial condition of the party first named herein, prepared by ______________________________________________ (CPA), at the close of business on: ________________________ (Date) that being the last day of the operating year. A Supplemental Interim Statement, prepared by the above, as of ___________________ (Date) is also submitted since the above referenced statement is 12 months or more prior to the bid submission. Additional explanatory information may be obtained directly from: Name: Address: Telephone Number: Email: Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-16 of Q-19 05/27/2020 23. FINANCIAL STATEMENT Name: Condition as of close of business (Date) ASSETS LIABILITIES 1. Cash In Bank * 13. Accounts Payable Accrued Payrolls On Hand To Subcontractors Certified Bid Checks Other Past Due * 2. Accounts Receivable Completed Contracts 14. Notes Payable Within 12 Months To Banks – Regular Earned Estimates – Net For Materials Retained Percentages For Equipment Other Current Other * Past Due * 3. Notes & Interest Receivable Within 90 days 15. Taxes Inc-Fed-City-Etc. After 90 days Real & Personal Property Past Due * Other * 4. Stocks & Bonds, Etc. Listed-Market Value 16. Loans Due Within 12 Months Officers – Partners Unlisted-Present Value Others * 5. Material in Stock For Current Work 17. Other- Within 12 Months Equipment Other Uses * 6. Other Current Assets 18. Total Current Liabilities Total Current Liabilities 7. Total Current Assets 19. Due on Equipment – After 12 Months 8. Equipment (Book Value) 20. Due on Real Estate – After 12 Months 9. Furniture & Fixtures 21. Other Long Term 10. Real Estate For Business Use 22. Reserve For Investment Personal-Homestead 11. Other Assets 23. Paid-in Capital Stock Common Preferred 12. TOTAL ASSETS 24. Surplus or Net Worth Line of Credit Established 25. TOTAL LIABILITIES Amount Contingent Liabilities Notes Rec. discounted or sold Bank – Name and Address Accounts Rec. pledged or sold As bondsman As guarantee on contracts, etc. Security Required by Bank Other Total Contingent Liabilities * Additional explanatory detail for each starred item must be given on following pages Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-17 of Q-19 05/27/2020 ADDITIONAL EXPLANATORY DETAIL OF FINANCIAL STATEMENT (Starred * Items on Sheet) 1. Cash in Banks Total $ Name of Bank Location Deposit in Name of Amount 2. Accounts Receivable– Past Due Total $ Receivable from – Name and Address For What When Due Amount Reason for Delay and When Payment Expected: 5. Materials in Stock – Other Uses Total $ Material Quantity Amount Material Quantity Amount 6. Other Current Assets Total $ Description Amount Description Amount 11. Other Assets Total $ Description Amount Description Amount 13. Accounts Payable – Past Due Total $ Payable To – Name and Address For What When Due Amount 14. Notes Payable Within 12 Months Total $ Payable To – Name and Address What Security When Due Amount 15. Taxes – Other Total $ Nature When Due Amount Nature When Due Amount Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-18 of Q-19 05/27/2020 16. Loans Payable Within 12 Months Total $ Payable To – Name and Address For What When Due Amount 17. Other Liabilities Payable Within 12 Months Total $ Payable To – Name and Address For What When Due Amount 18. Other Liabilities Payable Beyond 12 Months Total $ Payable To – Name and Address For What When Due Amount USE FOLLOWING SPACE WHEN NECESSARY TO SUPPLEMENT ANY ABOVE INFORMATION – IF SUCH SPACE IS NOT SUFFICIENT, ATTACHED INFORMATION PROPERLY IDENTIFIED. CAUTION!!!!! Before submitting, has all required information been completely and accurately stated as you intended? Are you fully satisfied to have your qualifications and responsibility for receiving this Contract determined on the basis of your statements? If not, REVIEW AND REVISE. Form DC–118 EXPERIENCE AND QUALIFICATION STATEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page Q-19 of Q-19 05/27/2020 REQUIREMENTS FOR SIGNING STATEMENT The statement shall be signed below in accordance with the following requirements applicable to the legal status of the party first named herein. A. Individual – the signature of the individual B. Individual Doing Business Under Assumed Name – the assumed name to be stated, followed by the signature of the individual. C. Partnership – the company name to be stated, followed by the signature of at least one of the partners. D. Corporation – the full corporate name to be stated, followed by the signature and title of corporate officer authorized and qualified to sign for the corporation, and the corporate seal affixed. CERTIFICATION The undersigned hereby certifies: That the foregoing is a true statement of experience, qualifications and financial condition as to this date of the party first named herein, and is submitted to the Oakland County Water Resources Commissioner to aid the Water Resources Commissioner in determining the qualifications and responsibility of the party first named herein to be awarded a contract, and that any surety, company, vendor, or other parties named herein are hereby authorized to directly furnish the Oakland County Water Resources Commissioner with any additional information as may be deemed necessary by him to verify or clarify any statement made herein. Company/Corporate/Assumed Name: Corporate Seal: Signature: Printed Name: Title: State of: Notary Seal and Signature: County of: Subscribed and Sworn Before Me This Date: Printed Name of Notary: Form DC-123 PROPOSAL JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page P-1 of P-9 Rev 5/27/2020 MARTIN LUTHER KING JR. BOULEVARD PUMP STATION & SANITARY SEWER IMPROVEMENTS CITY OF PONTIAC, OAKLAND COUNTY, MICHIGAN NAME OF BIDDER: _________________________________________________________________ CONTACT NAME: __________________________________________________________________ ADDRESS: ________________________________________________________________________ DATE: _______________________ TELEPHONE NO. _____________________________________ CONTACT NAME EMAIL: ____________________________________________________________ TO: Jim Nash Oakland County Water Resources Commissioner Building 95 West – One Public Works Drive Waterford, Michigan 48328-1907 The undersigned, as Bidder, hereby declares this bid is made in good faith without fraud or collusion with any persons bidding or proposing to supply materials or labor, and that it has examined the Contract Documents including but not limited to the Agreement, Contract Drawings, Advertisement, Information for Bidders, Proposal, Specifications, General Conditions, and the Supplementary Conditions and has also examined the soil boring logs, and other geotechnical information referenced in the Information For Bidders, and is familiar with the location of the work described herein and is fully informed as to the nature of the work and the conditions relating to its performance. The Bidder acknowledges that it has not received or relied upon any representations or warranties of any nature whatsoever from the Office of the Oakland County Water Resources Commissioner and/or the Drainage District, its agents, representatives, or employees, as to any conditions to be encountered in accomplishing the work specifically, but not exclusively, including underground conditions, and that its bid is based solely upon the Bidder's own independent judgment. The following documents shall be submitted with the Bid: Item Number Description 1. Proposal, completed and signed acknowledging all addenda 2. Proposal Guarantee/Bid bond (5%) 3. Preliminary Schedule based on the Time noted in the Agreement and an anticipated Notice to Proceed date of: 1/1/2024 4. Complete form DC-118 Experience and Qualification Statement 5. Signed vendor certification that it is not an “Iran Linked Business” 6. Signed certification regarding debarment suspension and other responsible matters. 7. Signed certification for safety compliance. The Bidder hereby certifies that it has examined the Drawings, Specifications, Geotechnical Data, and other data provided by the Owner for bidding purposes. Further, the undersigned certifies that it has Form DC-123 PROPOSAL JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page P-2 of P-9 Rev 5/27/2020 reviewed the proposed construction methods and finds them compatible with the conditions, which it anticipates from the above listed information, provided for bidding. The Bidder shall complete the work under any job or field condition which was present and/or ascertainable prior to bidding. In addition, it shall also complete the work under whatever conditions it may create by its own sequence of construction, construction methods, or other conditions it may create, at no additional cost to the Owner. The Bidder declares that it has familiarized itself with the location of the proposed work and the conditions under which it must be constructed; also, that it has carefully examined the Plans, Specifications, and Contract Documents (including the existing sewer videos and reports), which it understands and accepts as sufficient for the purpose, and agrees that it will contract with the Oakland County Water Resources Commissioner to furnish all labor, material, tools and equipment necessary to do all the wo rk specified and prescribed for the completion of the above mentioned Contract for the following named unit prices: BID SHEET Item Description Quantity Unit Unit Price Amount 1. Mobilization (5% Max) 1 LSUM 2. Traffic Control 1 LSUM 3. Soil Erosion Control Measure 1 LSUM 4. Removal and Disposal of Contaminated Soils 1,350 CY 5. Restoration 1 LSUM 6. Wet Well Pump Station & Valve Box (3 pumps, pump accessories, VFDs, control panel, 12 ft dia pump well, valve well, level sensor, wet well wizard, valves, check valves, and piping) 1 LSUM 7. By-Pass Pumping 1 LSUM 8. Pipe Pressure Testing 1 LSUM 9. 12" Sanitary Sewer Force Main, HDPE, SDR 11 (Directional Drill, Pipe and Fittings) 1 LSUM 10. 12" Sanitary Sewer, Pilot Tube Guided Auger Boring (PTGAB) 408 LF 11. 15" Sanitary Sewer, PTGAB 227 LF 12. 18" Sanitary Sewer, PTGAB 154 LFT 13. 24" Sanitary Sewer, PTGAB 529 LFT 14. 18" Sanitary Sewer, Pipe Bursting and Repair (pits, bursting, new pipe, and manhole tie- ins/repairs) 1 LSUM 15. Sewer Service, 6” PVC SDR 23.5 120 LFT 16. New 4' Diameter Sanitary Manhole 3 EA 17. New 5' Diameter Sanitary Manhole 6 EA 18. Sewer Tap - 12" 1 EA 19. Sewer Tap - 15" 1 EA 20. Sewer Tap - 24" 1 EA 21. Sewer Bulkhead, 12" 7 EA 22. Sewer Service Connection, 6" 2 EA 23. Remove/Abandon Ex. Manhole 5 EA 24. Remove/Abandon Ex. Sewer 1,900 LF Form DC-123 PROPOSAL JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page P-3 of P-9 Rev 5/27/2020 25. Remove Pavement Full Depth 600 SY 26. Aggregate Base, MDOT 21AA Limestone, 8" 110 CY 27. Asphalt Pavement 140 TON 28. Concrete Pavement, Non-reinforced, 9" 650 SY 29. Permit Fee Allowance 25,000 DLRS 1.00 $25,000 TOTAL CONTRACT PRICE $_______________________________________________ (Items 1 thru 29) ALT Bore & Jack in lieu of PTGAB 1. 12" Sanitary Sewer, Bore & Jack 408 LFT 2. 15" Sanitary Sewer, Bore & Jack 227 LFT 3. 18" Sanitary Sewer, Bore & Jack 154 LFT 4. 24" Sanitary Sewer, Bore & Jack 529 LFT Note: In case of discrepancy, unit prices shall be used to determine the total amount of this bid. TAXES The foregoing unit prices include all applicable Federal, State and Local taxes. ADDENDA This Proposal is based on the following Addenda in the table below: Addendum Number Date Issued SUBCONTRACTORS AND MAJOR EQUIPMENT MANUFACTURERS/SUPPLIERS The Bidder agrees, in accordance with the Information For Bidders, that it is concurrently with this bid, furnishing the Owner the required information relative to the qualifications of Bidder and Subcontractors required to be identified pursuant to the Information For Bidders. Bidder also agrees that Bidder will provide all other information as required with this bid and/or within the times specified in the Information For Bidder or other Contract Documents. Bidder acknowledges that this bid may be rejected if Bidder fails to provide any of the required information with this bid and/or within the times outlined in the Information For Bidders or other Contract Documents. BID GUARANTEE Form DC-123 PROPOSAL JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page P-4 of P-9 Rev 5/27/2020 The Bidder encloses a certified or cashier's check or bid bond in the amount of Five Percent (5%) of the accompanying total bid. _____ Certified Check _____ Cashier's Check _____ Bid Bond The Bidder hereby declares that this bid was prepared by qualified personnel of its employ who inspected the Plans and Specifications, read and interpreted the Geotechnical Data and other information furnished by the Owner, and developed the Bidder's intended construction methods. If this Proposal is accepted by the Owner and the undersigned shall fail to contract as aforesaid and to furnish the required surety bonds within ten (10) calendar days of the delivery date of the Notice of Award to the successful Bidder, then the undersigned shall be considered to have abandoned the Contract, and the Certified Check, Cashier's Check or Bid Bond accompanying this Proposal shall be forfeited to the Oakland County Water Resources Commissioner and/or the Drainage District. If the Bidder enters into the Contract in accordance with this Proposal, or if its Proposal is rejected, then the accompanying bid guarantee shall be returned to the Bidder. By submission of the Bid, each Bidder certifies, and in the case of a joint BID each party thereto certifies as to its own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other Bidder or with any competitor. In submitting this bid it is understood that the right is reserved by the Oakland County Water Resources Commissioner and/or the Drainage District to reject any and all bids, to waive non-material irregularities and/or informalities, and to evaluate the responsiveness and responsibility of each Bidder. The Owner reserves the right to reject any bid submitted by any Bidder that the Owner determines is not a responsive and responsible Bidder based on information supplied by the Bidder or on any other informat ion that the Owner receives or acquires on its own, including the Owner's past experience with the Bidder. The Owner further reserves the right to reject any bid submitted by any bidder, based on the sole preference of the Owner. The Bidder shall indicate its legal status as provided herein. LEGAL STATUS OF BIDDER (The Bidder shall fill out the appropriate form below and strike out the other three listed below and complete the appropriate Resolution or Certificate. A Corporation duly organized and doing business under the laws of the State of _______________ for whom ______________________________ whose signature is affixed to this Proposal, is duly authorized to execute Contracts. A Limited Liability Company duly organized and doing business under the laws of the State of Michigan for whom __________________________ whose signature(s) is (are) affixed to this Proposal, is (are) duly authorized to execute Contracts. Form DC-123 PROPOSAL JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page P-5 of P-9 Rev 5/27/2020 A Partnership or Joint Venture, all members of which, with addresses, are: __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ An Individual, whose signature is affixed to this Proposal. Signed and Sealed this _____ day of __________________ ,20____. Authorized Signature of Bidder: Print Name: Title: WITNESS By: __________________________________________________ Form DC-123 PROPOSAL JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page P-6 of P-9 Rev 5/27/2020 A. IF BIDDER IS A CORPORATION, COMPLETE THE FOLLOWING: RESOLUTION OF THE BOARD OF DIRECTORS OF ______________________________________ The undersigned, being all of the members of the Board of Directors of __________________, a _______________ (state) Corporation (the “Corporation”) do hereby certify that the following is a true and correct copy of the resolutions duly adopted by the Corporation on the _____ day of ____________, 20 _____, that the same have not been modified or rescinded and are in full force and effect and that the resolutions have been adopted in accordance with the laws of the state of incorporation, the Articles of Incorporation and the Bylaws of the Corporation and either no shareholder consent is required or any necessary shareholder consent has been obtained: RESOLVED, that any one or more of the officers of the Corporation referred to below be and hereby are authorized and empowered on behalf of the Corporation to transact any and all business with the County of Oakland, State of Michigan, acting by and through its statutory agent, the Oakland County Water Resources Commissioner (the “Water Resources Commissioner”) and/or the ____________________ Drainage District which the Corporation could, in any way, transact and are further authorized to execute, acknowledge and deliver on behalf of the Corporation and in its name to the Water Resources Commissioner. 1. A Proposal and Bid Sheet for construction of all or part of the ____________________ Project in form and content as such officer deems necessary and appropriate and as approved by the Water Resources Commissioner. 2. All other agreements, instruments or documents as such officer deems necessary or appropriate in conjunction with the aforementioned project. RESOLVED FURTHER, that the following are the true and correct names, signatures and titles of the officers of the Corporation referred to above: NAMES SIGNATURES TITLES RESOLVED FURTHER, that the acts of said person(s) or any of them, shall at all times be given full faith and credit without the necessity of inquiry by the Water Resources Commissioner as to any of the circumstances attending the same and that the acts and doings of authorized person(s) or any of them in respect to the subject matter hereof are hereby fully ratified, approved, adopted and confirmed; and RESOLVED FURTHER, that the authorizations herein set forth shall remain in full force and effect until written notice of their modification or discontinuance shall be given to and actually received by the Water Resources Commissioner at its offices. IN WITNESS WHEREOF, the Board of Directors of __________________ have executed this Resolution as of the ____ day of ________________, 20___. BOARD OF DIRECTORS Form DC-123 PROPOSAL JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page P-7 of P-9 Rev 5/27/2020 B. IF BIDDER IS A LIMITED LIABILITY COMPANY, COMPLETE THE FOLLOWING: RESOLUTION OF MEMBERS OF _____________________________________ , L.L.C. The undersigned, being all of the members of ___________________________, L.L.C. a __________ (state) limited liability company (the “Company”) do hereby certify that the following is a true and correct copy of the resolutions duly adopted by the Company on the ______ day of _______________, 20_____, that the same have not been modified or rescinded and are in full force and effect and that the resolutions have been adopted in accordance with the laws of the state of incorporation, the Articles of Organization and the Operating Agreement and that no further member consent is required or any necessary member consent has been obtained: RESOLVED, that any one or more of the members of the Company referred to be and hereby are authorized on behalf of the Company to transact any and all business with the County of Oakland, State of Michigan, acting by and through its statutory agent, the Oakland County Water Resources Commissioner (the “Water Resources Commissioner”) and/or ____________________ Drainage District which the Company could, in any way, transact and are further authorized to execute, acknowledge and deliver on behalf of the Company and in its name to the Water Resources Commissioner. 1. A Proposal and Bid Sheet for construction of all or part of the _____________________ Project in form and content as the members deem necessary and appropriate and as approved by the Water Resources Commissioner. 2. All other agreements, instruments or documents as the members deem necessary or appropriate in conjunction with the aforementioned project. RESOLVED FURTHER, that the acts of said member(s) or any of them, shall at all times be given full faith and credit without the necessity of inquiry by the Water Resources Commissioner as to any of the circumstances attending the same and that the acts and doings of authorized person(s) or any of them in respect to the subject matter hereof are hereby fully ratified, approved, adopted and confirmed; and RESOLVED FURTHER, that the authorizations herein set forth shall remain in full force and effect until written notice of their modification or discontinuance shall be given to and actually received by the Water Resources Commissioner at its offices. IN WITNESS WHEREOF, the Members have executed this Resolution of _________________, L.L.C. as of the _____ day of ________________, 20_____. ____________________________________________, L.L.C. A _______________________________ LIMITED LIABILITY COMPANY MEMBERS: Form DC-123 PROPOSAL JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page P-8 of P-9 Rev 5/27/2020 C. IF BIDDER IS A LIMITED PARTNERSHIP, COMPLETE THE FOLLOWING: CERTIFICATE OF GENERAL PARTNER _________________________, being the sole General Partner of __________________ Limited Partnership, a __________________ limited partnership (the “Partnership”) hereby certifies that the following is a true and correct copy of the resolutions duly adopted by the Partnership on the _____ day of _______________, 20____, that the same have not, in any way, been modified or rescinded and are in full force and effect and that the resolutions have been adopted in accordance with the laws of the state of formation the Certificate of Limited Partnership and that either no fur ther partner consent is required or any necessary partner consent has been obtained: RESOLVED, that _____________________________, the sole General Partner, is hereby authorized and empowered on behalf of the Partnership to transact any and all business with Oakland County, acting by and through its statutory agent, the Oakland County Water Resources Commissioner (the “Water Resources Commissioner”) and/or ___________________ Drainage District which Partnership could, in any way, transact and is further authorized to execute, acknowledge and deliver on behalf of the Partnership and in its name to the Water Resources Commissioner. 1. A Proposal and Bid Sheet for construction of all or part of the ____________________ Project in form and content as such General Partner deems necessary and appropriate and as approved by the Water Resources Commissioner. 2. All other agreements, instruments or documents as such General Partner deems necessary or appropriate in conjunction with the aforementioned project. RESOLVED FURTHER, that the following are the true and correct names of all general and limited partners of the Partnership: NAMES PARTNER General Limited Limited RESOLVED FURTHER, that the acts of General Partner shall at all times be given full faith and credit without the necessity of inquiry by the Water Resources Commissioner as to any of the circumstances attending the same and that the acts and doings of the General Partner in respect to the subject matter hereof are hereby fully ratified, approved, adopted and confirmed; and RESOLVED FURTHER, that the authorizations herein set forth shall remain in full force and effect until written notice of their modification or discontinuance shall be given to and actually received by the Water Resources Commissioner at its offices. IN WITNESS WHEREOF, the sole General Partner of ______________________ Limited Partnership, hereby executes this Certificate of General Partner as of the _____ day of ______________, 20_____. GENERAL PARTNER Form DC-123 PROPOSAL JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page P-9 of P-9 Rev 5/27/2020 D. IF BIDDER IS A PARTNERSHIP OR JOINT VENTURE, COMPLETE THE FOLLOWING: CERTIFICATE OF PARTNERS The undersigned do hereby certify that they are all the partners of ___________________, a ___________________ Co-Partnership or Joint Venture (“Partnership”), that the following is a true and correct copy of the resolutions duly adopted by the Partnership on the _____day of ______________, 20____, that the same have not, in any way, been modified or rescinded and are in full force and effect and that the resolutions have been adopted in accordance with the laws of the state of formation the Certificate of Co-Partnership and that either no further partner consent is required or any necessary partner consent has been obtained: RESOLVED, that the undersigned are hereby authorized and empowered on behalf of the Partnership to transact any and all business with the County of Oakland, State of Michigan, acting by and through its statutory agent, the Oakland County Water Resources Commissioner (the “Water Resources Commissioner”) and/or ______________________ Drainage District which the Partnership could, in any way, transact and are further authorized to execute, acknowledge and deliver on behalf of the Partnership and in its name to the Water Resources Commissioner. 1. A Proposal and Bid Sheet for construction of the __________________ Project in form and content as such partner deems necessary and appropriate and as approved by the Water Resources Commissioner. 2. All other agreements, instruments or documents as such partner deems necessary or appropriate in conjunction with the aforementioned project. RESOLVED FURTHER, that the said partners or any of them, shall at all times be given full faith and credit without the necessity of inquiry by the Water Resources Commissioner as to any of the circumstances attending the same and that the acts and doings of the partners or any of them in respect to the subject matter hereof are hereby fully ratified, approved, adopted and confirmed; and RESOLVED FURTHER, that the authorizations herein set forth shall remain in full force and effect until written notice of their modification or discontinuance shall be given to and actually received by the Water Resources Commissioner at its offices. IN WITNESS WHEREOF, the partners of ______________________ hereby executes this Resolution as of the _____ day of _______________, 20____. PARTNERS: Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-1 of A-18 5/27/2020 This AGREEMENT, hereinafter referenced as “Agreement” or "Contract", is made and entered into this _ day of __ _, 20___ by and between the County of Oakland whose address is 1200 North Telegraph Road, Pontiac, MI 48341 by and through its Water Resources Commissioner, County Agency for the County of Oakland pursuant to Public Act 342 of the Public Acts of 1939, as amended hereinafter called the “Owner”, and _ _ _ , a (Michigan Corporation/Limited Liability Company/ Partnership) whose address is ___________________________________ _ __ ____ , Michigan, hereinafter referred to as “Contractor". In this Contract, either the Owner and/or the Contractor may also be referred to individually as a "Party" or jointly as "Parties.” WITNESSETH WHEREAS, the Owner and the Contractor, for the considerations hereinafter named, agree as follows: 1. THE WORK A. Contractor shall perform and complete each and every one of the obligations required by the Contract Documents, including, without limitation, furnishing all labor, materials, goods, services and equipment necessary to complete the Project in strict accordance with the Contract Documents. The Contractor shall perform all Work shown and called for on the Drawings and described in the Specifications entitled Martin Luther King Jr. Boulevard Pump Station & Sanitary Sewer Improvements prepared by Nowak and Fraus Engineers who is the Engineer. Contractor acknowledges that there may be items of Work for which the Contractor is responsible to furnish or perform under the Contract Documents that are not shown or specified in the Contract Documents but are necessary for the proper execution, operation and completion of the Work and which are reasonably inferable from the Contract Documents and/or which are required to achieve a fully functional Project. Contractor shall provide all such items of Work as part of the Work without delay in its progress and without any increase in the Contract Times or Contract Price. The Contract Documents are defined in the General Conditions. Terms used in this Agreement shall have the same meaning as those terms defined and used in the General Conditions, which are attached hereto and incorporated herein by reference as if fully restated herein. The priority of Contract Documents is set forth in Article 1 of the General Conditions. B. In order to induce the Owner to enter into this Agreement, the Contractor makes the following material representations: 1) Contractor has carefully considered all material aspects of the Contract Documents, Work, the Contract Drawings, locality, access routes, availability of materials, and all local conditions and federal, state, local laws and regulations that may affect the cost, progress, performance, or furnishing of the Work; Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-2 of A-18 5/27/2020 2) Contractor has carefully studied the Project, all real property encompassing and surrounding the Project, all reports of investigations and tests of subsurface and latent physical conditions at the Project or otherwise affecting the cost, progress or performance of the Work; 3) Contractor has made or caused to be made all examinations, analyses, schedules, investigations and tests, borings and studies as it deems necessary for the performance of the Work for the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, borings, reports or similar data are required by Contractor for such purposes; 4) Contractor acknowledges and agrees that the Contract Times and Contract Price are sufficient in all respects to allow the Contractor to complete the Work in strict accordance with the Contract Documents, including any work inferred therefrom; 5) Contractor has given Engineer written notice of all conflicts, errors, omissions and/or discrepancies that it has discovered, or reasonably should have discovered, in the Contract Documents and the written resolution thereof by Engineer, is acceptable to Contractor; 6) Contractor acknowledges that the Work, construction, reconstruction, and services will occur during all seasons of the year, including winter and wet weather months and under winter and wet weather conditions; notwithstanding these conditions, Contractor acknowledges that it has informed itself of the weather history of the area of the Site, including without limitation, conditions documented by N.O.A.A. for a 100-year history, and agrees to complete the Work and the Project within the Contract Times without exceeding the Contract Price; and 7) Contractor’s Proposal is true and accurate in all respects and includes all Work necessary to complete the Project within the Contract Times and without exceeding the Contract Price. 2. THE TIME A. Contractor shall be prepared to begin the Work within 10 consecutive calendar days of the execution of the Agreement. Notwithstanding anything to the contrary herein, the Contractor shall not begin the Work unless and until the Owner issues a written notice to proceed (“Notice to Proceed”). The above requirement shall not constitute a representation or guarantee of the date that Owner will issue a Notice to Proceed. Owner shall have _ calendar days following the execution of this Agreement to issue the Notice to Proceed, during which time the Contractor shall not be entitled to any increase in or change to the Contract Times or Contract Price. The Parties agree the Contract Times are considered essential elements of the Contract Documents. B. Contractor agrees to achieve Substantial Completion of the Work within 60 calendar days of the Notice to Proceed and Final Completion of the Work within _90 calendar days of the Notice to Proceed. Specific interim completion deadlines are addressed in the Contract Documents. Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-3 of A-18 5/27/2020 C. If the Contractor is delayed by a Force Majeure Event, as defined in the Contract Documents, and if such delay affects the Critical Path, then only the approved Schedule and the Contract Times shall be adjusted, subject to and in strict conformance with th e requirements of the Contract Documents, and only to the extent necessary to address such delay (but the total extension of all Critical Path Activities may not exceed the period of time required by the Contractor, using its best efforts, to mitigate the effect of the delay). An extension of time shall be the Contractor’s sole remedy for any delay caused by a Force Majeure Event. The Contractor shall use its best efforts to mitigate the effects of any delay, whether or not it is caused by a Force Majeure Event. Such best efforts shall not include the obligation to accelerate the Work. Acceleration of the Work is addressed separately in the Contract Documents. D. Immediately upon (and not more than 24 hours following the commencement of) the occurrence of a Force Majeure Event, the Contractor shall notify the Owner and Engineer in writing, setting forth the cause of the delay, a description of the portions of the W ork affected, and additional relevant details. Contractor’s failure to submit the notice of Force Majeure Event required herein shall constitute a waiver of any claim for an extension of time by the Contractor. In the case of a continuing delay caused by a Force Majeure Event, only one notice is necessary. E. No adjustments shall be made to the Schedule for any suspension, delay or interruption (i) to the extent that performance would have been so suspended, delayed or interrupted by any other cause, including the fault or negligence of the Contractor, (ii) to the extent the delay could have been mitigated by the Contractor, or (iii) for which an equitable adjustment is provided or excluded under any other provision of the Contract Documents. The Owner's exercise of any of its rights under the Contract Documents or the Owner's requirement of correction or re-execution of any Defective Work shall not, under any circumstances, be construed as interference with the Contractor’s performance of the Work. F. The remedies provided in Article 2 of this Agreement and the General Conditions, respectively, shall be the sole and exclusive remedies (in lieu of all other remedies whatsoever) of the Contractor for any delay, interference, or hindrances in the performance of the Work, loss of productivity, impact damages and similar claims and damages, whether or not contemplated by the Parties. In no event shall the Contractor be entitled to any compensation or recovery of any damages in connection with any delay, including, without limitation, all direct costs, indirect costs, overhead costs (including field or home office overhead, using Eichleay formula or otherwise), taxes, interest, general and administrative expenses, profit and all effects, direct, indirect and co nsequential resulting from the delay including acceleration[(actual or constructive), hindrance, disruption, interference, diminished bonding capacity, loss of productivity, impairment, manpower inefficiencies, lost opportunity, and “ripple effects”, impac t damages or other similar remuneration (collectively “Delay Damages”). Except only for time extensions for a delay caused by a Force Majeure Event and as specifically provided in the Contract Documents, or for specified recoverable costs in cases of an Owner Delay (as that term is defined in the Contract Documents), the Contractor hereby expressly waives, covenants and agrees not to assert any claims against the Owner for Delay Damages which it or any Subcontractor or Supplier may incur as a result of any of the foregoing causes, delays, interferences, suspensions, rescheduling, changes in sequences, congestion, disruptions, or the like arising from, out of or in connection with any Force Majeure Event or any act or omission of the Owner, its representatives or Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-4 of A-18 5/27/2020 agents, it being understood and agreed that their sole and exclusive remedies shall be those set forth herein and the Contract Documents. 3. LIQUIDATED DAMAGES A. The Contractor and the Owner agree that all time limits stated in the Contract Documents are essential conditions of the Contract Documents, and the Contractor’s performance (strictly, not substantially) in accordance with the Schedule is the essence of this Agreement and therefore are material terms. B. The Contractor acknowledges and recognizes that: 1) the Owner is entitled to full and beneficial use of the completed Work following expiration of the Contract Times, and 2) the Owner has scheduled the commencement of its activities based upon the Contractor achieving certain Work by intermediate milestones dates and Substantial and Final Completion of all of the Work within the Contract Times. The Contractor further acknowledges and agrees that if the Contractor fails to complete certain Work by specified milestone dates and/or fails to achieve Substantial Completion or Final Completion of any portion of the Work within the Contract Times, Owner will sustain extensive damages and serious loss as a result of such failures that may be difficult to calculate. Accordingly, Owner and Contractor agree the Owner shall be entitled to retain or recover from the Contractor, as liquidated damages, and not as a penalty, the sum of one thousand dollars Dollars ($1,000.00) per day commencing upon the day following the expiration of any of the following: a required milestone date; the date of Substantial Completion, and/or the date of Final Completion of the Project and continuing until the required Work for any of the foregoing deadlines is completed. Liquidated damages in the amount as stated above also shall apply to any failure to open a road on time as outlined in the Summary of Work. C. Because of the impracticality and difficulty of ascertaining and calculating the Owner’s actual damages, such liquidated damages are hereby agreed to be a reasonable pre- estimate of and reasonable just compensation for the damages the Owner will incur as a result of the delayed completion of the Work. The Owner may deduct liquidated damages from any unpaid amounts then and thereafter due the Contractor under this Agreement. Any liquidated damages not so deducted from any unpaid amounts due the Contractor shall be payable to the Owner by the date specified by the Owner, but in no event less than fourteen (14) days from the date of the Owner’s demand. Interest shall begin to accrue on the date such liquidated damages are due until paid and shall thereafter accrue at seven percent (7%) per annum. The Contractor and Owner agree that the foregoing liquidated damages are intended to compensate Owner only for damages due to the late delivery of the Work and not for any damages that Owner may suffer as a result of o ther Contractor defaults. Contractor’s payment (or deduction) of liquidated damages shall in no way restrict or limit the Owner’s ability to recover (or the Contractor’s liability for) damages suffered or incurred by the Owner as a result of Contractor’s defaults unrelated to the late delivery of the Work under the Contract Documents. Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-5 of A-18 5/27/2020 4. ASSIGNMENT OF CONTRACT Contractor agrees that it shall not assign or transfer this Contract except with the Owner’s written consent. Contractor shall not assign either legally or equitably, any of the monies payable to it under this Agreement, or its claim thereto, except with the written consent of the Owner. The Owner may withhold such consent in the Owner’s sole and absolute discretion. 5. THE CONTRACT PRICE A. The Contract Price shall be the total of all lump sum amounts together with any Unit Price amounts based on the initial estimated quantities identified in the Contractor’s Proposal. B. The Contract Price shall be increased as a result of changes in scope and actual quantity determinations as provided under the provisions of the Contract Documents and reduced by such sums as the Owner may lawfully deduct and retain, including without limitation, liquidated damages under the provisions of Article III of this Agreement. C. Upon completion of the Work, Owner will issue a Change Order adjusting the Unit Price quantities to reflect the actual quantities of the Work performed under the Contract Documents and adjusting the total Contract Price accordingly. Progress payments shall be made in accordance with the provisions of Article 4. 6. PAYMENT PROCEDURES A. Schedule of Values 1) Within ten (10) calendar days of the Notice to Proceed, Contractor shall prepare and submit to the Engineer, a schedule of values for all of the Work (“Schedule of Values”) which includes quantities and prices of items which, when added together, equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as a basis for determining the proper amount of progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. The Schedule of Values shall conform to all requirements of the Contract Documents. Upon completing its review, the Engineer will return the Schedule of Values to Contractor identifying any exceptions to the form or content of the proposed Schedule of Val ues. Contractor promptly shall revise and resubmit the Schedule of Values to address any exceptions noted by the Engineer. As the Work progresses, Contractor shall modify the Schedule of Values to include any credits or approved change orders, or as otherwise required or allowed by the Engineer. Contractor will modify the Schedule of Values to conform to any requirements requested by the Engineer regardless of whether Contractor agrees or disagrees with the requested modification. Contractor shall incorporate the Schedule of Values into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the quantities completed. B. Applications for Payments Pursuant to the Construction Contract Retainage Act, Act No. 524, Michigan Public Acts of 1980, as amended, MCL 125.1561 et seq., the Owner hereby designates the Engineer as the person to whom Applications for Payment shall be submitted. The Contractor hereby Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-6 of A-18 5/27/2020 designates ____ ___ submit Applications for Payment to the Owner. as the person who will 1) No payment will be made for materials furnished which are not incorporated in the finished Work, unless otherwise agreed by the Owner in writing. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored and secured at the Site or at another location agreed to in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner’s interest therein, all of which must be satisfactory to Owner. 2) Materials that may be considered for payment as stored material must be located on Owner’s property and/or within the State of Michigan. Contractor also must submit the request for payment for stored materials to Owner at the same time that the Schedule of Values is submitted to the Engineer. 3) Materials that that are not eligible for payment as stored materials include the following: a) Perishable materials (example: cement, epoxy, etc.). b) Electronic hardware and/or software. c) Raw materials (un-fabricated steel, piping, etc.). d) Materials to be incorporated into the work in less than 30 days or beyond 180 days. e) Contractor’s equipment (formwork, shoring, etc.). 4) As an aid to the Owner in evaluating estimates for progress payments, the Contractor may be required to submit to the Owner for approval a breakdown of some or all contract unit prices into their essential component parts. The sum of the component parts shall not exceed the total Contract Price on a per unit basis as established in the Proposal. 5) Each month, following the Notice to Proceed, Contractor shall prepare and submit to Engineer for review a draft Application for Payment using AIA Documents G- 702 and G-703 or such other forms as the Owner may allow, which shall be certified with a reference to the Federal False Claims Act. The Application for Payment shall reflect all Work completed since the prior Application (if any) and shall meet all other requirements of the Contract Documents. Each Application for Payment must strictly comply with and include all of the following: (1) a notarized Contractor's Declaration (on a form provided by the Owner) declaring that it has not performed any Work, furnished any material, sustained any loss, damage or delay, for any reasons, including soil conditions encountered or created, or otherwise done anything for which it will ask, demand, sue for, or claim compensation from the Owner other than as indicated on the Contractor's Declaration; (2) receipts or other vouchers showing Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-7 of A-18 5/27/2020 Contractor’s payments for materials and labor, including payments to Subcontractors; (3) a current, properly completed notarized Sworn Statement, on the Michigan statutory form, listing each Subcontractor, supplier and laborer having a contract with the Contractor in the current aggregate amount (including adjustments that have been issued as of that date) (Owner reserves the right to require Sworn Statements from Contractor’s Subcontractors); (4) Partial Unconditional Lien Waivers and Releases in the form provided by Owner from each subcontractor, supplier and labor identified on Contractor’s Sworn Statement, or Subcontractor’s Sworn Statement, if requested; (5) written consent of the Contractor’s surety; (6) a copy of the then current Project Schedule Update as returned by Engineer with “No Exceptions”; (7) certified payroll reports if, when and as required by Michigan law, and in a form reasonably acceptable to the Owner; (8) Daily Reports for each day covered by the time period relating to the Application for Payment and in the form required by the Contract Documents; and (9) such other evidence requested by Owner to satisfy Owner that the Work for which payment is requested has been completed in conformance with the Contract Documents, and that all amounts which have previously been paid for Work performed have been properly distributed to the various Subcontractors, Sub- Subcontractors, laborer and suppliers. The Contractor’s failure to include the documents and information set forth in items (1) through (9) above shall render the Contractor’s Application for Payment as invalid and of no effect, until such time as all the Contract requirements for making the application are fully complied with by the Contractor. 6) Each month, Contractor, Owner and Engineer shall meet to review and discuss Contractor’s draft Application. Contractor is responsible for submitting the draft Application and scheduling the monthly pay application meeting. Following this meeting, the Contractor shall revise its draft Application for Payment in accordance with the comments of the Owner and Engineer. 7) Contractor shall submit the revised Application for Payment to the Engineer, together with all other documents required to be submitted with an Application for Payment, covering all Work performed since the proceeding Application for Payment (if any). Contractor must timely invoice for its Work. Contractor shall submit Application For Payment no later than 14 days before a scheduled meeting of the Owner’s Drainage Board, if the Work is being conducted for a Drain Board. 8) The Application for Payment shall include all accompanying documents and approvals required by the Contract Documents. If the Contractor is not known to be in default of any of its obligations under the Contract Documents, the Application for Payment will be certified and presented by the Engineer to the Owner with a recommendation for approval of the payment. If the Application is untimely, incomplete, incorrect, fails to include the required documentation, schedules, or certifications, or otherwise fails to conform to the requirements of the Contract Documents, it will not be submitted for approval by the Owner. C. Payment Dates 1) Owner shall pay the Application for Payment within one of the following time periods, whichever is later, as provided by MCL 125.1562(3): Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-8 of A-18 5/27/2020 a) Thirty (30) days after the Engineer has certified the Application for Payment for payment. b) Fifteen (15) days after the Owner has received the funds from the applicable department or agency of the federal or state government providing financing for the Project, if any funds are to come from either of those sources. c) Fifteen (15) days following the scheduled Drainage Board meeting and approval by the Drainage Board. 2) Contractor’s failure to submit a complete and accurate Application for Payment acceptable to the Engineer may delay payment on the Application for Payment. D. Conditions of Payment 1) The Owner’s payment (partial or final) shall not be considered as approval or acceptance of the Work or any portion thereof, or of the completeness or accuracy of the Application for Payment. 2) If an estimate in an Application for Payment is found to be excessive, future estimates in pay applications shall be adjusted downward to reflect the actual completion status of the Work. E. Withholding of Payment 1) The Owner may withhold payment or, because of subsequently discovered evidence or subsequent review of the Work or the Contractor’s Applications for Payment, invoice detail and/or submittals, may nullify the whole or any part of any payment previously made, to such extent as may be necessary in its opinion to protect the Owner from loss or expense due to any of the following: a) The Contractor fails to properly respond to notices issued by the Owner pursuant to the Contract Documents; b) The Contractor is in default of any of its obligations under this Agreement or under any of the Contract Documents, and/or is otherwise in default of any other agreement or contract with the Owner, whether or not related to this Contract; c) Any part of such payment that is attributable to Work which is Defective, as determined by the Engineer; provided, however, such payment shall be made as to the part thereof attributable to Work which is performed in accordance with the Drawings and Specifications and is not Defective, reserving, however, such amount as the Engineer shall determine necessary to protect the Owner with respect to Defective Work; d) The Contractor has failed, within ten (10) calendar days of receipt of payment from Owner, to make payments not in dispute promptly to Contractor’s subcontractors, sub-subcontractors, laborers or suppliers or for material, labor or services used in the Work; Contractor promptly shall notify Owner if any such dispute exists; Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-9 of A-18 5/27/2020 e) Any part of such payment is attributable to Work that the Owner has been notified of a claim or dispute or has received reasonable evidence indicating the existence of such a claim or dispute, unless the Contractor provides reasonable evidence of its ability to resolve the dispute and pay any amount owed; f) The Owner has a reasonable belief the Work will not be completed within the Contract Times established under the Contract Documents; g) The Owner reasonably believes that the portion of the Contract Price then remaining unpaid will not be sufficient to pay for Work not completed to date or to complete the Work in accordance with the Contract Documents; h) An Application for Payment is not in the exact form required by the Contract Documents; i) The Contractor has failed to submit and obtain approval for a Schedule, Schedule update, make up schedule or other documents required in the Contract Documents required for a complete and valid Application for Payment; j) The Contractor’s Payment and/or Performance Bond Surety provides Owner with a notice to withhold further funds according to the terms of the Surety Bonds and/or indemnity agreement with the Contractor; k) At the written direction of Contractor’s bond company; and l) The Owner is otherwise entitled to a setoff against the Contractor 2) If the Owner elects to withhold a portion of a payment otherwise due to the Contractor for any of the reasons identified above, the Owner shall submit a written statement to Contractor describing the disputed items and shall have the right to require the Contractor to prepare and submit to the Owner a revised Application For Payment, as directed by the Owner, to facilitate payment of the undisputed amount, if any, otherwise due to the Contractor. Alternatively, the Owner shall have the right (but not the obligation) to revise the Contractor’s Application for Payment to show the amount withheld by the Owner. Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-10 of A-18 5/27/2020 3) Whenever the Owner reasonably determines, after notice to the Contractor, that there is a basis for concern that payments properly owing to any subcontractor, supplier, surety, or laborer are not being made on a timely basis, the Owner may elect, but shall not be obligated to make, payments to the joint order of the Contractor and such subcontractor, supplier, or laborer, with any such payments satisfying any payment obligation otherwise owing by the Owner to the Contractor. Alternatively, the Owner may, but is under no obligation to make, direct payment to any subcontractor, supplier, or laborer of the Contractor, and such amounts directly paid shall otherwise satisfy any payment obligation owing by the Owner to the Contractor for the Work. The Owner’s option to withhold payment from the Contractor, or to make joint payments or direct payments shall not create an intended third beneficiary relationship with any other person or entity, it being agreed and understood the Owner has the right to withhold payment, or to make such joint and direct payments but is not otherwise obligated (nor may it be compelled) to make such joint and/or direct payments. 4) The Owner also may elect at any time to require payments be made through a construction escrow, in which event the Contractor shall supply all customary forms and indemnities as may be required to satisfy the conditions to disbursement established by the applicable escrow agent. F. Retainage from Payments 1) Each payment from the Owner to Contractor shall cover the amount due to the Contractor for Work completed through the date of the Application for Payment; provided, however, retainage in the amount of ten percent (10%) of each payment made or due from the Owner to the Contractor (“Retainage”) shall be withheld from each payment until the Work on the Project is fifty percent (50%) complete as determined by the dollar amount of approved Applications for Payment. No further Retainage will be withheld once the Work is 50% complete unless the Owner determines that the Contractor is not making satisfactory progress, or for other specific cause relating to the Contractor's performance under the Contract. Retainage shall be withheld in compliance with MCL 125.1563. The provisions of MCL 125.1563 shall govern over any provisions contained herein that are found to conflict with the provisions of the statute. 2) The Owner's right to withhold Retainage is in addition to the Owner's right to withhold payment under the Contract Documents to protect the Owner from specific identified problems and claims and other costs for which the Contractor is responsible. The Owner is not required to use Retainage amounts to protect the Owner from the costs and liability arising from claims and other problems caused by the Contractor or for which Owner may make deductions under the Contract Documents. Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-11 of A-18 5/27/2020 3) The Owner shall have the right, but not the obligation, to release Retainage related to a subcontractor who achieves Final Completion of its subcontracted portion of the Work under the subcontract substantially earlier than Final Completion of the entire Work, but only upon the written recommendation of the Contractor that such Retainage should be released. This option is entirely discretionary and shall create no obligation for the Owner, nor is this option intended to create any benefit to third parties. 4) At the time of Substantial Completion of the Work, the Contractor may make written application for a partial release of Retainage held by the Owner. The Owner shall have no obligation to approve such application but may do so in its sole discretion. Should the Owner agree to such request, considering the Contractor’s performance, the performance of Contractor’s subcontractors, and other factors as determined by the Owner in its sole and absolute discretion, the amount retained to the date of the request may be reduced by the Owner to a lower lump sum amount. The Owner's agreement to such partial release of Retainage shall not change the percentage retained from future Applications for Payments, if any, after the date of the partial release, if Owner has elected to continue withholding Retainage from Contractor’s Applications for Payment. 5) All retained amounts and interest earned on retainage not otherwise disbursed will be paid with Contractor’s Final Payment. Contractor shall provide Owner with consent from the Surety for any release of retention. In the event of a dispute as described in MCL 125.1564(3), the parties shall abide by the provisions of said statute and agree to submit the dispute to the Engineer to determine the rights of the parties to retained funds and interest earned thereon. The Engineer shall follow the dispute resolution process provided in the statute and its decision shall comport with the requirements therein. This dispute resolution process is not intended to alter, abrogate, or limit any rights with respect to remedies that are available to enforce or compel performance of the terms of the Contract by either party. 7. FINAL PAYMENT – FINAL ACCEPTANCE A. Neither Final Payment nor any remaining Retainage shall become due until the Contractor has completed all of the Work on the Project, including any Punch List items, as acknowledged by Owner and Engineer, Owner has issued written acknowledgement of Final Completion, and Contractor has completed and/or submitted to the Owner all of the following: (1) an affidavit in the form approved in the Michigan Construction Lien Act that payrolls, bills for materials and equipment, and other indebtedness connected with the Work have been paid or otherwise satisfied; (2) consent of all sureties to Final Payment; (3) final record Drawings, including record Drawings marked by the Contractor with record information set forth in the Contract Documents and the Contractor’s coordination drawings; (4) the final versions of all manufacturers' warranties; (5) a final sworn statement from the Contractor in the form set forth in the Michigan Construction Lien Act duly executed and notarized showing all of Contractor’s subcontractors, suppliers and laborers to be fully paid; (6) Full Unconditional Lien Waivers and Releases in the form provided by Owner from all subcontractors, suppliers and laborers identified on the final Sworn Statements submitted by Contractor and Subcontractors, if required; Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-12 of A-18 5/27/2020 (7) releases of all required permits; and (8) all other conditions set forth in the Contract Documents. B. The Contractor shall submit an Application for Final Payment when all Work is finally complete in accordance with the Contractor’s obligations under the Contract Documents. The Contractor’s Application for Final Payment shall include a request for payment of the Retainage held by the Owner, if Retainage otherwise has not been released at an earlier point in time. C. Final Acceptance will have occurred after Owner has authorized Final Payment to the Contractor. The date of the Owner’s authorization of Final Payment shall be the date of Final Acceptance. D. Contractor’s Application for Final Payment shall itemize all timely asserted claims and disputed amounts that remain unresolved at the time of submission. All claims or disputed amounts shall include the designation of the amount that remains in dispute and a reference by date and correspondence number to the specific Notice of Claim and substantiation of the claim submitted by the Contractor in accordance with the Contract Documents. The Final Application for Payment shall indicate only the amount that remains in dispute for each disputed claim and shall not include original claim amounts where a portion of the claim or disputed amount has been resolved. E. The acceptance of the Final Payment (in whole or in part) by the Contractor shall constitute a full and final release of Owner and waiver of all claims against the Owner arising out of or in connection with the Project and/or Contract Documents, except only those specific claims of the Contractor timely made in writing as required by the Contract Documents and itemized in the attachment to Contractor’s Final Application for Payment. Notwithstanding anything to the contrary herein, the Contractor’s written itemization of reserved claims may not revive claims which were waived by Contractor as a result of its failure to timely assert such claims accordance with the Contract Documents. 8. DISPUTE RESOLUTION A. Notwithstanding anything to the contrary herein, and assuming the Parties have completed the Disputed Work procedure in the General Conditions, any remaining unresolved claims by the Contractor against the Owner or the Owner against the Contractor first shall be resolved through a meeting between the Contractor’s highest officer familiar with the Project and the Owner’s highest level staff member, and such meeting shall occur no earlier than thirty (30) days after Final Completion. At the Owner’s option, this meeting may be conducted by a facilitator mutually acceptable to the Parties, or, in the event the Parties are unable to agree on a facilitator, the Parties shall select a facilitator according to the American Arbitration Association Construction Industry Rules for Mediation. The meeting between the Contractor’s highest officer and the Owner’s highest official is a condition precedent to the Contractor initiating litigation or demanding arbitration (if elected by the Owner). B. In the sole and absolute discretion of the Owner, the Owner may elect to arbitrate claims, and thereafter all claims, disputes and other matters in question arising out of or relating to Contract Documents and/or the Project, shall be decided by arbitration. If elected by the Owner, such arbitration shall be administered by the American Arbitration Association under its Construction Industry Arbitration Rules, and judgment on the Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-13 of A-18 5/27/2020 award rendered by the arbitrator(s) shall be final and binding and shall be entered in any Court having jurisdiction thereof. The arbitration shall be conducted in Oakland County, Michigan. The Owner may, but is not obligated to, require the Contractor to join any of the Contractor’s subcontractors and/or suppliers to the arbitration, and the Contractor shall insure its contracts with each of its subcontractors and suppliers include the right to join other parties to arbitration. Contractor shall have no right to join subcontractors to the arbitration and subcontractors shall not intervene in the arbitration unless joinder is requested by the Owner. C. In the event the Owner does not elect arbitration, any and all disputes shall be resolved by litigation in Oakland County, Michigan, it being agreed the Contractor conducts business in Oakland County, Michigan and the Contractor waives any claim that venue is improper in Oakland County, Michigan. D. Notwithstanding anything to the contrary herein, to the fullest extent permitted by law, the Owner’s total liability to the Contractor in any action, proceeding, arbitration or judgment shall not exceed the Contract Price adjusted in accordance with the Contract Documents. Contractor waives any and all claims for damages in excess of the Contract Price. Further, in no event shall Owner, or any director, officer, employee, agent, successor or assign of the Owner, be liable to Contractor, or anyone claiming through or related to Contractor, whether based on contract, tort, negligence, warranty, indemnity, strict liability, delay, error or omission, other otherwise, for any consequential, special, incidental, indirect, punitive, exemplary or multiple damage or damages arising from or in connection with loss of use or loss of revenue or profit, actual or anticipated, increased expense of manufacturing or operation, loss of bonding capacity, or cost of capitals, and the Contractor hereby releases Owner, and any director, officer, employee, agent, successor or assign of the Owner, from all such liability. Any action resulting from any alleged breach of contract of claim of negligence of the Owner must be commenced within one year of the date of Substantial Completion (and documented as required by the Contract Documents) or the Contractor will be deemed to have irrevocably waived any such cause of action. E. The pendency or possibility of a dispute between the Owner and Contractor shall not interfere with the progress of the Work by Contractor, nor shall the Contractor be permitted to suspend the Work, slow the performance of the Work, and/or terminate the Work except as specifically provided for in the Contract Documents. F. The parties acknowledge and agree that during the course of the Project, claims may arise from time to time which have a small dollar value and that it would not be an efficient use of the parties' respective resources to litigate or arbitrate each such claim individually. Therefore, notwithstanding anything to the contrary in this Article 8 or elsewhere in this Agreement, neither party shall have the right, prior to Final Completion or the earlier termination of this Agreement, to initiate arbitration proceedings or file suit, as the case may be, against the other unless the aggregate amount of such Party's claim(s) is at least two hundred thousand dollars ($200,000.00). 9. MISCELLANEOUS A. The Contractor acknowledges that it has not received or relied upon any representations or warranties of any nature whatsoever from the Owner or Engineer, or their respective agents or employees, not set forth in the Contract Documents and that this Contract is Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-14 of A-18 5/27/2020 entered into solely upon the Contractor’s own investigations, careful deliberations and independent business judgment. B. If any section, paragraph, sentence, clause or phrase of these Contract Documents shall be held invalid, the same shall not affect any other part of these Contract Documents. 10. GOVERNING LAW This Agreement is made and entered into in the State of Michigan and shall in all respects be interpreted, enforced and governed under the laws of the State of Michigan. The language of all parts of this Agreement is intended to and, in all cases, shall be construed as a whole, according to its fair meaning, and not construed strictly for or against any Party. As used in this Agreement, the singular or plural number, possessive or non-possessive shall be deemed to include the other whenever the context so suggests or requires. 11. CAPTIONS The article headings or titles and/or all article numbers contained in this Agreement are intended for the convenience of the reader and not intended to have any substantive meaning and are not to be interpreted as part of this Agreement. 12. SEVERABILITY Each portion of this Agreement and the Contract Documents shall be deemed severable to the extent practical while maintaining the enforceability and intent of this Agreement. Any portion of this Agreement held to be unenforceable shall be severed from the Agreement with the remaining provisions continuing in full force and effect. 13. NOTICES All notices required or permitted to be given by one Party to the other under the Contract Documents shall be in writing and sent to that Party at the address specified below by certified U.S. Mail, return receipt requested, or recognized overnight courier service, or shall be hand- delivered or transmitted by facsimile that retains a record of transmission. Notices shall be effective upon the earlier of actual receipt or two (2) business days after posting or delivery to a courier. Notices also shall be deemed to have been duly served if delivered personally in writing to the Contractor’s Project Executive or other on-site representative. Either Party may change its address or designee for purposes of this Article by a written notice complying with the provisions of this Article. Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-15 of A-18 5/27/2020 If to the Contractor: Name: Address: Contract Number: Email: If to the Owner: Oakland County Water Resource Commissioner Name: Craig Tiell Address: One Public Works Drive, Bldg. 95 West, Waterford, MI 48328 Contract Number: 248 303-0930 Email: tiellc@oakgov.com With a copy to: Nowak and Fraus Engineers Name: Chad Findley Address: 46777 Woodward Avenue Pontiac, MI 483 42 Contract Number: 248 332-7931 Email: cfindley@nfe-engr.com 14. CONTRACT SUBJECT TO ACQUISITION OF FINANCING AND EASEMENTS The Contract is executed and delivered subject to arrangements of financing and easement acquisition for the completion of the Project. If such arrangements are not completed within a reasonable time of execution of the Agreement, then either party may terminate this Agreement without liability. Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-16 of A-18 5/27/2020 WITNESS OAKLAND COUNT WATER RESOURCES COMMISSIONER, COUNTY AGENCY FOR THE COUNTY OF OAKLAND Signature: Print Name: WITNESS CONTRACTOR: Signature: Print Name: Title: Approved as to form: _ Oakland County Water Resource Commissioner’s Legal Counsel Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-17 of A-18 5/27/2020 INSTRUCTIONS FOR EXECUTING AGREEMENT If the Contractor is a Corporation, the following certificate should be executed: I, __ , certify that I am the __ Secretary of the Corporation named as Contractor hereinabove; that , who signed the foregoing Agreement on behalf of the Contractor, was then of said Corporation; that said Agreement was duly signed for and in behalf of said Corporation by authority of its governing body, and is within the scope of its corporate powers. (Corporate Seal) _ _ (signature) Form DC-117 THE AGREEMENT JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page A-18 of A-18 5/27/2020 If the Agreement is signed by the Secretary of the Corporation, the above certificate should be executed by some other officer of the Corporation, under the Corporate Seal. In lieu of the foregoing certificate, Contractor may attach to the Agreement copies of pertinent records of the Corporation that will show the official character and authority of the officers signing, duly certified by the Secretary or Assistant Secretary under the Corporate Seal to be true copies. The full name and business address of the Contractor should be inserted, and the Agreement should be signed with his official signature. Please have the name of the signing party or parties typewritten or printed under all signatures to the Agreement. If the Contractor is operating as a partnership, each partner should sign the Agreement. If the Agreement is not signed by each partner, Contractor shall attach a duly authenticated Power of Attorney to the Agreement evidencing the signer’s (signers’) authority to sign such Agreement for and in behalf of the partnership. If the Contractor is an individual, the trade name (if the Contractor is operating under a trade name) should be indicated in the Agreement and the Agreement should be signed by such individual. If the Agreement is signed by someone other than the Contractor, Contractor shall attach a duly authenticated Power of Attorney to the Agreement evidencing the signer’s authority to execute such Agreement for and in behalf of the Contractor. Form DC–132 LABOR AND MATERIAL BOND JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page LMB-1 of LMB-2 05/27/2020 BOND NO. ___________________ LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, that _______________________________ , (“Contractor”), as Principal, and ____________________________________________ (“Surety”), as Surety are held and firmly bound unto the Oakland County Water Resources Commissioner, County Agency for the County of Oakland or _______________________ Drain Drainage District (strike one) (“Owner”), in the sum of ____________________________________________________ Dollars ($ _______________) good and lawful money of the United States of America, to be paid to said Owner, its legal representatives and assigns, for which payment well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, and each and every one of them jointly and severally, firmly by these presents WHEREAS, Contractor has entered into a certain contract with Owner, dated the ______ day of _______________, 20_____, (hereinafter called the “Contract”) for the construction of: ____________________________________________________ (the “Project”) which Contract and the specifications for said Work shall be deemed a part hereof as fully as if set out herein; and WHEREAS, this Bond is given in compliance with and subject to all the provisions and conditions of Public Act 213 of the Public Acts of 1963, MCLA 129.201 – 129.211, as amended. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that if the above named Principal, legal representatives, or successors shall pay or cause to be paid to all subcontractors, persons, firms and corporations, as the same may become due and payable, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Contract, then this obligation shall be void and the Surety and the Principal shall have no obligation under this Bond; otherwise the Bond shall remain in full force and effect. This Bond is given upon the express condition that any changes, alterations, or modifications that may be hereafter recorded or made in the construction and complete installation of the work herein referred to, or the placing of an inspector or superintendent thereon by the Owner shall not operate to discharge or release the Surety thereon. The Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders and other obligations. Notice and Claims to the Surety, the Owner or the Principal shall be mailed or delivered to the address shown on the page on which their signature appears or as otherwise provided in the Contract. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Principal shall promptly furnish a copy of this Bond or shall permit a copy to be made. Form DC–132 LABOR AND MATERIAL BOND JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page LMB-2 of LMB-2 05/27/2020 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective authorized officers this _____ day of ____________, 20_____. Sealed with our seals and dated this _____ day of _______________, 20____. __________________________________ _________________________________________ (Witness) (Principal) (corporate seal) __________________________________ _________________________________________ (Print Name) (Signature) __________________________________ _________________________________________ (Title) (Print Name & Title) _________________________________________ (Address) _________________________________________ __________________________________ _________________________________________ (Witness) (Surety) (corporate seal) __________________________________ _________________________________________ (Print Name) (Signature) __________________________________ _________________________________________ (Title) (Print Name & Title) _________________________________________ (Address) _________________________________________ Attach Power of Attorney Form DC-133 MAINTENANCE AND GUARANTEE BOND JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page MGB-1 of MGB-2 05/27/2020 BOND NO. ___________________ MAINTENANCE AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that _______________________________ , (“Contractor”), as Principal, and ____________________________________________ (“Surety”), as Surety are held and firmly bound unto the Oakland County Water Resources Commissioner, County Agency for the County of Oakland or _______________________ Drain Drainage District (strike one) (“Owner”), in the sum of ____________________________________________________ Dollars ($ _______________) good and lawful money of the United States of America, to be paid to said Owner, its legal representatives and assigns, for which payment well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, and each and every one of them jointly and severally, firmly by these presents WHEREAS, Contractor has entered into a certain contract with Owner dated the _____ day of _____________, 20_____, (hereinafter called the “Contract”) for the construction of: ___________________________________________________(the “Project”) which Contract and the specifications for said Work shall be deemed a part hereof as fully as if set out herein; and WHEREAS the improvements to be constructed under the Contract are located in ______________________ and shall be operated and maintained by Owner; NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that Contractor has covenanted to the Owner that for a period of two (2) years from the date of Final Acceptance of the Project, to keep in good order and repair any defect in all the Work performed or materials and equipment supplied by either the Contractor, its subcontractors, or its material and equipment suppliers on the Project, that may develop during said period due to improper materials, defective equipment, workmanship or arrangements, and any other Work affected in making good such imperfections or nonconformities, all without expense to the Owner, excepting only such part or parts of said Work as may have been disturbed without consent or approval of the Contractor after the Final Acceptance of the Project. Whenever directed to do so by the Owner, by notice served in writing, either personally or by mail, on the Contractor at ________________________________________________________ , or its legal representatives, or successors or the Surety at ____________________________________________ , Contractor will proceed at once to make such repairs as directed by the Owner and if Contractor fails to do so within one (1) week from the date of service of such notice, then Owner shall have the right to purchase such materials and employ such labor and equipment as may be necessary for the purpose, and to undertake, do and make such repairs, and charge the expense thereof to, and receive same from the Contractor or the Surety. If any repair must be made at once to protect life and property, then and in that case, Owner may take any immediate steps to repair, barricade defects or other action, without notice to the Contractor. In such accounting, Owner shall not be held to obtain the lowest cost to perform the work, or any part thereof, but all sums actually paid therefor shall be charged to the Contractor or Surety. In this regard, the Owner’s judgment is final and conclusive. In addition to the foregoing, Contractor shall, for a period of two (2) years from the date of Final Acceptance, maintain and keep the Work so constructed in good order and repair, excepting only such part or parts of the Work which may have been disturbed without the consent or approval of the Contractor after the Final Acceptance of the same, and shall whenever notice is given as hereinbefore specified, at once proceed to make the repair as directed in the notice, or shall reimburse the Owner for any expense incurred by making such repairs. Contractor also shall fully indemnify, defend and hold harmless the Form DC-133 MAINTENANCE AND GUARANTEE BOND JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page MGB-2 of MGB-2 05/27/2020 Owner from and against any and all liabilities, claims, causes of action, lawsuits, damages, losses and expenses to the extent caused by, arising out of, resulting from or occurring in connection with any injury or damage to any person or property, by or from any of the acts or omissions or through the negligence of said Contractor, its servants, agents, or employees, in the prosecution of the Work, and from any and all claims arising under the Workers' Compensation Act of the State of Michigan. Should the Contractor or Surety take such action, then the above obligations shall be void, otherwise they shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective authorized officers this ______ day of _________________, 20_____. Sealed with our seals and dated this _____ day of _________________, 20____. __________________________________ _________________________________________ (Witness) (Principal) (corporate seal) __________________________________ _________________________________________ (Print Name) (Signature) __________________________________ _________________________________________ (Title) (Print Name & Title) _________________________________________ (Address) _________________________________________ __________________________________ _________________________________________ (Witness) (Surety) (corporate seal) __________________________________ _________________________________________ (Print Name) (Signature) __________________________________ _________________________________________ (Title) (Print Name & Title) _________________________________________ (Address) _________________________________________ Attach Power of Attorney Form DC–134 PERFORMANCE BOND JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page PB-1 of PB-2 05/27/2020 BOND NO. ___________________ PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that _______________________________ , (“Contractor”), as Principal, and ____________________________________________ (“Surety”), as Surety are held and firmly bound unto the Oakland County Water Resources Commissioner, County Agency for the County of Oakland or _______________________ Drain Drainage District (strike one) (“Owner”), in the sum of ____________________________________________________ Dollars ($ _______________) good and lawful money of the United States of America, to be paid to said Owner, its legal representatives and assigns, for which payment well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, and each and every one of them jointly and severally, firmly by these presents WHEREAS, Contractor has entered into a certain contract with Owner dated the ______ day of, ___________________, 20____ (hereinafter called the “Contract”) for the construction of: ____________________________________________________ (the “Project”) which Contract and the specifications for said Work shall be deemed a part hereof as fully as if set out herein; and WHEREAS, the Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Contract, which is incorporated herein by reference; WHEREAS, this Bond is given in compliance with and subject to all the provisions and conditions of Public Act 213 of the Public Acts of 1963, MCLA 129.201 – 129.211, as amended. NOW, THEREFORE, if the Contractor shall save and hold harmless the Owner from all public liability and damages of every description in connection therewith, shall well and faithfully in all things fulfill the Contract according to all the conditions and stipulations therein contained in all respects, and shall save and hold harmless the Owner from and against all liens and claims of every description in connection therewith, then this obligation shall be void and of no effect; but otherwise it shall remain in full force and virtue; and in the event that the Owner shall extend the time for the completion of said work or otherwise modify elements of the Contract in accordance with provisions thereof, such extension of time or modification of the Contract shall not in any way release the sureties of this Bond. The Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders and other obligations. Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears or as otherwise provided in the Contract. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. Form DC–134 PERFORMANCE BOND JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page PB-2 of PB-2 05/27/2020 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective authorized officers this _____ day of ____________, 20_____. Sealed with our seals and dated this _____ day of _______________, 20____. __________________________________ _________________________________________ (Witness) (Principal) (corporate seal) __________________________________ _________________________________________ (Print Name) (Signature) __________________________________ _________________________________________ (Title) (Print Name & Title) _________________________________________ (Address) _________________________________________ __________________________________ _________________________________________ (Witness) (Surety) (corporate seal) __________________________________ _________________________________________ (Print Name) (Signature) __________________________________ _________________________________________ (Title) (Print Name & Title) _________________________________________ (Address) _________________________________________ Attach Power of Attorney GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-1 of GC-68 05/27/2020 TABLE OF CONTENTS 1. CONTRACT DOCUMENTS ....................................................................................................... 3 2. CONTRACT DRAWINGS AND SPECIFICATIONS ................................................................... 5 3. DEFINITION OF TERMS ........................................................................................................... 6 4. ENGINEER'S STATUS ............................................................................................................ 14 5. OBSERVER’S STATUS .......................................................................................................... 15 6. CONTRACTOR'S RESPONSIBILITY ...................................................................................... 15 7. PERMITS AND REGULATIONS .............................................................................................. 18 8. SUBCONTRACTS ................................................................................................................... 18 9. OTHER WORK - COORDINATION ......................................................................................... 19 10. GENERAL REQUIREMENTS FOR MATERIALS AND WORKMANSHIP ............................... 20 11. TESTING AND SAMPLING ..................................................................................................... 20 12. EQUIPMENT CERTIFICATION................................................................................................ 20 13. LINES AND GRADES .............................................................................................................. 21 14. PROTECTION OF WORK AND PROPERTY ........................................................................... 21 15. RESPONSIBILITY FOR ADJOINING STRUCTURE AND TREES .......................................... 22 16. MAINTENANCE OF SERVICE ................................................................................................ 22 17. STORAGE OF MATERIALS .................................................................................................... 24 18. RELATION TO OTHER CONTRACTORS ............................................................................... 24 19. SAFETY AND PROTECTION .................................................................................................. 24 20. CONTRACTOR'S SUPERVISION AND ORGANIZATION....................................................... 27 21. INSPECTION OF WORK AND MATERIALS ........................................................................... 28 22. SUBMITTALS .......................................................................................................................... 29 23. REQUEST FOR INFORMATION ............................................................................................. 31 24. ERRORS, CORRECTIONS AND CHANGES IN DRAWINGS AND SPECIFICATIONS .......... 32 25. CHANGES IN THE WORK ...................................................................................................... 32 26. BASIS FOR DETERMINING COSTS OF CHANGES IN THE WORK...................................... 34 27. SCHEDULE CHANGES (OWNER DELAY) ............................................................................. 37 28. PATENTS ................................................................................................................................ 40 29. SUBSTITUTES AND OR-EQUALS ......................................................................................... 40 30. DISPUTED WORK ................................................................................................................... 43 31. DIFFERING SITE CONDITIONS .............................................................................................. 47 32. CLEAN UP AND RESTORATION ........................................................................................... 48 33. USE OF COMPLETED PORTIONS OF THE WORK ............................................................... 48 34. FAIR EMPLOYMENT PRACTICES ACT ................................................................................. 48 35. LABOR HARMONY ................................................................................................................. 48 36. AUTHORITY ............................................................................................................................ 48 37. SANITARY REGULATIONS .................................................................................................... 48 38. SUNDAY, HOLIDAY AND NIGHT WORK ............................................................................... 49 39. SCHEDULING ......................................................................................................................... 49 40. PROGRESS OF WORK ........................................................................................................... 49 41. TIME OF COMPLETION .......................................................................................................... 49 GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-2 of GC-68 05/27/2020 42. TIME IS ESSENCE OF CONTRACT ....................................................................................... 49 43. ESTIMATED QUANTITIES ...................................................................................................... 50 44. FORFEITURE OF CONTRACT ............................................................................................... 50 45. NO WAIVER OF CONTRACT .................................................................................................. 50 46. PAYMENT NOT A WAIVER .................................................................................................... 51 47. WARRANTY-GUARANTEE ..................................................................................................... 52 48. MOBILIZATION ....................................................................................................................... 52 49. HAZARDOUS SUBSTANCES ................................................................................................. 53 50. INSURANCE AND INDEMNIFICATION ................................................................................... 54 51. EASEMENTS ........................................................................................................................... 62 52. WAIVER OF CONSEQUENTIAL DAMAGES .......................................................................... 63 53. ATTORNEY FEE PROVISION ................................................................................................. 63 54. OWNERSHIP OF INVENTIONS............................................................................................... 63 55. OWNER’S RIGHT TO CARRY OUT THE WORK .................................................................... 64 56. OWNER MAY SUSPEND WORK ............................................................................................ 64 57. OWNER MAY TERMINATE FOR CAUSE ............................................................................... 65 58. OWNER MAY TERMINATE FOR CONVENIENCE .................................................................. 66 APPENDICES Contractor’s Affidavit Contractor’s Declaration GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-3 of GC-68 05/27/2020 1. CONTRACT DOCUMENTS A. The Contract Documents are defined to include the Agreement, Bonds, Drawings (also known as Contract Drawings), Advertisement, Information for Bidders, Proposal, Specifications, General Conditions, any Supplementary Conditions issued by the Owner prior to the date of Contract Agreement, any Change Orders signed by both parties, and supplements thereto agreed to by both parties. Terms used in the General Conditions have the same meaning as those terms are defined and used in the Agreement and vice versa. In the event of any conflict between the Agreement and the General Conditions, the Agreement shall govern in all material respects. The Contract Documents represent the entire and integrated agreement between the Owner and the Contractor and supersede all prior negotiations, representations, or agreements, either written or oral. The Contract Documents may be amended only by a Modification signed by both the Owner and the Contractor. The Contract Documents shall, if possible, be construed to render each of its provisions valid and enforceable. However, if any part, term or provision of the Contract Documents are held by the final judgment of any court of competent jurisdiction to be illegal, invalid, or unenforceable, the validity of the remaining portions or provisions shall not be impaired or affected, and the rights and obligations of the parties shall be construed as having been written to include terms that provide the maximum protection for Owner enforceable under law, and shall be enforced as if the Contract Documents did not contain the particular part, term, or provision held to be illegal, invalid, or unenforceable. B. The intent of the Contract Documents is to describe a functionally complete Project, and it is intended that Contractor shall furnish all labor, materials, tools, equipment and other items necessary for the proper development, execution, administration and completion of the Work in accordance therewith, including all work incidental to or reasonably inferable from the Contract Documents as being necessary to produce the intended results, unless it is specifically indicated in the Contract Documents that such work is to be performed by others, and to complete the Work in a satisfactory manner, ready for use and operation by Owner. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all. Omissions from the Contract Documents or the misdescription of details of the Work, which are manifestly necessary to carry out the intent of the Contract Documents, or which are customarily perf ormed, shall not relieve Contractor from performing such omitted work or misdescribed details of the Work but they shall be performed as if fully and correctly set forth and described in the Contract Documents. Hence, statements herein of services to be provided or tasks to be undertaken are not intended to enumerate each item of Work required. C. The Contractor acknowledges that the Contract Documents establish a relationship of trust and confidence between Contractor and the Owner, and the Contractor and the Owner accept this relationship, with the knowledge that Owner is placing its trust and confidence in the Contractor. The Contractor acknowledges that the Owner is relying upon the knowledge, skill, and expertise represented by the Contractor in the Proposal. D. The Contract Documents are intended to constitute a single agreement and the parties shall make every effort to construe such documents as being consistent and not contradictory, and what is required by one shall be binding as if required by all. If there is a conflict between or among any provisions of the Contract Documents, Contractor shall GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-4 of GC-68 05/27/2020 perform the more stringent requirement. If a conflict cannot be resolved by applying this principle, such conflict shall be resolved applying the following order of precedence: 1) Field Orders and Work Directives in date order, latest first if executed by the Engineer, Owner and Contractor 2) Change orders in date order, latest first if executed by the Engineer, Owner and Contractor 3) Addenda to the Contract Documents issued after the original documents were released 4) Supplementary Conditions 5) Summary of Work 6) Provisions of Specifications 7) Contract Drawings of Latest Issue 8) Agreement 9) General Conditions 10) Information for Bidders 11) Advertisement for Bids 12) Contractor’s Proposal E. Notwithstanding anything above, for contractual/administrative issues (as opposed to technical, design, or construction issues) the Drawings and Specifications shall have precedence only over the Contractor’s Proposal. F. The Drawings and Specifications are complementary and what is called for by one shall be as binding as if called for by both. Should the Drawings, Specifications, and/or other instructions be contradictory in any particular manner or should there be any doubt as to the meaning of either, the Contractor shall initiate a discussion with the Engineer and thereafter request written clarification as required by the Contract Documents. Contractor shall seek such clarification prior to the submission of Contractor’s Proposal, and Contractor’s Proposal shall be deemed to have included all written clarifications. G. Unless the other Contract Documents provide otherwise, with respect to the Drawings and Specifications, the following apply: 1) Figures take precedence over scale measurements. 2) Large scale details take precedence over smaller scale details, and special drawing details govern over standard details. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-5 of GC-68 05/27/2020 3) Architectural or Civil Drawings take precedence regarding dimensions when in conflict with other Drawings, except for the size of structural members and dimensions shown on Structural Drawings. 4) Specifications shall govern over Drawings in matters of material or equipment specified; Drawings shall govern over Specifications in matters of construction or installation detail. 5) Existing conditions take precedence over Drawings and Specifications for dimensions. 6) Shown dimensions over figured dimensions. Contractor’s use of scaled dimensions is at Contractor’s sole and exclusive risk. 7) When multiple requirements are given for any item, all requirements shall be met. 8) Terms such as “as shown,” “as indicated” and “as noted” mean there are additional requirements given elsewhere in the Contract Documents. 2. CONTRACT DRAWINGS AND SPECIFICATIONS A. The Work to be performed is shown on the accompanying set of original Drawings which are hereby made a part of this Contract, it being mutually understood and agreed that when taken together, the Drawings and Contract Documents, including the Specifications and the General Conditions, are complementary, and what is called for by any one shall be binding as if called for by all. B. The original Drawings may be supplemented by other drawings furnished by the Contractor but only if approved by the Engineer in writing or supplied to the Contractor by the Engineer during the progress of the Work as it may deem to be necessary or expedient. All such supplemental drawings or instructions are intended to be consistent with the Contract Documents, true developments thereof and reasonably inferable therefrom. C. These orig inal and supplemental drawings constitute the Drawings according to which the Work shall be performed. The Contractor shall keep at the site, in sound and legible condition, an approved or confirmed copy of all Drawings and Specifications, of each issue, and shall always give the Engineer or Owner access thereto. D. Locations for items shown on the Drawings or described in the Specifications include all mounting, backing, cementing, wiring, plumbing or other details are included in the Contract Price, regardless of whether such details are specifically indicated in the Drawings or Specifications. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-6 of GC-68 05/27/2020 3. DEFINITION OF TERMS The following definitions apply to the Contract Documents: Activity: As used in connection with the CPM Schedule, the term “Activity” means a discrete portion of the Work for a Project that can be identified for planning, scheduling, monitoring and controlling the Project. “Critical Path Activities” are Activities on the Critical Path; they must start and finish on the planned early start and finish times. A “Predecessor Activity” is an Activity that must be completed before a given Activity can be started. Addenda: Written or graphic instruments issued prior to the opening of Bids, which clarify, correct, or change the Bidding Documents. Application for Payment: The form acceptable to Owner, Engineer, and/or RPR as designated by Owner, which is to be used by Contractor when requesting progress or final payments for Work completed and which is to be accompanied by such supporting documentation as is required by the Contract Documents. Application for Final Payment: The Application for Payment which Contractor submits to the Owner after Contractor has completed each of the requirements for Final Payment as set forth in the Contract Documents. Bid: The offer or proposal of the Bidder submitted on the prescribed form identifying the prices for the W ork to be performed and agreeing to perform the Work in accordance with the Contract Documents. Bidder: A company submitting a Bid to perform the Work. Bidding Documents: The Advertisement, Invitation to Bid, Information for Bidders, the Proposal and attachments, the Bid bond, if any, the proposed Contract Documents, and all Addenda, if any. Boulder: A Boulder is defined as a solid mineral mass with a volume of less than 1.00 cubic yards. All boulder removal includes proper disposal as required and is incidental to the Work of the Project. It is not eligible for separate or added compensation. Bulletin: Bulletin is defined as instrument providing clarification, supplemental information, documentation, or other such communication which neither involves Contract Time or Construction Cost adjustments to the Contract, nor changes the general character of the Work as a whole. Further, Bulletin provides means to transmit written information in a manner which is succinct, easily prepared and issued, and simply documented for future reference, as required. Bulletin does not represent, or suggest, a material change to the Contract. The Owner Engineer, and/or RPR as designated by Owner, may act as the issuing party. If the Contractor takes exception to the content of the Bulletin, it may respond accordingly, as provided in the Contract regarding requirements for disputed Work. This additional communication method is provided for reasons of clarity and convenience only and does not in any way replace or alter other existing requirements of the Contract. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-7 of GC-68 05/27/2020 Change Order: A written instrument issued by the Owner, on a Change Order form furnished by the Owner, and signed by the Owner Contractor, and/or the RPR as designated by Owner, modifying (1) the scope of the Work, (2) the Contract Sum or any other cost or fee, or (3) the Contract Time and/or updated CPM Schedule. If one or more of the foregoing items (1) to (3) is not specifically addressed in a Change Order, the parties shall be deemed to have agreed that such item is unaffected by the Change Order. Construction Agreement: The written instrument, also known as the Agreement, contained in the Contract Documents, between Owner and Contractor concerning the Work. Construction Contract: The written instrument, which is evidence of the entire and integrated written agreement between the Owner and Contractor covering the Work required by the Contract Documents. Construction Cost: The total cost to Owner of those portions of the entire Project designed or specified by the Engineer. Construction Cost does not include compensation and costs of the Engineer or other design professionals and other consultants, the cost of land, rights-of-way, or compensation for or damages to properties, or Owner's legal, accounting, insurance counseling or auditing services, or interest and financing charges incurred in connection with the Project or the cost of other services to be provided by others to Owner. Construction Cost is one of the items comprising Total Project Costs. Contractor: The person or entity with whom Owner enters into a written agreement covering the Work required to be performed or furnished with respect to the Project. Contract Documents: Documents that establish the rights and obligations of the parties engaged in construction, which include the Construction Agreement between Owner and Contractor, Addenda (which pertain to the Contract Documents), Contractor’s Bid (including documentation accompanying the Bid and any post-Bid documentation submitted prior to the notice of award), the notice to proceed, bonds, appropriate certifications, the General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Construction Agreement, together with all written amendments, Change Orders, Work Directives, Field Orders, and the Engineer's written interpretations and clarifications issued on or after the effective date of the Construction Agreement. Submittals, Shop Drawings returned without exceptions and the reports and drawings of subsurface and physical conditions are not Contract Documents. Contract Sum: The total of all moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents and as stated in the Construction Agreement. The terms Contract Sum and Contract Price may be used interchangeably. Contract Time(s): The Contract Time is the number of calendar days described in the Construction Agreement in which (or, alternatively, the date set forth in the Construction Agreement by which) Substantial Completion shall be achieved, subject to any extensions granted in executed Change Orders or otherwise specifically permitted by the Contract Documents. Any references to Contract Time shall be interpreted to mean Construction Time. Contract Time also may refer to the days or the dates identified in the Construction Agreement for Contractor to complete the Work so that it is ready for final payment as evidenced by Engineer's and/or RPR’s written recommendation of final payment. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-8 of GC-68 05/27/2020 CPM Schedule: The term “CPM Schedule” means and refers to the manpower loaded, logic- based progress schedule for the Project using critical path method (or similar, pre-approved method) scheduling technique to create and maintain a current and accurate schedule depicting the actual and expected progress of the Work. All Critical Path items must be shown on the CPM Schedule, regardless of the duration. Critical Delay: A delay is a "Critical Delay" if and only to the extent it adversely affects the Critical Path of the Work. When two (2) or more delays occur concurrently, and each such concurrent delay by itself without consideration of the other delay(s) would be critical, then all such concurrent delays shall be considered critical. For the purpose of determining whether and to what extent the Contract Times shall be adjusted, such concurrent Critical Delays shall be treated as a single delay which commences at the start of the delay that begins first and terminates at the cessation of the delay that ends last. Critical Path: The term “Critical Path” means the longest continuous chain of activities through the network schedule that establishes the minimum time to achieve Final Completion of the Work. Day: The term “day” as used in the Contract Documents means calendar day unless otherwise specifically designated. Daily Report: The term “Daily Report” as used in the Contract Documents means the written report prepared by the Contractor, daily and submitted to the Owner on a weekly basis, with copies attached to each Application for Payment. Defective Work: Work not conforming to the requirements of the Contract Documents, including substitutions not properly “Returned Without Exceptions” and authorized, shall be considered "Defective”. Documents: Data, Reports, Drawings, Specifications, Record Drawings, and other deliverables, whether in printed or electronic media format, provided or furnished in appropriate phases by Engineer to Owner for use by the Contractor pursuant to this Agreement as well as Data, Reports, Drawings, Specifications, and other deliverables provided by Contractor where the Contract Documents require Contractor to both design and construct certain aspects of the Work, such as tunnel liners and temporary earth retention systems. Drawings: That part of the Contract Documents prepared or approved by Engineer or prepared or approved by Contractor’s design professionals which graphically show the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings are not Drawings as so defined. Emergency: An event or condition that creates an imminent and immediate risk of significant damage to persons or property (including the Project and/or completed Work). An event or condition only creates a necessity for Emergency Work if a significant injury to persons or property is likely to occur if the Contractor stops Work and requests instruction from the Engineer. A condition that might pose a threat to persons or property sometime in the future does not create a necessity for Emergency Work. Engineer: Unless otherwise specifically identified as a design professional under contract with GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-9 of GC-68 05/27/2020 Contractor, Engineer as used herein shall refer to a design professional hired by the Owner to prepare Drawings and Specifications for the Project, and to assist the Owner in interpreting the Drawings and Specifications during construction. If designated by Owner, the Engineer also shall serve as construction contract administrator of the Project for the Owner with the authority and responsibilities set out in the contract between the Owner and Engineer. Additional services also may be provided at the request of the Owner if needed. Contractor understands and agrees that Engineer’s obligation under its contract with Owner are obligations to the Owner only, and Engineer shall have no independent obligation to Contractor to provide services or to take any action or refrain from taking action on behalf of Contractor. Field Order: A written order issued by Engineer and/or RPR as designated by Owner, which directs minor changes in the Work but which does not involve a change in the Contract Sum or Contract Time. Final Acc eptance: Final Acceptance of the Work will have occurred when Owner has acknowledged Final Completion of the Work, and the Contractor has satisfied (1) all close-out obligations set forth in the Contract Documents to qualify for Final Payment, including, but not limited to, the conditions set forth in the Agreement and (2) the Owner has authorized final payment to the Contractor. The date of the Owner’s authorization of Final Payment shall be the date of Final Acceptance. Final Completion: Final Completion of the Work or a designated portion thereof will have occurred when the Work is fully and finally completed in accordance with the Contract Documents to the satisfaction of Owner, Engineer, and/or RPR as designated by Owner, and Owner issues a written acknowledgement of such completion. Following the receipt of the Owner’s written acknowledgement of Final Completion, the Contractor shall be entitled to apply for Final Payment. Force Majeure Event: The term “Force Majeure Event” means, and is limited to, the following: (1) strikes, lockouts, or picketing (legal or illegal) of an area-wide, trade-wide, owner-wide, or industry-wide nature (a strike, lockout or picket (legal or illegal) specific to the Project site, or directed at the Contractor or one or more of Contractor’s Subcontractors or suppliers shall not be considered an area-wide, trade-wide or industry-wide strike, and does not constitute Force Majeure); (2) governmental action (other building laws, regulations or like actions) and condemnation; (3) riot, civil commotion, insurrection, and war; (4) fire or other casualty not the fault of the Contractor, accident, acts of God or the public enemy; (5) extremely unusual adverse weather conditions not reasonably expected for the location of the Work and the time of the year in question, such as tornados, earthquakes, floods and similar events where the Contractor is restricted from accessing the Project site by such adverse conditions for more than one-half the consecutive working days per month (historically severe weather, including, but not limited to temperature extremes, excessive precipitation, and excessive wind shall not be considered Force Majeure weather and must be accounted for in the Bid and all Schedules); (6) abnormal unavailability of fuel, power, supplies or materials that is not the fault of the Contractor; or (7) the passage or unexpected interpretation or application of any statute, law, regulation, or moratorium of any governmental authority that has the effect of delaying the Work, excluding any building statute, law, or regulation as to which any public or advance notice was available prior to its adoption or issuance. "Force Majeure" does not include the unavailability of any building material, equipment, or supply which is necessary for the Project or Work, nor of any supplier, Subcontractor, laborer or other entity or person required f or the completion of the Work, except where a sole source material, equipment, or supply is specified in the Contract GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-10 of GC-68 05/27/2020 Documents and no other source of such material, equipment, or supply is available in sufficient time to avoid a delay to the Critical Path of the Project Work. General Conditions: That part of the Contract Documents which sets forth terms, conditions, and procedures that govern the Work to be performed or furnished by Contractor with respect to the Project. Laws and Regulations: Any and all applicable laws, rules, regulations, ordinances, codes, standards, and orders of any and all governmental bodies, authorities, and courts having jurisdiction. Lump Sum Price: Lump Sum Price also shall include a “Stipulated Sum” or a Fixed Price” and shall mean the total amount to be paid by the Owner to the Contractor, for the full and complete performance of the Work, or for an identified and defined portion, or element thereof. The Owner shall pay Contractor the Lump Sum Price upon completion of the Work, or according to the payment terms of the Contract. Notice of Award: A written notice from the Owner to the Contractor awarding the Contract to the Contractor. Notice of Intent to Awa rd: A written notice sent by the Owner expressing its intention to award the Contract to a particular Bidder. A Notice of Intent to Award is for informational purposes only and does not create any liability or obligation of Owner, either to issue or award the Contract, or for any other cause. Notice to Proceed: A written communication from the Owner to the Contractor informing Contractor of the date that the Contractor may begin Work on the Project. The Contract Time shall begin to run from the date of the Notice to Proceed. Owner may withdraw a Notice to Proceed and issue a new Notice to Proceed if deemed necessary in Owner’s sole discretion. If a Notice to Proceed is withdrawn, the Contract Time shall begin to run from the date of the new Notice. Withdrawal of a Notice to Proceed or the issuance of a new Notice to Proceed shall not create a basis for Contractor to request a time extension or additional compensation. Observer: A field representative authorized by the Owner. OCIP: Owner Controlled Insurance Program Owner’s Safety Representative: An individual from the Owner’s staff or a third party appointed by the Owner that will represent the Owner in connection with safety matters on the site. Owner: The Oakland County Water Resources Commissioner, County Agency for the County of Oakland, and/or the statutory Drainage District including its members, employees, agents and representatives. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-11 of GC-68 05/27/2020 Owner Delay: An "Owner Delay" is an actual delay to the Contractor’s performance of the Work to the extent caused by one or more of the following: (1) Modifications (excluding minor changes in the Work and interpretations), (2) the Owner's failure (or that of any other person for whom the Owner is responsible to the Contractor) to provide in a reasonable manner any product, service, data or information requested by the Contractor, in writing, that is reasonably necessary for the Contractor to perform the Work and is the Owner's obligation to provide (so long as the Owner and any other responsible person are given adequate time to respond); (3) the failure or inability of the Owner to provide access to the Project Site or critical portions thereof due to a failure to obtain a necessary easement or other cause for an unreasonable and unanticipated period of time; or (4) unreasonable and unanticipated interference by the Owner or persons for whom it is responsible with the Contractor’s performance of the Work which continues after written notice to the Owner of such interference. Contractor shall not claim an Owner Delay as a result of a condition the Contractor discovered or should have discovered prior to Contractor’s submission of its Proposal and/or prior to the Contractor beginning the Work (or any part of the Work). Project: The project referenced and described in the Agreement and Contract Documents. Punch List: A list of incomplete or non-conforming items of Work that do not impact Substantial Completion, which do not interfere with the use or occupancy of any part of the Work for its intended purpose and which, unless delayed by the need to order materials that could not reasonably have been anticipated by the Contractor, collectively are capable of being completed within sixty (60) days. Contractor must complete the items on the Punch List prior to Owner’s Final Acceptance of the Work. Record Drawings: The Drawings issued for construction on which the Engineer and/or RPR as designated by Owner, shall show changes due to Addenda or Change Orders or other information which the Engineer and/or RPR considers significant. The Record Drawings shall be prepared and updated during the prosecution of the Work. The Engineer and/or RPR as designated by Owner, shall maintain said Record Drawings in good condition and shall use colored pencils or other methods reasonably acceptable to the Owner to mark-up said set with "record information" in a legible manner to show: (1) deviations from the Drawings made during construction; (2) details in the Work not previously shown; (3) changes to existing conditions or existing conditions found to differ from those shown on any existing Drawings based on information provided by the Contractor or Observer; (4) the actual installed position of various components of the Work; and (5) such other information as the Owner may reasonably request. Resident Project Representative (“RPR”): The authorized representative of Owner or Engineer assigned to assist Owner and Engineer with certain construction administration, observation, or other tasks at the Site or elsewhere during the Construction Phase. As determined by the Owner, the RPR will either be an agent or employee of the Engineer or Owner and under the direct supervision of the party contracting for the RPR’s services. As used herein, the term RPR includes any assistants of RPR agreed to by Owner. Request for Information (“RFI”): A written communication from the Contractor to the Engineer and/or RPR as designated by Owner, requesting clarification of design Drawings, Specifications, or other Contract Documents, or requesting information needed to perform the Work and not included in the Contract Documents. Contractor also shall submit an RFI if Contractor discovers a conflict or inconsistency in the design documents that cannot be GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-12 of GC-68 05/27/2020 resolved by a thorough review of the Contract Documents or application of the priority of documents provisions set out herein. Returned Without Exceptions: Where used in conjunction with the response of Engineer or Owner to submittals, requests, applications, inquiries, reports, and claims by Contractor, the meaning of the term “returned without exceptions” shall indicate that the Owner or Engineer has, as indicated: (1) reviewed with no exceptions noted, (2) reviewed with exceptions noted and resubmission not required, (3) reviewed with exceptions noted and resubmission required, or (4) rejected with resubmission required. In no case shall review or "approval", “accepted” or “returned without exceptions” by Owner or Engineer be interpreted as a release of the Contractor from responsibilities to fulf ill the requirements of the Contract Documents. The Owner and Engineer do not adopt items “approved,” “accepted” or “returned without exceptions as design documents. The Owner and Engineer shall have no liability or responsibility for the failure of an item or procedure to fit or function as intended or to conform to the requirements of the Contract Documents. Rock: A solid mineral mass with a total volume of greater than 1.00 cubic yard. Rock removal will be paid for on a Time and Materials basis. Solid masses with a volume of less than 1.00 cubic yard are incidental to the Work and all costs to remove and dispose of the Rock properly by Contractor is included in the Contract Price. Samples: Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portions of the Work will be judged. Samples shall be protected and remain available until after Final Completion Safety Director: A qualified or competent person, whichever is required pursuant to MIOSHA safety and health standards for the work being performed, appointed by Contractor to oversee safety on the job site. Schedule: The term “Schedule” means and refers to the CPM Schedule required by the Contract Documents. Schedule of Submittals: A schedule, prepared and maintained by the Contractor, of required submittals and the time requirements for Engineer’s review of the submittals. Schedule of Values: A schedule, prepared and maintained by the Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor’s Application for Payment. Site: Land or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands furnished by Owner which are designated for Contractor’s use. Shop Drawings: All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to Engineer for review and response. Shop Drawings illustrate some portion of the Work. Engineer shall transmit a final reviewed copy of the Shop Drawings to Owner and RPR. Specifications: That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-13 of GC-68 05/27/2020 certain administrative details applicable thereto. Subcontractor: An individual or entity having a direct Contract with Contractor or with any other Subcontractor for the performance of a part of the Work. Submittal: A written or graphic document, prepared by or for Contractor, which the Contract Documents require Contractor to submit to Engineer, or that is indicated as a Submittal in the Schedule of Submittals accepted by Engineer. Submittals may include Shop Drawings and Samples; schedules; product data; Owner-delegated designs; sustainable design information; information on special procedures; testing plans; results of tests and evaluations, source quality- control testing and inspections, and field or Site quality-control testing and inspections; warranties and certifications; Suppliers’ instructions and reports; records of delivery of spare parts and tools; operations and maintenance data; Project photographic documentation; record documents; and other such documents required by the Contract Documents. Submittals, whether or not approved or accepted by Engineer, are not Contract Documents. Change Proposals, Change Orders, Claims, notices, Applications for Payment, and requests for interpretation or clarification are not Submittals. Substantial Completion: The time at which the Work (or a specified part thereof) has progressed to the point, where, in the opinion of Owner, Engineer, and/or RPR as designated by Owner, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended and Contractor has (1) submitted the final versions of all operations and maintenance manuals, and/or other information that may be required by the Contract Documents, embodying such corrections and modifications from initial versions as the Owner shall reasonably request, (2) completed all training and start up requirements in the Contract Documents; and (3) completed all other requirements for Substantial Completion as may be defined elsewhere in the Contract Documents and as evidenced by the Owner’s issuance of an acknowledgement of Substantial Completion. The terms “substantially complete” and “substantially completed” as applied to all or part of the Work refer to Substantial Completion thereof. Supplementary Conditions: That part of the Contract Documents which amends or supplements the General Conditions. Unit Price: A Unit Price is an all-inclusive total amount to be paid by the Owner to the Contractor for the full performance of each unit of an element of the Work, identified and described in the Contract Documents as Unit Price work items. Work: The entire completed construction or the various separately identifiable parts thereof including but not limited to all labor, materials, and equipment required to be provided under the Contract Documents to construct the Project. Work includes and is the result of performing or furnishing labor, services (including design services), and documentation necessary to produce such construction and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. The scope of the Work also shall include any or all deviations in the Contract Documents required to meet job conditions and to complete the Work in conformance with the intent of the specific Contract requirements. The Work shall not include activities to be performed, or labor, services, materials, supplies and equipment to be supplied, by Owner hereunder. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-14 of GC-68 05/27/2020 Work Directive: A written directive to the Contractor issued on or after the effective date of the Construction Agreement and signed by Owner, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Directive will not change the Contract Sum or the Contract Times but may be issued when the parties expect that the change directed or documented by a Work Directive may be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Sum or Contract Times. A Work Directive also may be issued when the Contractor and the Owner are in a dispute as to whether there is a change in the Contract Documents, or whether a change is compensable to the Contractor, or requires a credit to the Owner. In such case, the Work Directive requires the Contractor to proceed with the Work addressed therein, without any determination or evidence of any intent to enter into a Change Order, or right to an increase in the Contract Sum or additional time. 4. ENGINEER'S STATUS A. The Engineer has authority to recommend to the Owner that the Work be stopped, whenever such stoppage may be necessary to ensure the proper execution of the Contract. B. The Engineer also shall have authority to reject all Work and materials that do not conform to the Contract, and to decide questions that arise in the execution of the Work. C. The Engineer shall serve as the construction contract administrator for the Owner and all communications between the Owner and Contractor shall be through and/or by the Engineer. The Engineer also shall fulfill the roles specifically prescribed to the Engineer elsewhere in the Contract Documents, and as may be assigned in writing by the Owner. D. The Engineer shall not have authority to bind the Owner but shall only communicate Owner’s decisions and/or instructions. E. The Engineer shall review and approve or take other appropriate action upon the design calculations and drawings submitted by Contractor’s design professionals as required by the Contract Documents, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The Engineer’s action shall be taken with such reasonable promptness as to cause no delay in the Work or in the activities of the Contractor. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details, such as dimensions and quantities, all of which remain the responsibility of the Contractor as required by the Contract Documents. F. At the Owner’s discretion, the authority, rights and responsibilities granted or assigned to Engineer in this Article and throughout the Contract Documents may be assigned to an RPR under direct contract with the Owner. In those instances in which the Owner elects to (1) assign certain authority or responsibilities to such RPR or (2) authorize the RPR to receive certain information or documentation from the Contractor, including, but not limited to, test results or submittals, Owner will identify to Contractor which provisions in these General Conditions, the Supplementary Conditions or the other Contract Documents fall within the responsibilities of the RPR rather than the Engineer, or those provisions which are deemed a joint responsibility of the RPR and Engineer. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-15 of GC-68 05/27/2020 G. Notwithstanding the above, Contractor’s duties and responsibilities as set forth in the Contract Documents, including those of Contractor’s design professionals, shall at no time be in any way diminished by reason of any approval by the Engineer, RPR, or Owner of any design documents, construction documents, or other submittals required by the Contract Documents to be furnished by Contractor, nor shall Contractor be released from any liability by reason of such approval by the Engineer, RPR, or Owner, nor shall such review relieve the Contractor of responsibility for compliance with the requirements of the Contract Documents it being understood that the Owner, Engineer, and RPR at all times are ultimately relying upon the skill and knowledge of the Contractor and its design professionals in preparing such design documents, construction documents, and all other deliverables of Contractor to be provided hereunder. 5. OBSERVER’S STATUS A. The Engineer may appoint on the job Observers who shall be under the direction of the Engineer. The Observers of the Work will inform the Engineer as to the progress of the Work, the way it is being done, and the quality of the materials being used. The Observer may call to the attention of the Contractor any failure to follow the Drawings and Specifications that may be observed but will have no obligation to the Contractor to do so. The Observer shall have the authority to reject materials or suspend the Work until questions on the performance of the Work can be referred to and decided by the Engineer but will have no obligation to the Contractor to do so. The Observer shall have no authority to direct the Contractor's Work or workmen, to supervise the Contractor's operations or to change the Plans or Specifications, unless otherwise noted in the Contract Documents. B. In no instance shall any action or omission on the part of the Observer constitute a direction to perform changed or extra Work, create any obligation for the Owner to provide additional compensation to the Contractor, nor release the Contractor from the responsibility of completing the Work in accordance with the Contract Documents. C. In an effort to assist Contractor to comply with the Drawings and Specifications, the Engineer is authorized, but not required to, issue a “Notice of Non-Compliance” to Contractor, advising Contractor of possible elements of Work that may not be in conformance with the Contract Documents, and/or which require correction. Engineer shall take such actions in its sole discretion. 6. CONTRACTOR'S RESPONSIBILITY A. The Contractor shall assume full responsibility for the Work and take all precautions for preventing injuries to persons and property on or about the Work; shall bear all losses resulting to it on account of the amount or character of the Work or because the conditions under which the Work is performed are different, or because the nature of the ground in which the Work is performed is different from that which was estimated or expected, or on account of the weather, floods, elements, or other causes. The Contractor shall assume the defense of and save harmless the Owner, its individual officers and agents and all other parties to whom Contractor owes an indemnity obligation under the Contract Documents from (at times, “Indemnified Parties”), all GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-16 of GC-68 05/27/2020 claims relating to design services provided, labor provided and materials furnished for the Work; to inventions, patents, and patent rights used in doing the Work; to injuries to any persons or property received or sustained by or from the Contractor, its agents or employees in doing the Work or arising out of the Work performed or to be performed and to any act, or neglect of the Contractor, its design professionals, agents or employees; and as otherwise provided in these Contract Documents. B. The mention of any specific duty or liability of the Contractor in this or in any part of the Contract Documents shall not be construed as a limitation or restriction upon any general liability or duty imposed on the Contractor by the Contract Documents, or in law or equity. C. When engineering or design services are required under the Contract Documents, Contractor shall cause such services to be provided by properly licensed design professionals, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professionals. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to the Engineer. The Owner and the Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications and approvals performed or provided by such design professionals, provided the Owner and Engineer have specified to the Contractor all performance and design criteria that such services must satisfy. D. The agreements between Contractor and its design professionals shall be in writing. These agreements, including services and financial arrangements with respect to this Project, shall be promptly and fully disclosed to the Owner. E. Contractor shall be responsible to the Owner for acts and omissions of the Contractor’s employees, Subcontractors and Sub-Subcontractors of any tier and their respective agents and employees, and other persons or entities, including design professionals, performing any portion of Contractor’s obligations under the Contract Documents. Reference in the Contract Documents to the Work, obligations, acts or omissions of the Contractor shall be interpreted to apply to those of its Subcontractors, Sub- Subcontractors of any tier, material suppliers, design professionals and their respective agents and employees irrespective of whether such other entities are specifically identified in such reference. F. Contractor shall obtain from each of its design professionals and furnish to the Owner certifications with respect to the documents and services provided by such professionals (a) that, to the best of their knowledge, information and belief, the documents or services to which such certifications relate (1) are consistent with the Project Specifications set forth in the Contract Documents, except to the extent specifically identified in such certificate, (2) comply with applicable professional practice standards, and (3) comply with applicable laws, ordinances, codes, rules and regulations governing the design of the Project as they are in effect at the commencement of the Project; and (b) that the Owner and the Engineer shall be entitled to rely upon the accuracy of the representations and statements contained in such certifications. G. Contractor shall supervise and direct the W ork, using the Contractor’s best skill and GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-17 of GC-68 05/27/2020 attention. The Contractor shall be solely responsible for, and have control over, construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract, unless the Contract Documents give other specific instructions concerning these matters. If the Contract Documents give specific instructions concerning construction means, methods, techniques, sequences or procedures, the Contractor shall evaluate the jobsite safety thereof and, except as stated below, shall be fully and solely responsible for the jobsite safety of such means, methods, techniques, sequences or procedures. If the Contractor determines that such means, methods, techniques, sequences or procedures may not be safe, the Contractor shall give timely written notice to the Owner and Engineer and shall not proceed with that portion of the Work without further written instructions from the Engineer. If the Contractor is then instructed in writing to proceed with the required means, methods, techniques, sequences or procedures without acceptance of changes proposed by the Contractor, the Owner shall be solely responsible for any loss or damage arising solely from those Owner-required means, methods, techniques, sequences or procedures. H. Contractor shall be responsible for inspection of portions of Work already performed to determine that such portions are in proper condition to receive subsequent Work. I. The Contractor shall submit Daily Reports to the Owner on a weekly basis. The Daily Report shall, at a minimum, include the following: 1) A description of the Contractor’s Work activities for the day; a work force count by trade for Contractor and Contractor’s Subcontractors; 2) A listing of any deliveries; 3) A listing of all equipment on the Project and the use of each piece of equipment for that day; 4) A listing of all persons who visited the Project; 5) Any safety violations or suspected safety violations; 6) A description of any event or other matter that has or may adversely impact Contractor’s ability to perform the Work in accordance with the Contract Documents and its actual or anticipated impact on the Work. In addition to any other applicable requirements in the Contract Documents, Contractor’s right to submit a claim for any Critical Delay or other matter that adversely impacts the Work is conditioned on Contractor’s submission of its Daily Report describing the matter, and Contractor waives and releases any claim in connection with a matter that that is not adequately described in Contractor’s Daily Reports. Contractor’s Daily Reports shall not serve as a substitute for, or relieve Contractor of its obligation to provide, formal written notice to Owner as required elsewhere in the Contract Documents of any Critical Delay or other matter that has or may adversely impact Contractor’s ability to perform the Work in accordance with the Contract Documents, and the Contractor waives any claim that does not strictly comply with such requirements and agrees that Owner’s actual or constructive notice of the claim will have no effect on the claim or Contractor’s waiver of it. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-18 of GC-68 05/27/2020 7. PERMITS AND REGULATIONS A. The Contractor shall secure, at no cost to the Owner, all permits and licenses necessary for the prosecution of the Work. The Contractor shall keep itself fully informed of all laws, ordinances, and regulations in any manner affecting those engaged or employed in the Work, or the materials used in the Work, or in any way affecting the conduct of the Work, and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. B. At all times, the Contractor shall observe and comply with and shall cause all its agents and employees to observe and comply with all existing and future laws, ordinances, regulations, orders, and decrees. Provided, that if the Drawings and Specifications are at variance therewith, the Contractor shall promptly notify the Engineer in writing and any necessary changes shall be adjusted as provided in the Contract Documents. C. The Contractor shall comply with the requirements of the Part 91 of P. A. 451 of 1994, as amended, the Soil Erosion and Sedimentation Control Act. The work, consisting of measures and practice to minimize erosion damage to the work area while the Contract is in force, including, but not limited to, the installation and maintenance of silt fence, sediment traps, or other measures that may be required, shall comply with P.A. 451. Owner is an authorized public agency and will perform Soil Erosion and Stormwater Operator inspections for the Project at no cost to the Contractor. D. During construction, the Contractor shall provide a flagman as may be required for the safety and convenience of the public. Traffic controls required shall be in accordance with the Michigan Manual of Uniform Traffic Control Devices, latest Edition, by MDOT. The cost shall be considered incidental. 8. SUBCONTRACTS A. The Contractor is responsible for the performance of all Work by Subcontractors and retained design professionals, if any, and to ensure that all Subcontractors and design professionals comply with each requirement of the Contract Documents that is applicable to their Work or services. If the Contractor shall cause any part of the Work under this Contract to be performed by a Subcontractor or design professional, the provisions of this Contract shall apply to such Subcontractor and/or design professional and their respective officers and employees in all respects as if it and they were employees of the Contractor, and the Contractor shall not be in any manner thereby relieved from its obligation and liabilities; and the Work, services and/or materials furnished by the Subcontractor or design professional shall be subject to the same provisions as if furnished by the Contractor. B. The Contractor shall include in all subcontracts or design service agreements such terms and conditions as necessary to require compliance by Subcontractors and design professionals with all requirements of the Contract Documents, including without limitation, Insurance Provisions, Dispute Resolution Provisions, and all requirements set out in the Information for Bidders. C. The Contractor may not subcontract portions of the W ork for which the Contractor was GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-19 of GC-68 05/27/2020 required to list a Subcontractor under the provisions of the Information for Bidders and did not list any Subcontractor, or listed its own name, to perform the Work without the written consent of the Owner. Such consent shall not be unreasonably withheld. D. Assignment or subletting any portion of this Contract shall not operate to release the Contractor or its surety hereunder from any of the Contract obligations. E. The Contractor shall not employ any Subcontractor or design professional that the Engineer or Owner may object to as not responsible, insufficiently qualified, or otherwise unacceptable in the sole and absolute discretion of the Owner. Neither Owner nor Engineer shall have any liability as a result of their objection to a Subcontractor or design professional, and Contractor shall defend, indemnify and hold harmless the Owner and the Engineer to the full extent set out in the indemnity clause in the Contract Documents in the event that any person or entity makes a claim or files any form of legal action based on such objection to a Subcontractor or design professional and/or the subsequent replacement of that Subcontractor or design professional in relation to this Project. 9. OTHER WORK - COORDINATION A. The Owner may perform other Work related to the Project at the Site by Owner's own forces, have other Work performed by utility owners or let other direct contracts therefore which shall contain General Conditions similar to these. If the fact that such other W ork is to be performed was not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other Work; and, if Contractor believes that such performance will involve additional expense to Contractor or requires additional time and the parties are unable to agree as to the extent thereof, Contractor may make a claim in strict conformance with the requirements of the Contract Documents. B. Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional Work with Owner's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such Work, and shall properly connect and coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this Article are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If any part of Contractor's Work, for proper execution or results, depends upon the work of any such other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Engineer in writing, any delays, defects, or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work except for latent or non-apparent defects GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-20 of GC-68 05/27/2020 and deficiencies in the other work. D. If Owner contracts with others for the performance of other work on the Project at the Site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Specifications, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided, in the Specifications. Unless otherwise provided in the Specifications, neither Owner nor Engineer shall have responsibility, nor shall the Engineer have any authority, in respect to such coordination. 10. GENERAL REQUIREMENTS FOR MATERIALS AND WORKMANSHIP A. Unless otherwise stipulated in the Specifications, all equipment, materials, and articles incorporated in the Work covered by this Contract are to be new and of the best grade of their respective kinds for the purpose. The Contractor shall, if required, furnish such evidence as to kinds and quality of materials as the Engineer may require. B. The Contractor shall furnish suitable tools and building appliances and employ competent labor to perform the Work, and any labor or tools or appliances that are not, in the judgment of the Engineer, suitable or competent to produce the intended result may be rejected by the Engineer, and such labor or tools or appliances shall promptly be replaced by the Contractor with such labor, tools or appliances as will be determined to be without exceptions by the Engineer. C. If not otherwise provided, material or Work called for in this Contract shall be furnished and performed in accordance with well-known established practices and standards recognized by architects, engineers, and the trade. In the absence of specif ic installation instructions in the Specifications, the manufacturers’ recommendations shall govern. D. If any type of machinery, equipment, or tools are specifically needed to prosecute the Work in an orderly, workmanlike manner, the Engineer may so direct the Contractor to procure same, before Work is continued. 11. TESTING AND SAMPLING A. Where called for in the Specifications, samples of materials in the quantity named shall be submitted to the Engineer and returned without exceptions or modified to address any exceptions taken. Where tests are required, testing shall be made at the expense of the Contractor, except as specifically and expressly otherwise called for in the Specifications. For materials covered by ASTM or Federal Specifications, unless otherwise stipulated, the required tests are to be made by the manufacturer and its certificate submitted to the Engineer. The times for those activities shall be reflected in the Schedule of Submittals. 12. EQUIPMENT CERTIFICATION A. The Contractor shall establish and maintain documented procedures to control, calibrate, and maintain inspection, measuring, and test equipment that the Owner will GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-21 of GC-68 05/27/2020 use to inspect the Work. The Contractor also shall provide documentation of the required training of personnel performing the Work. 1) The Contractor shall identify all inspection, measuring, and test equipment to be utilized in the scope of the Work per Owner’s Specifications and/or the requirements of the Contract Documents. 2) The Contractor shall identify inspection, measuring, and test equipment with a suitable indicator or approved identification record to show the calibration status (a serial number traceable to the device calibration record meets the intent of the requirement). 3) A qualified in-house laboratory or a qualified commercial/independent laboratory shall conduct calibration of inspection, measuring, and test equipment every six months, or sooner as needed. The Contractor shall maintain records as evidence of control. Accuracy will be as recommended by the manufacturer in its published literature, or if not published it will be +/- 1% or better. 4) The performance limits of all equipment being used must meet or exceed the requirements of the respective test. See specif ic Specifications for further details. 5) Subcontractors will be held to the same standard as provided in this Article 13. B. Documentation will be submitted upon request to the Owner. 13. LINES AND GRADES A. The Owner will establish principle reference lines or lot lines, benchmarks and all other lines and levels necessary to the location and construction of the Work under the Contract. The Contractor shall give the Owner and Engineer 72 hours (3 business days) notice when construction stakes will be required. B. The Engineer will set suitable stakes and marks showing the locations and elevations of the various parts of the Work and will furnish the Contractor with "cut sheets" referring to the reference points. No W ork shall be undertaken until such stakes and marks shall have been set by the Engineer. The Contractor shall take due and proper precautions for the preservation of these stakes and marks and shall see to it that the Work at all times proceeds in accordance therewith and shall provide all labor and material to set required batter boards and locate the Work accurately with reference to the above points. C. The Owner will provide one set of line and grade stakes for sewer and water main construction. The cost of additional staking will be charged to the Contractor. 14. PROTECTION OF WORK AND PROPERTY A. The Contractor shall continuously maintain adequate protection of all its Work from damage and shall protect all public and private property abutting the Site from injury or loss arising in connection with this Contract. Contractor shall, without delay, make good any such damage, injury or loss, and shall defend and save the Owner and all other Indemnified Parties harmless from all such damages or injuries occurring because of the GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-22 of GC-68 05/27/2020 Work. Contractor shall furnish and maintain all passageways, barricades, guard fences, lights, and danger signals, provide watchmen and other facilities for protection required by public authority or by local conditions or as directed by the Engineer, all at no additional cost to the Owner. B. In an Emergency affecting the safety of life or of the Work or of adjoining property, the Contractor, without special instruction or authorization from the Owner, shall take such action as may be necessary to prevent such threatened damage, injury, or loss. The Contractor shall immediately notify the Engineer of all Emergency conditions (confirmed in writing within 24 hours) and shall follow the instruction (if any) of the Engineer; however, the Contractor shall not allow the endangerment of life, or of the Work or of adjoining property while attempting to notify the Engineer or waiting to determine whether the Engineer will provide any instructions. C. In all cases, the Contractor shall respond to all non-Emergency claims from property owners or the public within three (3) days. Contractor shall immediately notify Engineer of all non-Emergency claims and shall follow the instruction (if any) of the Engineer. D. The Contractor shall assume full responsibility for loss or damage to the Work during the entire construction period resulting from caving earth and from storms, floods, frosts, and other adverse weather conditions, and from all other causes whatsoever not directly due to the acts or neglect of the Owner, including fire, vandalism and malicious mischief, and shall turn the finished Work over to the Owner in good condition and repair, at the time of the Final Payment. This provision shall not modify definition of Force Majeure, as defined in the Contract Documents. For the purpose of this Article, the decision of the Engineer, with respect to existing conditions and for the need for corrective action by the Contractor, shall be final. 15. RESPONSIBILITY FOR ADJOINING STRUCTURE AND TREES A. The Contractor shall assume full responsibility for the protection of all pavements, curbs, bridges, railroads, poles, buildings, and any other surface structure and all water mains, sewers, telephone, gas mains, and other underground services and structures along and near the Work which may be affected by its operations, and shall indemnify, defend, and save harmless the Owner and all other Indemnified Parties against all damages or alleged damages to any such structure arising out of its Work. The Contractor shall bear the cost of repair or replacement of any such structure damaged as a result of its operations. B. No trees or shrubbery of any kind shall be removed or destroyed by the Contractor unless otherwise specifically stipulated in the Contract Documents. The Contractor will be held fully responsible for any damages caused by its Work to trees and shrubs adjoining the Work. Ample precautions shall be taken by the Contractor to protect such trees and shrubs as are to remain in place by surrounding them with fences or other protection before construction W ork begins. Shrubbery that must be removed shall be preserved and replaced in a manner acceptable to the Owner, or as specified by the Contract Documents. 16. MAINTENANCE OF SERVICE GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-23 of GC-68 05/27/2020 A. Drainage through existing sewers and drains shall always be maintained during construction and all nearby gutters shall be kept open for drainage. Where existing sewers are encountered in the line of the Work which interfere with the construction, the flow in the sewers, including both dry weather flow and storm flow, shall be maintained by constructing a satisfactory flume or by any other means allowed in writing by the Engineer. B. All detours shown on the Drawings or required because of the Contractor's operations shall be built and maintained at the Contractor's expense and fully comply with the requirements of authorities having jurisdiction over the Project. C. Safety precautions shall be followed at all street openings; substantial barricades shall be erected as deemed necessary to prevent accidents to vehicular or pedestrian traffic and red flags by day and red lights by night shall be diligently posted by the Contractor at all points of possible danger. In case detours or other traffic instructions are necessary, suitable warning or direction signs shall be erected and maintained by the Contractor. In all cases, the detour roadways shall be maintained and kept free from undue dust and ice conditions and reasonably graded. D. Barricades, flags and other traffic control devices shall be in accordance with the current edition of the Michigan Manual of Uniform Traffic Control Devices. E. During the progress of the Work, the Contractor shall accommodate both vehicular and foot traffic and shall provide free access to fire hydrants, water, and gas valves. Except as otherwise specified herein or as noted on the Drawings, street intersections may be blocked but only one-half at a time, and the Contractor shall lay and maintain temporary driveways, bridges, and crossings that are, in the opinion of the Engineer, necessary to reasonably accommodate the public. F. In the Contractor fails to comply with these provisions, the Owner may, with notice, cause the same to be done, and will deduct the cost of such work from any money due or to become due the Contractor under this Contract, but the performance of such work by the Owner, or at its insistence, shall serve in no way to release the Contractor from its general or particular liability for the safety of the public or the Work. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-24 of GC-68 05/27/2020 17. STORAGE OF MATERIALS Materials and equipment distributed, stored, and placed upon or near the Site of the W ork shall at all times be so located so as not to interfere with the prosecution of Work or the work of other contractors under contract with Owner, if any; street drainage; fire hydrants or access thereto; or unreasonably inconvenience the public from access to or use of their property. All storage of materials and equipment shall comply with the manufacturer’s recommendations, unless otherwise set forth in the Contract Documents. The Contractor shall comply with all related local ordinances and obtain any necessary permits. 18. RELATION TO OTHER CONTRACTORS The Contractor shall prosecute the Work so as not to interfere with or injure the work of other contractors or workmen employed on adjoining or related work. Contractor shall promptly make good any injury or damage which may be done to such work by Contractor, its employees, agents or anyone for whose conduct it is responsible. Should a contract for adjoining work be awarded to another contractor and should the work of one of these contracts interfere with that of the other, the Owner shall work with both contractors to coordinate their respective work to minimize and mitigate any delay to their respective schedules. 19. SAFETY AND PROTECTION A. Contractor shall be solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Contractor’s safety program shall comply with the provisions of MIOSHA Construction and Health Standards. Contractor shall provide the Owner’s Safety Representative with a copy of Contractor’s written safety plan prior to the commencement of the Work. The Owner’s Safety Representative shall have no duty to review the plan and shall assume no duty by doing so. Contractor also shall comply with the Owner’s safety and security requirements for the Project, as contained in the Contract Documents. The Contractor shall comply with all safety policies, directions and requirements and shall not claim or assert entitlement to additional time or compensation for such compliance. B. The Contractor shall take all reasonable precautions for the safety of and shall provide all reasonable protection to prevent damage, injury, or loss to the following: 1) All persons on the W ork Site and all other persons who may be affected thereby 2) All Work, materials and equipment to be incorporated therein, whether in storage on or off the Site, under the care, custody or control of the Contractor 3) Other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction 4) The property of the Owner or other separate contractors All damage, injury or loss to any of the above-mentioned property caused directly or indirectly, in whole or in part by the Contractor and/or Contractor’s Subcontractors, GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-25 of GC-68 05/27/2020 suppliers or any parties employed by any of them, shall be remedied by the Contractor, at its sole expense. C. Prior to any excavation, the Contractor shall contact MISS DIG for the location of underground pipeline and cable facilities and shall also notify representatives of other utilities located in the vicinity of the Work. MISS DIG requires three (3) working days advance notice for the staking of utilities. D. Contractor shall notify owners of adjacent properties when prosecution of the Work may affect them. E. Contractor shall erect and maintain, as required by law, or authorities having jurisdiction, all safeguards for the safety and protection of persons and property, including but not limited to, the posting of danger signs and other warnings against hazards, promulgate safety regulations, and notify owners and users of adjacent utilities of potentially dangerous conditions. At the end of each working day, the Contractor shall be responsible for checking and confirming that the construction area is made as safe as possible for the public, that open trench areas are fenced and/or barricaded, that traveled roadways along the construction areas are secured with barricades, flashers, etc., and that equipment is stored and material stockpiled adequately away from roads, and that adequate sight distances are maintained. F. When the storage of hazardous materials or equipment is necessary for the execution of the Work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. Persons involved in these activities shall be properly trained and licensed. Contractor is responsible for confirming such persons have proper qualifications. Explosives are banned from the Work Site. If Contractor wishes to use explosives, it shall obtain written permission to do so from the Owner, submitting a plan to safely do so. Owner will determine in its sole and unfettered discretion, what additional insurances and safeguards will be required of the Contractor to allow the use of explosives. Contractor shall not be entitled to any increase in the Contract Sum or Contract Times due to conditions imposed by Owner to allow explosives on Site. G. Owner’s Safety Representative as defined above shall not have control over, or charge of, and shall not be responsible for safety precautions and programs in connection with the Work. Nonetheless, Owner’s Safety Representative shall have the right, among others, to review and provide comment on Contractor’s written safety plan, observe the implementation of Contractor’s safety program while the Work is in progress, require Contractor’s Safety Director to report on Contractor’s safety measures and accident reporting procedures, and to stop the Work in the event Contractor is engaged in an unsafe practice and/or is failing to comply with applicable safety rules and regulations while prosecuting the Work. Any actions taken by Owner or its Safety Representative relative to safety on the Project site shall not constitute the assumption of, nor relieve Contractor of its obligation to comply with its contractual and statutory obligations to provide a safe workplace as provided in the Contract Documents. Contractor acknowledges and understands that Owner is relying on Contractor’s experience, knowledge and expertise in all matters pertaining to safety. The issuance by Owner’s Safety Representative of any instruction or directive to improve safety at the site shall not be cause for Contractor to claim entitlement to additional time or compensation. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-26 of GC-68 05/27/2020 H. Contractor shall designate a Safety Director as defined above. The responsibilities of the Safety Director shall include, but not be limited to the following: 1) Formulate, administer, and make necessary changes in Contractor’s accident prevention program. 2) Make regular monthly reports to Contractor and the Owner’s Safety Representative of the safety process. 3) Maintain accident record system, make accident reports, investigate accidents, and check to see corrective action is taken. 4) Assist in training employees in safety. 5) Make personal safety inspections and supervise safety inspections made by safety committees and others for the purpose of discovering and correcting unsafe work practices before they cause accidents. 6) Make certain that Contractor, its subcontractors and employees comply with applicable federal, state, and local safety laws or ordinances. 7) Initiate and conduct activities that will stimulate and maintain the interest of employees of Contractor and its subcontractors in safety. 8) Work with safety committees, if any. I. Contractor certifies that Contractor, its employees, agents, subcontractors, and assigns will strictly follow all Michigan Occupational Safety & Health Administration (“MIOSHA”) safety and health standards relevant to the W ork performed for the Owner, its drainage districts, municipal customers, private systems, or other customers, at any and all times while the Work is being performed. J. If the Safety Director or other qualified or competent person is not present on the job site, then Work must not proceed until such person is present. K. Prior to the commencement of the Work, Contractor shall provide the Engineer and the Owner’s Safety Representative with the name of the Safety Director and a list of other qualified or competent persons who can serve in the capacity of the Safety Director should the Safety Director be absent from the site. L. If at any time, any of the information provided to the Owner or Owner’s Safety Representative regarding the identity of the Safety Director or any other qualified safety representatives of the Contractor changes, the Contractor shall notify the Owner or Owner’s Safety Representative in writing prior to the performance of any further Work on a job site. M. In any Emergency affecting the safety of persons or property, the Contractor shall act immediately, at the Contractor's discretion, to prevent threatened damage or loss. The Contractor shall immediately stop any activity or operation affecting safety until the GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-27 of GC-68 05/27/2020 condition is corrected. If the Project is found not to follow safety standards, the Contractor must take immediate action to bring the Project into compliance and complete the remedial action as soon as possible. N. Contractor hereby guarantees, as minimum standards to the Owner, that all materials, supplies and equipment listed in the Proposal, Agreement or purchase order meets the requirements, specifications and standards as provided for under the Michigan Occupational Safety and Health Act, P.A. No. 154 of 1974, as amended, and in force at the date hereof and all other applicable ordinances, codes, standards, etc. including the Michigan Right to Know Law. O. Contractor shall coordinate Safety and Protection programs with the authorities having jurisdiction over the construction sites (i.e.: MDOT, RCOC, etc.). P. Contractor also shall comply with all OCIP requirements and with the OCIP Safety Manual, if applicable to the Project. Q. Prior to the start of construction, Contractor shall submit a copy of its Confined Space Entry Program, complying with OSHA/MIOSHA requirements, to the Owner’s Safety Representative for review and approval. 20. CONTRACTOR'S SUPERVISION AND ORGANIZATION A. The W ork under this Contract shall be under the direct charge and direction of the Contractor. The Contractor shall give efficient project management and superintendence to the Work, using its best skill and attention. The Contractor shall, always during the prosecution of the Work, employ and maintain a competent full-time on-site superintendent and a full-time on-site project manager and any and all necessary foremen and assistants on the Site of the Work through Final Completion of the Work. Contractor shall hire separate employees to fulfill the responsibilities of the superintendent and project manager. The superintendent shall represent and have full authority to act for the Contractor and all directions and communications given to the superintendent shall be binding as if given to the Contractor. B. The Contractor shall not employ a proposed superintendent or project manager to whom the Owner or Engineer has made reasonable and timely objection. The Contractor also shall not replace key personnel, including but not limited to, the project manager and site superintendents, except as provided herein, without written consent of the Engineer, which shall not unreasonably be withheld or delayed. C. The Owner reserves the right to require the Contractor, or any Subcontractor, to remove and replace any superintendent, project manager, foreman, or other supervisory or management personnel, with or without cause. Cause for such removal and replacement shall include, but not be limited to: (1) failure or refusal to carry on the Work in accordance with the Contract Documents; (2) failure or refusal to carry on the W ork in accordance with the instructions of the Owner; (3) possession on the jobsite of a firearm, or knife with a blade over 2” in length, or other illegal weapon; (4) possession or use of alcoholic beverages on the Project Site, use or storage of fireworks at the Project Site, or possession or use of illegal substances, non-prescribed narcotics and/or paraphernalia; (5) failure to follow safety policies or procedures; (6) conduct unbecoming a professional; GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-28 of GC-68 05/27/2020 (7) threats, bullying, verbal abuse, use of racial slurs or other inappropriate language; (8), actions that may hazard others; or (9) sexual harassment of others, on or off the Site. Contractor shall not be entitled to any additional time or compensation resulting from the removal and replacement of such personnel. D. The Contractor shall employ only competent, efficient workers and shall not use on the Work any unfit person or one not skilled in the Work assigned to them. Contractor shall always enforce strict discipline and good order among its employees. Whenever the Engineer shall notify the Contractor, in writing, that any employee on the Project is, in the opinion of the Engineer, careless, incompetent, disorderly, or otherwise unsatisfactory, such employee shall be discharged from Work on this Project or any other project for Owner and shall not be re-assigned to the Project or any other project of the Owner except with the written consent of the Engineer. E. The Contractor shall establish and maintain an office on the Site of the Work, or at some convenient location adjacent thereto, during the prosecution of the Work. At all times during working hours, the office shall be staffed with a representative of Contractor authorized to receive and execute any and all orders, when given by the Engineer; and such orders, when issued and received by said representative, shall be deemed to have been given to and received by the Contractor. F. The Contractor shall maintain at the Site for the Owner and Engineer one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and one copy of approved Submittals, Shop Drawings, Product Data, Samples and similar required submittals. These shall be available to the Engineer, Owner, and RPR and shall be delivered to the Engineer and/or RPR as designated by Owner for submittal to the Owner upon completion of the W ork as a record of the Work as constructed. 21. INSPECTION OF WORK AND MATERIALS A. The Owner, the Engineer, the RPR, and their respective employees shall at all reasonable times have the right to enter the Site, or any location where Contractor is storing materials for the Project, to inspect the Work and materials, and to ascertain whether Contractor is prosecuting the Work in accordance with the Contract Documents. Contractor shall furnish all reasonable facilities and grant ample time for such inspection. All materials shall be subject to mill and shop inspection as provided by the Specifications. B. The Contractor shall promptly remove from the Site all materials rejected by the Engineer as failing to meet Contract requirements, whether incorporated in the Work or not, and shall promptly replace and re-execute its own Work in accordance with the Contract without expense to the Owner. Contractor also shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. C. If the Contractor does not remove such rejected W ork and materials promptly, after receipt of written notice, the Owner may remove them and store the material at the expense of the Contractor. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-29 of GC-68 05/27/2020 D. If a portion of the Work is covered contrary to the Engineer’s request or to requirements specifically expressed in the Contract Documents, it must, if requested in writing by the Engineer, be uncovered for the Engineer’s examination and be replaced at the Contractor’s expense without change in the Contract Time. E. If a portion of the W ork has been covered that the Engineer has not specifically requested to examine prior to its being covered, the Engineer may request to see such Work and it shall be uncovered by the Contractor. If such Work is in accordance with the Contract Documents, costs of uncovering and replacement shall, by appropriate Change Order, be at the Owner’s expense. If such Work is not in accordance with the Contract Documents, such costs and the cost of correction shall be at the Contractor’s expense unless the condition was caused by the Owner or a separate contractor in which event the Owner shall be responsible for payment of such costs. F. The Contractor shall promptly correct Work rejected by the Engineer or failing to conform to the requirements of the Contract Documents or damaged before Substantial Completion from any cause, whether discovered before or after Substantial Completion and whether or not fabricated, installed or completed. Costs of correcting such rejected or damaged Work, including additional testing and inspections, the cost of uncovering and replacement, and compensation for the Engineer’s services and expenses made necessary thereby, shall be at the Contractor’s expense. G. The Contractor shall give the Owner 72 hours (3 working days) written notice prior to the commencement of each major item of construction so that the Owner has ample time to schedule inspection. 22. SUBMITTALS A. The Contractor shall submit to the Engineer full information as to the materials, equipment, and processes that the Contractor proposes to furnish. This information shall be complete so that the Engineer may intelligently judge if the proposed materials, equipment, and processes will meet the Contract requirements. The Engineer shall review and return the submittals with or without exceptions, and in no event shall the Engineer’s review be treated or deemed an approval, or as acceptance of a substitute or of an equal without fully complying with the processes required in the Contract Documents. B. Where called for in the Specifications, the Contractor shall submit the Submittals to the Engineer for review not less than two (2) hard copies and an electronic PDF file of Details, Specifications, Cuts and Shop Drawings of such equipment and structural work as may be required. By submitting the Submittals, the Contractor represents to the Owner and Engineer that the Contractor has (1) reviewed and approved them, (2) determined and verified materials, field measurements and field construction criteria related thereto, or will do so and (3) checked and coordinated the information contained within such submittals with the requirements of the Work and of the Contract Documents. Each Submittal must bear a stamp or specific written certification that the Contractor has satisfied the Contractor’s obligations under the Contract Documents with respect to the Contractor’s review of that Submittal, and that the Contractor approves the Submittal. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-30 of GC-68 05/27/2020 C. The Eng ineer will check and review the Submittals with reasonable promptness and within any time limits set forth in the Schedule of Submittals and will return them as hereinafter described, indicating by notation, or by written instructions, or other directions, any corrections, which in the judgment of the Engineer, may be necessary to meet the requirements of the Contract Documents. The Contractor shall then review such notations, instructions, or directions, and if the Contractor concurs therein, shall make or have made such corrections, and shall, when so noted on the Submittals or requested by the Engineer, resubmit corrected Submittals to the Engineer as soon as possible, for final check and review. Should the Contractor question or disagree with such notations, instructions, or directions, the Contractor shall direct the Engineer's attention to same for further clarification before resubmitting them. Corrections or changes indicated on submittals shall not be construed as an order for a change in the Work or to perform extra work and shall not constitute a change or alteration to the Contract Documents. D. The return of information covering materials, equipment, and processes by the Engineer shall in no way release the Contractor from its responsibility for the proper design, installation, and performance of any material, equipment, or arrangement, or from its liability to replace same should it prove defective or unsuitable. E. Prior to commencing any Work, the Contractor shall provide a Schedule of Submittals indicating the dates upon which the Contractor anticipates providing each submittal and the dates upon which the Contractor anticipates obtaining a return of the submittal without exceptions. This Schedule of Submittals shall identify by Section, Subsection, and Article each item required by the Contract Documents to be submitted for review, record, or information. For products to be used in the Project the Schedule of Submittals shall include and identify the planned dates for material ordering; shop drawing, product data, and sample preparations; dates submittals are planned for; adequate time for the Engineers review; time required for fabrication and delivery of item; and the date on which the material is required on Site to comply with the installation activity shown on the Project Schedule. This Schedule of Submittals shall allow sufficient time for review and consideration of the submittals and for correction of any exceptions identified by the Engineer. The Schedule of Submittals shall be updated monthly to reflect the progress of submittals and returns without exception, adjustments for delays, and submittals where the Engineer has indicated an exception and required changes to the submittal. F. The submission and returned without exceptions of the Schedule of Submittals and updates shall be a condition precedent to payment on any Application for Payment submitted under the terms of the Contract Documents. In addition, Engineer may refuse to recommend payment and Owner may refuse to make payment for any Work performed by the Contractor either (a) prior to obtaining a shop drawing submittal from the Engineer, with a status of “Returned Without Exceptions or Reviewed with Exceptions Noted and Resubmission Not Required” with authorization to proceed as indicated or (b) if Contractor fails to obtain or provide any required reviews approvals, clearances, or permits required for the Work. G. No W ork shall be undertak en, nor invoiced for, until the Engineer has returned the Submittals either Returned Without Exceptions or Reviewed with Exceptions Noted and Resubmission Not Required with authorization to proceed. Submittals shall be revised GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-31 of GC-68 05/27/2020 as necessary until returned by the Engineer without exceptions, or exceptions as noted with authorization to proceed. H. The Engineer’s review shall not relieve the Contractor of responsibility for errors in the Submittals or other submissions, as the Engineer’s review is for the limited purpose of checking for conformance with the Owner's objectives and goals. Review of such submittals will not be conducted for the purpose of determining their accuracy and completeness of details, such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the responsibility of the Contractor. 23. REQUEST FOR INFORMATION A. A Request for Information (RFI) is a written communication from the Contractor to the Engineer and/or RPR as designated by Owner requesting clarification of design Drawings, Specifications, or other Contract Documents, or requesting information needed to perform the Work and not included in the Contract Documents. Contractor also shall submit an RFI if Contractor discovers a conflict or inconsistency in the design documents that cannot be resolved by a thorough review of the Contract Documents or application of the priority of documents provisions set out herein. B. Each RFI shall include a realistic date by which the Contractor needs a response to the RFI in order to avoid delay to the Project. The Contractor shall allow ample time for review and response to the RFI given the nature and complexity of the issue. RFIs shall be submitted a minimum of five working days before a response is necessary, but for complex issues or issues requiring extensive review or research, additional time may be required. RFIs shall be submitted immediately upon determination by the Contractor that clarification or information is needed. Contractor shall not submit multiple RFI’s at the same time to overwhelm the Engineer or impact the Engineer’s ability to perform its duties regarding the Work on the Project. C. The Contractor shall not submit RFIs requesting information that is contained in the Drawings, Specifications or other Contract Documents, or seeking information that already was supplied in response to prior RFIs, or for information which is available by applying industry standards, practices, common sense, or good workmanship Contractor shall not submit multiple RFI’s that can be answered by a single response and applied at multiple locations; or multiple RFIs requesting the same information in different ways. RFIs which are determined to request information that is available in the Contract Documents, or Engineer is asked to interpret and decide matters concerning the requirements of the Drawings and Specifications which the Engineer determines to be clear and unambiguous or otherwise violate these provisions will be rejected and returned to the Contractor by the Engineer. RFIs also may be rejected by the Engineer after responding to the RFI if Engineer subsequently discovers the RFI was submitted in violation of these provisions. D. If Contractor submits RFIs that are rejected by the Engineer pursuant to this provision, Owner may, in Owner’s sole discretion, back charge Contractor for the costs of review and analysis of the RFI by the Owner and Engineer. The failure of the Owner to implement such back charges shall not constitute an acknowledgement of the validity of GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-32 of GC-68 05/27/2020 the RFI, nor a waiver of the right to implement a back charge for the costs of review and analysis of the RFI. E. A response to an RFI is a document providing clarification, supplemental information, documentation, or explanation of inquired aspects of the Contract Documents, which involves neither adjustments in Contract Times nor Contract Price, nor material changes to the general character of the Work as a whole. An RFI Response conveys information in writing. The Owner or the Engineer may issue an RFI Response. F. A response to an RFI also is not acknowledgement of a change, extra work, or justification for an extension of time. An RFI response is not a work directive or Change Order. Contractor acknowledges that it anticipated that clarifications of the design documents would be necessary, and Contractor has taken the need for such clarifications into account in its Contract Price and Construction Schedule. If Contractor believes the response to an RFI results in a change in the scope of work for the Project, or if the response will impact the cost or time for completion of the Work, Contractor shall submit a Notice of Claim and shall proceed in accordance with the provisions for Change Orders and, if necessary, Disputed Work. 24. ERRORS, CORRECTIONS AND CHANGES IN DRAWINGS AND SPECIFICATIONS A. Prior to beginning the Work, or any portion thereof, the Contractor shall examine and check all Drawings and Specifications furnished by the Owner for dimensions, quantities, types of materials, and coordination with other parts of the Work on this or related contracts. By starting Work, or any portion thereof, the Contractor shall be deemed to have waived any objections to the Contract Documents. B. No structure, sewer pipe, water main, or fixtures thereto shall be placed or constructed under conditions that may be expected to result in Defective Work. If the soil is not sufficiently stable to properly support a structure, or if the Contractor questions the materials prescribed, the Contractor shall stop Work and immediately notify the Engineer. The Engineer shall review these conditions, and if deemed necessary, make changes in design or suggest changes in construction procedures before W ork continues. The Contractor shall not be permitted to take advantage of any such error, omission or discrepancy, as the Engineer will furnish full, revised instructions, and the Contractor shall be expected to carry out such instructions as if originally specified. In no case shall the Contractor proceed with the Work in uncertainty, and any Work performed by the Contractor after the discovery of any error, omission or discrepancy, until authorized, will be at the Contractor's risk and responsibility and sole expense. Contractor is responsible for completing the Work to the satisfaction of the Engineer, notwithstanding any minor omissions in the Contract Documents. Owner shall not be liable for Contractor’s failure to review and compare Contract Documents prior to bidding or the start of the Work. 25. CHANGES IN THE WORK A. The Owner shall have the right to require, by written order, changes in, additions to, or deductions from the Work required by the Contract Documents provided such change, addition, or deduction does not change the general character of the Work as a whole. Adjustments to the Contract Sum, if any, because of any change, addition, or deduction GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-33 of GC-68 05/27/2020 in the Work shall be authorized only by a fully executed Change Order. Any claim for an extension of the Contract Time shall be addressed at the same time. No claim for change, addition, or deduction, or adjustment of the Contract Sum or Contract Times shall be made or allowed unless submitted by Contractor in connection with a request for a written Work Directive from the Owner specifically authorizing such change, addition, or deduction. Drawings, submittal exceptions or comments, responses to Requests for Information, oral instructions, field memoranda, or any other form of communication without a written W ork Directive shall not be considered such authority. Disputed Work shall be addressed as set out herein. B. Where the written Work Directive reduces the quantity of Work to be performed, Contractor waives any claim for damages or lost profits anticipated on the Work deleted. Such directive also shall not constitute a partial termination. The Contractor shall issue a credit for deleted Work in accordance with the Contract Documents. If the Contractor fails to recognize an appropriate credit for deleted Work, as determined by the Engineer, the Owner shall issue a Change Order adjusting the Contract Price in the amount estimated by the Engineer, and the Contractor may pursue any objection to such Change Order following the procedures for Disputed Work set out herein. If made, Contractor’s claim is subject to audit. C. Upon the written recommendation of the Engineer, Owner shall authorize a Work Directive requiring changes in, additions to, or deductions from the Work, or otherwise directing the Contractor to proceed with specified work. When the Owner and Contractor agree that additional compensation or time is required due to such work, Owner and Contractor shall negotiate a Change Order in accordance with the below provisions prior to proceeding with the work. If the Contractor and Owner disagree as to whether any given activity constitutes changed or extra Work, or whether an adjustment of the Contract Sum or Contract Times is warranted (“Disputed Work”), the Owner may issue a Work Directive instructing the Contractor to proceed with the Disputed Work. The Work Directive shall not constitute evidence or an admission of any entitlement or intent to issue a Change Order and Contractor may submit a claim for additional time or compensation in accordance with the procedures provided herein. Until a written Change Order is negotiated and executed by Contractor and Owner, Contractor shall strictly comply with the Disputed Work provisions of the Contract Documents. D. If the Contractor does not give notice to Owner or Engineer within two (2) working days of its claim for an adjustment to the Contract Price or Contract Time and proceeds with the work without a written Change Order, or a Work Directive specifically directing the Contractor to proceed with the Disputed Work, Contractor shall be barred from asserting such a claim in the future and Contractor hereby waives any compensation for any such task or work performed by Contractor regardless of whether or not Contractor supplied any additional services or materials to the Work. E. By signing any Change Order, the Contractor conclusively is agreeing the Change Order includes all costs and any additional time required (known or unknown) relating to or arising from the Work set forth on the Change Order, and the Contractor forever waives and releases the Owner from any costs, requests, demands, and the like which the Contractor failed to include in the Change Order. The Contractor shall include the Work covered by such Change Orders in its Applications for Payment as if such Work were originally part of the Contract Documents. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-34 of GC-68 05/27/2020 F. Contractor understands and agrees Owner’s directive to change, add or deduct Work shall in no way invalidate the Contract and any change in the W ork shall not operate to release any surety on any bond furnished by Contractor. Contractor accepts the responsibility to keep its surety informed of all Modifications to the Contract. The obligations of Contractor's surety shall not be reduced, waived or adversely affected by the issuance of such Change Orders, additions or deductions even if Contractor fails to inform surety of same and the Owner shall not be required to obtain consent of the surety to such modifications. G. The Contractor, without extra charge, shall make slight alterations as may be necessary to make adjustable parts fit to fixed parts, leaving all complete and in proper shape when done. H. The Contractor, without extra charge, shall make other slight alterations, including grade and/or elevations, if the Engineer determines such alterations are needed to complete the Work as long as the alterations do not change the overall scope of the Work, increase the overall cost of completing the Work on the Project, or involve an extension of time. Any alterations in question by the Contractor will be submitted by the Contractor as a Request for Information and responses by the Engineer will be issued as a Field Order. I. Quotations from the Contractor for extra Work described in a Work Directive shall be valid for a period of not less than ninety (90) days from the time of issuance. J. All changes, additions or omissions in the Work ordered in writing by the Owner shall be deemed to be a part of the Work hereunder and shall be performed and furnished in strict accordance with all the terms and provisions of the Contract Documents. 26. BASI S FOR DETERMINING COSTS OF CHANGES IN THE WORK A. Adjustments shall be determined by one or more of the following methods, the Owner reserving the right to select the method or methods at the time the written order is issued: 1) An acceptable lump sum proposal: To facilitate checking and acceptance, Contractor’s proposal shall include all categories of labor, material, and equipment, shown on quantity take-offs, and shall be itemized with quantities and prices given for the various items. Contractor also shall provide a Time Impact Analysis as described in the Disputed Work Article herein to identify any delays or schedule impact related to the Change order. 2) Unit price: If the Work addressed by a Unit Price item is modified, the Unit Price shall apply to the Work and a Change Order shall be issued only for any additional costs demonstrated by the Contractor to result from the changes to the Unit Price Work. Unit Prices are binding for quantities to 50% above or below the estimated quantities in the Contract. At and above 150% of the Unit Price Quantities in the Contract, Owner may request a suitable adjustment in the Unit Price. At or below 50% of the quantities estimated, Owner may, at its sole discretion, increase the Unit Price by the net increase in Contractor’s unit cost, GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-35 of GC-68 05/27/2020 but not more than 35% of the Contract Unit Price. To obtain an increase in Unit Price, Contractor must submit a Notice of Claim, and proceed as required in the Contract Documents. 3) On a cost-plus-limited-basis: Not to exceed a specified maximum limit of cost specified in the Change Order. B. "COST" as herein used shall be the actual and necessary costs incurred by the Contractor by reasons of the change in the Work for labor, materials with sales tax, equipment rental with sales tax and insurance. 1) Labor costs shall be the amount shown on the Contractor's certified payrolls with payroll taxes added when Contractor provides evidence that such taxes have been incurred. In no case shall the rates charged for labor exceed the rates paid by the Contractor for the same class of labor employed by it to perform Work under the regular items of the Contract. 2) Material costs shall be the net price paid for materials delivered to the Site of the Work. If any material required to perform the extra work is later deleted by the written order of the Owner after it has been delivered to the Site or partially used or consumed by the Contractor and consequently will not retain its full value for other uses, the Contractor shall be allowed the actual cost of the deleted material less its fair market value as determined by the Owner. 3) Equipment rental shall be the actual additional costs incurred for necessary equipment. Costs shall not be allowed in excess of usual rentals charged in the area for similar equipment of like size and condition, including the costs of neces- sary supplies and repairs for operating the equipment. No costs, however, shall be allowed for the use of eq uipment on the Site in connection with other Work. If equipment not on the Site is required for the change in the Work only, the cost of transporting such equipment to and from the Site shall be allowed. The rental rate established for each piece of Contractor-owned equipment, including appurtenances and attachments to equipment used, will be determined by use of the Rental Rate Blue Book for Construction Equipment Volume 1, 2, or 3, as applicable. The Blue Book edition current at the time the Work is started will apply. The established hourly rental rate will be equal to the "Monthly" rate divided by 176, modified by the applicable rate adjustment factor and the map adjustment factor, plus the "Estimated Operating Costs per Hour.” For equipment not listed in the Rental Blue Book, Volume 1, 2, or 3, the rental rate will be determined by using the rate listed for a similar piece of equipment or by proportioning a rate listed so that the capacity, size, horsepower, and age are properly considered. In the event that machinery and equipment actually employed on the Project Site is idled for reasons beyond the control of the Contractor, the rental rate for Contractor-owned equipment will be the "Monthly" rate divided by 176, modified by the applicable rate adjustment factor and the map adjustment factor, and then multiplied by 50 percent. No payment will be allowed for operating costs. This GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-36 of GC-68 05/27/2020 Article applies only to machinery and equipment necessary for performance of Disputed or Change Order Work and any idled equipment or machinery related to the change. 4) Insurance premiums shall be limited to those based on labor payroll and to the types of insurance required by the Contract. The amount allowed shall be limited to the net costs incurred as determined from the labor payroll relating to the Work. The Contractor shall, upon request of the Owner, submit verification of the applicable insurance rates and premium computations. 5) "PLUS" as herein used is defined as a percentage to be added to the items of "Cost" to cover superintendence, project management, use of ordinary and small tools, and all forms of overhead and administrative expense and profit, and the cost of bond and insurance premiums. The percentage mark-up shall not exceed 15% on W ork performed entirely by the Contractor and 15% for Work performed entirely by a Subcontractor. If the latter applies, Contractor shall be entitled to a 5% mark-up with an aggregate total of no more than 20% on Work performed by a Subcontractor. 6) "SPECIFIED MAXIM UM LIMIT OF COST" is the amount stated in the written order of the Owner authorizing the change in the Work. The maximum amount that Contractor shall be paid is the "cost" of the work "plus" the percentage or the specified maximum, whichever is the lesser amount. 7) “Ordinary Tools” are the tools owned by the Contractor defined as having a cost new, or a net depreciated value of less than $2,000.00 each, the costs for which are agreed to be included in the “PLUS” as set forth above. The cost of replacement bits, parts, and the like that wear out as a result of use on the Project having a new cost, or a net depreciated value of less than $2,000.00 each, also shall be included in the “PLUS” as set forth above. C. Contractor shall provide a rider from the bonding company indicating that the penal sum of the bond has been increased by the amount of the change order. D. The Contractor shall keep complete, accurate, daily records of the net actual cost of changes in the Work or claimed changes in the Work (known as “Daily W ork Tickets”). These Daily Work Tickets shall include: the identif ication of the Work performed; the names and classifications of each worker employed in the Work; the equipment used in performing the Work; and the number of hours each piece of eq uipment was used for that portion of the Work; the identity, the number of workers, classification of workers, equipment, and hours employed by any Subcontractor who performs any portion of the Work; and the materials utilized on that day and actually installed or used up in performance of the Work. The Daily Work Ticket shall distinguish between W ork performed as part of changed Work or claimed changed/extra Work, and other contract Work performed on that day. Contractor shall present such information at the end of each working day for verification by the Observer, in such form and at such times as the Owner may direct. The Observer’s execution of such Daily Work Tickets only shall serve to record the quantities reflected in the Daily Work Ticket and shall not bind the Owner or Engineer in any manner, shall not relieve Contractor of any obligations under the Contract Documents, and shall not constitute an acknowledgement of entitlement for any GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-37 of GC-68 05/27/2020 Disputed Work. If the Observer disagrees with the quantities reflected on the Daily Work Ticket, or with the division of labor, eq uipment, or materials between the changed Work and Disputed Work, the Observer may note such disagreement on the Daily Work Ticket. Daily Work Tickets submitted after the end of the day on which the W ork was performed shall not be valid and may, in the Observer’s discretion, be returned to the Contractor unexecuted. Contractor shall have no right to compensation for Work performed without signed Daily Work Tickets. Any terms written on either side of a Daily Work Ticket or any substitute documentation are not binding on the Owner or Engineer, and Contractor acknowledges that all such terms will be deemed meaningless. The designation of the Daily Work Tickets as “Extra Work Tickets” shall not acknowledge that the Work is extra or not part of the Contract requirements. E. Costs Excluded: The term “Cost” of the Work shall not include any of the following Items: 1) Payroll costs and other compensation of Contractor’s officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch office for general administration of the Work and not specifically included in Article 27.B.1) above; all of which are to be considered administrative costs covered by the Contractor’s mark-up 2) Expenses of Contractor’s principal and branch offices other than Contractor’s office at the Site 3) Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments 4) Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property 5) Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Article 27.B above 6) Any Contractor costs incurred by, or associated with the development, preparation, and prosecution of a claim 7) Any cost or expense not specifically included in the Cost of Work as set out in the Contract Documents. 27. SCHEDULE CHANGES (OWNER DELAY) A. A Change Order signed by the Owner is the only method to change the Contract Times. Any claim for an extension or reduction of the Contract Times shall be made in GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-38 of GC-68 05/27/2020 accordance with the Contract Documents. B. The Contract Times may be extended for a Force Majeure Event and/or Owner Delay in accordance with the terms and conditions of the Contract Documents. C. In the event of a Force Majeure delay, Contractor shall only be entitled to an extension of the Contract Times with no additional compensation or modification of the Contract Price. D. Strictly in the event of an Owner Delay, the following provisions apply: 1) The Owner may expressly order the Contractor, in writing, to suspend, delay, or interrupt all or any part of the Work on the Project for such period as it may determine to be appropriate for the convenience of the Owner. 2) Upon receipt of written notice from the Owner to suspend, delay, or interrupt the Work, and within the time stated in such notice, the Contractor shall suspend shipment and delivery of material and stop any part or all of the Work and operations hereunder for the periods of time designated by the Owner in the notice. The Contractor shall immediately confer with the Owner relative to: a) Probable duration of the suspension or stoppage; b) Delays and extensions of time resulting therefrom; c) The reduction or elimination of the Contractor’s field costs; and d) Prospective costs and expenses which may result directly from the suspension or stoppage; including, but not limited to, the costs to the Contractor of complying with the Owner's directions relative to the preservation of the Work in progress and the protection of existing facilities, materials, and equipment on or in transit to the Project Site. 3) The Owner may, by further written notice, require the Contractor to promptly resume all or any part of the W ork and operations required by the resumption notice. 4) Claims of the Contractor for costs and damages resulting from the Owner's suspension, delay, or interruption of the Work shall be determined in accordance with the following: a) If the performance of all or any part of the Work on the Project is otherwise delayed or interrupted by an Owner Delay; and b) If such act causes delays in the Critical Path Activity, then the Project Schedule and the Contract Times shall be adjusted by Change Order but only to the extent necessary to compensate for such delay; then c) Owner shall make an adjustment to the Contract Sum for the following items: GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-39 of GC-68 05/27/2020 i) The cost of equipment necessary for the performance of Contract Work req uired to remain on the Project Site that could not be used for any Work whatsoever and could not be relocated to perform other W ork on other sites, calculated as set out in Article 27.B.3) herein; ii) Field general conditions actually incurred by the Contractor for the cost to maintain the Project Site and the required facilities for the Contractor, Engineer, and Owner, for the duration of the delay, or the increase in the time on the Critical Path, whichever is less. iii) Actual salaried supervision costs for supervision required on Site for an extended period where the supervisor could not be released from the Project and where no Contract Work could be performed. iv) No payment shall be due to the Contractor for home office overhead (including but not limited to Eichleay); equipment not necessary on Site during the delay period or which is used in performing other work during the delay period; consequential damages, including anticipated profits, loss or interference with bonding capacity; mark-up of any sort; insurance; interest; or any other costs not specifically delineated herein. v) Contractor agrees to accept the specified costs as full compensation for any Owner Delay whether agreed or disputed. vi) All costs shall be subject to audit by the Owner. 5) The Contractor shall have no further claim whatsoever against the Owner for damage or loss of any kind resulting from suspension of operations or delays or interruptions caused by an Owner Delay. 6) Immediately upon (and not more than 48 hours following the commencement of) the occurrence of an Owner Delay, the Contractor shall provide the Owner with a Notice of Claim in the form and substance set forth in the Disputed Work provisions herein. In addition to such information, the Notice of Claim shall describe in detail the claimed delay, a description of the portions of the Work affected, the relief requested, and additional relevant details. Failure to submit this Notice, including all supporting details, shall constitute a waiver of claim by the Contractor. In the case of a continuing cause of Owner Delay, only one Notice is necessary. If the Owner acknowledges the asserted Owner Delay, the parties will process the claim using the Change Order process. If the Owner determines that no Owner Delay has occurred, the claim will be addressed under the Disputed Work provisions. Unless and until Owner recognizes an Owner Delay, Contractor should proceed with the requirements for Disputed Work until the Owner decides. 7) No adjustments shall be made for any suspension, delay or interruption to the extent that performance would have been so suspended, delayed or interrupted GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-40 of GC-68 05/27/2020 by any other cause, including the fault or negligence of the Contractor; to the extent the delay and associated costs could have been mitigated by the Contractor; or for which an equitable adjustment is provided or excluded under any other provision of this Agreement. The Owner's exercise of any of its rights under this Agreement or Owner's requirement of correction or re-execution of any Defective W ork shall not, under any circumstances, be construed as interference with the Contractor’s performance of the Work. 8) Each Subcontractor shall be bound by the foregoing provisions. E. In the Project is delayed, Contractor shall be prepared to accelerate the Work if directed by the Owner, in writing, in order to meet the Contract Times in the Contract Documents. Owner will pay Contractor for accelerating the Work only if necessitated by an Owner Delay or by a Force Majeure event and acceleration is required by Owner; provided Contractor has strictly, not substantially, complied with all claims and/or Disputed Work notices, and other submittal requirements identified in the Contract Documents. Within five (5) days of a written request from the Owner, Contractor shall provide Owner with an acceleration plan and an itemization of all costs for implementing that plan as well as an itemization of all costs that Contractor will claim if completion of the Project is extended because of an Owner Delay. 28. PATENTS A. The Contractor shall pay all royalties and license fees and shall hold and save the Owner and any Indemnified Party harmless from all liability of any nature or kind, including cost and expenses, for, or account of, any patented or unpatented invention, process, article, or appliance manufactured or used in the performance of the Contract, including its use by the Owner, unless otherwise specifically stipulated in the Contract Documents. In this respect the Contractor shall defend all suits or claims for inf ringement of any patent or license right. B. In the event that any claim, suit, or action at law or in equity of any kind, whatsoever, is brought against the Owner or any Indemnified Party, involving any such patent or license rights, the Owner shall have the right to, and may retain from, any money due or that may become due to the Contractor, an amount deemed necessary by the Owner to protect the Owner and the Indemnified Parties against loss. Owner will retain such sum until the claim or suit has been resolved and satisfactory evidence of the resolution has been furnished to the Owner. 29. SUBSTITUTES AND OR-EQUALS A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words such as no like, equivalent, or “or-equal” item or no substitution is permitted, alternative or substitute items of material or equipment of other suppliers may be submitted to Engineer for review under the circumstances described below. 1) Or-Equal Items: If, in Engineer’s sole discretion, an item of material or equipment GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-41 of GC-68 05/27/2020 proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an “or-equal” item, in which case review and approval of the proposed item may, in Engineer’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Article, a proposed item of material or equipment will be considered functionally equal to an item so named if: a) In the exercise of reasonable judgment Engineer determines that: i) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; ii) it will reliably perform, at least equally well, the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; iii) it has a proven record of performance and availability of responsive service that equals or exceeds the specified item; and b) Contractor certifies that, if approved and incorporated into the Work: i) the Contract Price and Contract Times will not increase; ii) it will conform substantially to the detailed requirements of the item named in the Contract Documents; iii) it will require no changes in substrates, work on which it depends, nor services; and iv) it will not have operating, maintenance or life cycle costs greater that the specified item. 2) Substitute Items: If, in Engineer’s sole discretion, an item of material or equipment proposed by Contractor does not qualify as an “or equal” item under these provisions, it will be considered a proposed substitute item. a) Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute, therefore. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. b) The requirements for review by Engineer will be as set forth herein, as supplemented in the Specifications and as Engineer may decide is appropriate under the circumstances. c) Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-42 of GC-68 05/27/2020 to furnish or use. d) The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design; has a proven record of performance and availability of responsive service that equals or exceeds the specified item; be similar in substance to that specified; be suited to the same use as that specified; and it will not have operating, maintenance or life cycle cost greater than the specified item. i) Will state: the extent, if any, to which the use of the proposed substitute item will impact Contractor’s ability to meet the Substantial Completion date; whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other Work on the Project) to adapt the design to the proposed substitute item; and whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; ii) Will identify: all variations of the proposed substitute item from that specified; available engineering, sales, maintenance, repair, and replacement services; and iii) Shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change. C. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute mean, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided above. D. Engineer’s Evaluation: Engineer will be allowed a reasonable time within wh ich to evaluate each proposal or submittal made pursuant to this provision. If multiple substitutes are submitted by the Contractor, Contractor shall provide an order of priority in which Engineer is requested to review various proposed substitutes. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No “or equal” or substitute will be ordered, installed or utilized until Engineer’s review is complete, which will be evidenced by either a Change Order for a substitute or a Shop Drawing for an “or equal” indicating that the item was found to qualify as an “Or Equal” subject to these provisions and marked “Returned Without Exceptions.” Engineer will advise Contractor in writing of any negative determination or conditions on the use of an Or Equal or Substitution. Contractor waives and releases Engineer and Owner from any claim for delay or costs GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-43 of GC-68 05/27/2020 incurred by Engineer’s evaluation of substitute items submitted by Contractor. E. Special Guarantee: Owner may require Contractor to furnish at Contractor’s expense a special performance guarantee or other surety with respect to any substitute. F. Engineer’s Cost Reimbursement: Engineer will record Engineer’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to this Article. Whether or not Engineer approves a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the charges of Engineer for evaluating each such proposed substitute. Contractor also shall reimburse Owner for the charges of Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. G. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or equal” at Contractor’s expense. H. Conditions on Approval: If deemed appropriate, the Engineer may approve the substitute only with conditions required of the Contractor. Such conditions may include guarantees, no cost modifications to the W ork to accommodate the substitution, credits to the Owner for reduced costs, or other accommodations or requirements. I. Approval of an “or-equal” of substitute shall not constitute adoption of the “or-equal” or substitute as part of the Engineer’s design. The Contractor shall remain responsible for all errors or the failure of the “or-equal” or substitute to perform as anticipated. 30. DISPUTED WORK A. Step 1: Notice of Claim 1) The Contractor shall not be entitled to payment of any additional compensation or an extension of time unless the Contractor has strictly complied with the requirements for written Notice of Claim specified herein. Compliance with this Article shall not be required if the claim falls within the scope of the Differing Site Conditions provisions of these General Conditions unless and until the Owner decides as to whether a differing condition described in that Article exists on the Project. Contractor must submit a Notice of Claim when proceeding with Work ordered by a Work Directive where the Contractor intends to seek an adjustment of the Contract Sum or an extension of Contract Times for the Work specified in the Work Directive. 2) If Contractor seeks compensation for W ork or materials which it claims is not included in the original scope of the Work or Contract Price, and not subject to a Work Directive, the Contractor shall submit a written Notice of Claim to the Engineer, with a copy to the Owner, within three (3) working days of discovering the basis for the Claim and in any event before the Contractor begins the Work on which the Contractor bases the claim. For Emergency Work, the Contractor shall provide the Notice of Claim as soon as practical, but in no event more than two (2) working days after beginning the Work. 3) Contractor’s written Notice of Claim shall be submitted on the appropriate form GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-44 of GC-68 05/27/2020 furnished by the Owner and shall be certified with a reference to the Federal False Claims Act. The Notice shall detail the reasons Contractor is seeking additional time and/or money and provide an itemization of estimated costs. The Notice shall also state whether the affected Work impacts the Critical Path for completion of the Project. If such notice is not given, the Contractor shall be deemed to have waived its claim for extra compensation for that claim. A Notice of Claim submitted after the costs have been incurred shall not satisfy the requirements of this Article and the claim shall be deemed waived. B. Step 2: Maintenance of Executed Cost Records Contractor shall track all costs incurred and submit Daily Work Tickets for signature as specified in Article 27.D of these General Conditions. Contractor shall furnish all Daily Work Tickets with its Notice of Claim. If the Contractor is unable to provide properly completed Daily W ork Tickets on the form supplied by the Owner for each and every day that Contractor seeks to be paid, Contractor may submit other documentation for the missing Daily Work Tickets together with an explanation as to why Contractor did not obtain Daily W ork tickets for this work. Substitute documentation may be submitted only for occasional missing days, which Engineer shall have no obligation to accept. Engineer’s occasional acceptance of such documentation shall not create a waiver of Contractor’s obligation to provide Daily Work Tickets. If the Engineer accepts the substitute documentation, the claim shall be addressed as set out herein. If the Engineer rejects the substitute documentation, and Contractor fails to furnish acceptable alternative documentation within 15 days of the performance of the work, then Contractor will be deemed to have waived its right to compensation for any work not reported on a Daily Work Ticket signed by the Observer. C. Step 3: Substantiation of Claim 1) Within 15 calendar days of completing the affected Work, the Contractor shall submit substantiation of the Contractor’s actual costs together with a Time Impact Analysis of the actual impact of the Work on the Schedule. The Time Impact Analysis shall identify the actual impact of the Work on the Critical Path of the Schedule and shall not be based on fragments inserted into the baseline schedule to create theoretical schedule impacts. The Time Impact Analysis also shall identif y and include all revisions to schedule logic, added or deleted activities, changes in Activity identification, overlapping of Work items and/or re- sequencing that can be applied to eliminate or reduce the impact on the Schedule. Each claim shall be addressed in a separate Notice of Claim and substantiation of actual costs. Multiple claims shall not be combined into a single notice and costs and time incurred must be set out separately for each claim. 2) Failure to provide any portion of the required notification or substantiation of the Claims as required herein shall constitute a waiver of the Contractor’s Claim and all costs and time impact related thereto. D. Step 4: Inspection of Documents Upon request by the Owner, Contractor shall make available for inspection and copying any and all documents or records in Contractors possession which pertain to the Claim. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-45 of GC-68 05/27/2020 Owner is not required to provide the reasoning or analysis that is the basis for any request for documents. E. Step 5: Claim Negotiations 1) The Engineer shall notify the Contractor of the Owner’s general position on Contractor’s Claim as soon as reasonably practical. Within three (3) business days of receipt of such notice, Contractor shall identify a representative to meet with representatives of the Owner and Engineer. Such a meeting shall be scheduled within thirty (30) days following issuance of the notice. The meeting date may be deferred for good cause by either party. At the meeting, Contractor shall present and support every aspect of the Claim. Such representative shall have full authority to negotiate and resolve the Claim, including the authority to withdraw the claim in its entirety. Multiple claims, for which the Contractor has provided separate notices and support as set out above, may be addressed in a single meeting. Owner shall furnish a list of questions, concerns or issues with the Claim not less than five (5) days prior to the meeting. The Contractor shall designate such representative or representatives as necessary to address each claim that will be considered in the meeting. 2) If the claim or claims are not resolved at the initial negotiation meeting, Contractor shall appoint a second representative at a higher level of authority within Contractor’s organization. The Owner likewise will appoint a representative of higher authority to meet with the Contractor’s Representative. The higher-level representatives will meet with the Engineer to further negotiate and discuss the unresolved claims within thirty days of the conclusion of the initial meeting unless this date is extended by the Owner. The participants of the original meeting may attend this second meeting if requested by the Contractor and agreed by the Owner. 3) If no resolution is reached following the initial negotiation, upon request of the Owner, the Escrow Bid Documents may be jointly reviewed by the Owner, Engineer, and Contractor in order to assist in the analysis and/or resolution of disputed claims. Owner need not justify the request to review the Escrow Bid Documents. W hen requested by the Owner prior to the second level of negotiations, the Escrow Bid Documents shall be examined during or prior to such meeting and, if necessary, the time for negotiations may be extended by written authorization from the Owner in order to allow sufficient time to review the Documents. 4) The failure to participate in the negotiating meeting shall constitute a waiver of all claims to be addressed in the meeting. Owner may record the meeting, if desired, and either party may bring an additional participant to take notes and prepare minutes of the meeting. The meeting shall be considered a confidential settlement discussion and nothing said or done at the meeting shall be admissible in any proceeding whatsoever as evidence of liability or any asserted defense to a claim, other than as necessary to establish whether the Contractor failed to appoint and provide a representative in accordance with the requirements of this Article. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-46 of GC-68 05/27/2020 F. Step 6: Owner’s Final Decision 1) If the Claim or any part of the Claim is not resolved at the claim meeting, the Engineer will notify the Contractor in writing of the Owner’s final decision on the Claim. Within thirty (30) days of receipt of this decision, the Contractor shall either accept the final decision, or provide written objection to the decision. The failure to timely object to Owner’s decision shall constitute acceptance of that decision and a waiver of all objections and any right to further compensation or time for the issues raised in the Claim. 2) In the event that Owner, in its sole discretion, determines that the Claim brought by Contractor is prohibited by and/or Contractor has waived the right to assert such Claim in the Contract Documents, Owner may deduct from the unpaid Contract Sum or invoice Contractor all fees, charges and expenses of the Engineer, its consultants, Owner’s attorneys and other professionals, as well as Owner’s staff time arising and/or resulting from the assertion of the prohibited Claim. In addition, the assertion of such Claim(s) shall be considered by Owner in connection with the evaluation of Contractor’s overall performance of the Work when awarding future contracts. G. Intent and Waiver of Claims 1) The intention of this provision is to bring any potential claims to the attention of the Engineer and Owner as early as possible in order to allow mitigation efforts and expedited resolution of claims or potential claims. Contractor waives its right to any additional compensation and/or extension of time for any claim that is not submitted in accordance with this Article. This Article applies to all claims for extra Work, changed Work, delay, acceleration, constructive changes or constructive acceleration, disruption to the orderly performance of the Work, and every other claim for additional compensation by the Contractor in relation to the Contract Documents, or to the Work on the Project. The requirements of this Article may not be waived by the express or implied statements, representations, or actions of the Engineer or Owner. The failure to enforce these provisions on one or multiple occasions shall not constitute a waiver of these provisions. Upon request of the Contractor, Owner may, by specific written authorization, extend the time for the Contractor to provide any of the requisite documentation or acts set out herein. Such authorization shall not be implied by actions, inactions or creative interpretation of written documents. Nor shall such authorization be valid unless issued and executed by the Owner. Owner shall have no obligation to extend the time requested by the Contractor, but requests for such extension shall not be unreasonably denied. Under no circumstances shall Owner have any obligation to approve a request for an extension of time made by Contractor after the time to provide notice, documentation or take a specific action has expired (regardless of reasonableness). No extensions will be permitted which prevent the Owner from having sufficient time to respond or react to a claim or which render impractical the Disputed W ork or Dispute Resolution provisions of the Contract Documents. 2) Nothing in this provision shall relieve the Contractor of any other obligations under the Contract. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-47 of GC-68 05/27/2020 H. Step 7: Contract Dispute Resolution All claims not resolved through the process set out herein shall be addressed after Final Completion through the Dispute Resolution procedure set out in the Contract Agreement. 31. DIFFERING SITE CONDITIONS A. If a Contractor discovers one or both of the following physical conditions of the surface or subsurface at the Site, before disturbing the physical condition, the Contractor shall promptly notify the Engineer of the physical condition in writing: 1) A subsurface or a latent physical condition at the Site which materially differs from that indicated in the Contract Documents. 2) An unknown physical condition at the Site of an unusual nature materially differing from those ordinarily encountered and generally recognized as inherent in the Work of the character provided for in the Contract Documents. B. Upon Contractor providing the Engineer with a written notice under this Article, Engineer shall promptly investigate the physical condition on behalf of Owner and report the results of such investigation to Owner. If the Engineer determines that the alleged condition is a Differing Site Condition under the Contract, Engineer will consult with the Contractor to review the available options to resolve the Differing Site Condition and provide written direction accordingly. C. The Owner shall issue through the Engineer, a written determination as to whether it agrees that the physical conditions do materially differ, and if so, the Owner will issue an appropriate Change Order in accordance with the Change Order provisions set out herein. D. Contractor may not make a claim for additional costs or time because of a physical condition as described herein unless the Contractor has complied with the notice requirements of this Article. The failure to provide the required notice constitutes a waiver of Contractor’s claim. The Owner may extend the time required for notice under this Article by providing, through the Engineer, written instructions to the Contractor to proceed with the Work while a determination is being made as to whether the physical conditions do materially differ. E. If Contractor disputes Owner’s determination, Contractor shall provide a Notice of Claim and pursue its remedies as provided in Article 30 herein. The failure to provide a Notice of Claim in conformance with the provisions of Article 30 prior to proceeding with any further W ork on the claimed differing condition shall constitute acceptance of the Owner’s determination and a waiver of all claims for additional time or money arising from the alleged Differing Site Condition. F. This Article is not applicable to any conditions or claims other than the conditions specified in Subsection A.1) or A.2) of this provision. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-48 of GC-68 05/27/2020 32. CLEAN UP AND RESTORATION The Contractor shall, as directed by the Owner, remove at its own expense from the Owner's property, easements and rights-of-way and from all public and private property all temporary structures, rubbish and waste materials resulting from its operation. Unless otherwise stated on the Drawings or Specifications, the Contractor shall restore the job Site to substantially the same condition as existed prior to beginning of Work. 33. USE OF COMPLETED PORTIONS OF THE WORK The Owner may, at any time during progress of the Work, after written notice to the Contractor, take over and place in service any completed portions of the W ork which are ready for service, although the entire Work of the Contract is not fully completed, and notwithstanding the time for completion of the entire Work or such portions may not have expired. The use of any portion of the Work by the Owner under the provisions of this Article shall not constitute Final Acceptance of the Work or any portion thereof or of the Project. 34. FAIR EMPLOYMENT PRACTICES ACT The Contractor agrees that neither it nor its Subcontractors will discriminate against any employee or applicant for employment, to be employed in the performance of this Contract, with respect to its hire, tenure, terms, conditions or privileges of employment, or any matter directly or indirectly related to employment, because of its race, color, religion, national origin or ancestry, nor shall age or sex be a condition of employment except where based upon a bona fide occupational qualification. Breach of these covenants may be regarded as a material breach of this Contract. 35. LABOR HARMONY It is the Contractor’s sole and exclusive responsibility to provide and maintain harmony between and among the tradespersons employed by it, each of its Subcontractors, and any other tradespersons working on the Project. Owner may, but is not required to, implement necessary procedures to restore labor harmony or to enable Work to proceed timely in the event of a labor discord. Contractor shall be responsible to Owner for all costs, expenses, fees, attorney fees or other expenses resulting from Contractor’s failure to maintain Labor Harmony. 36. AUT HORITY No agent of the Owner shall have power to revoke, alter, enlarge, or relax the stipulations or requirements of the Contract Documents, except insofar as such authority may be specifically conferred by the Contract Documents themselves, without the formal written authorization to do so, conferred by the Contract of which the Specifications are a part, or by ordinance, resolution, or other usual official action by the Owner. 37. SANITARY REGULATI ONS Necessary sanitary conveniences for the use of laborers on the Site, properly secluded from public observation, shall be constructed and maintained in sanitary condition by the Contractor, and their use shall be strictly enforced. Contractor shall be responsible for initiating and maintaining all the required sanitary facilities as indicated in the provisions of MIOSHA GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-49 of GC-68 05/27/2020 Standards, Part I, "Construction Safety Standards". 38. SUNDAY, HOLIDAY AND NIGHT WORK Allowable working hours will be controlled by local ordinances, and no Work will be permitted at other hours or on Sundays or holidays, except to save property or life or as specifically authorized or directed by the Owner. In all cases Contractor must comply with local ordinances. 39. SCHEDULING The schedule requirements are specified in the General Specifications. 40. PROGRESS OF WORK A. The Work shall be prosecuted regularly and without interruption, unless the Owner shall otherwise specifically direct, with such force and at such points as to ensure its full completion within the Contract Times. B. If the Owner determines that the Contractor has fallen behind in the progress of the Work or is in danger of falling behind at its then-current rate of progress, or is responsible for any Project Schedule delays, Owner may direct Contractor, on written notice, to take all steps Owner deems necessary to improve the rate of progress of the Work, including requiring Contractor to increase its labor force, number of shifts and/or overtime operations, days of Work, or to provide additional equipment or materials. Within forty-eight (48) hours of such written notice from Owner, Contractor shall submit for Owner’s review, a recovery plan and schedule to demonstrate how Contractor will implement the required steps to attain the required rate of progress. Contractor will implement the recovery plan immediately upon return of the plan without exceptions. If Owner determines that Contractor’s recovery plan will not attain the required rate of progress, Contractor will take the steps Owner directs in that regard and perform the Work accordingly, all without additional cost to the Owner. If Contractor fails to submit or follow a recovery plan as required or perform the Work in accordance with Owner’s directives, Owner may, following twenty-four (24) hour notice to Contractor, perform the Work as Owner deems necessary to attain the required rate of progress. Owner may deduct from any payment due to Contractor or collect directly from Contractor on demand all costs, expenses, and damages incurred or suffered by Owner in connection with Contractor’s delay in the progress of the Work or to the Project Schedule. 41. TIME OF COMPLETION The time allowed for completion of the Work contemplated in this Contract shall be the date set forth as the Contract Time(s). Any returns to Contractor of “No Exceptions” of any Project Schedule, Schedule Update, or Schedule Revision, if any, shall not relieve the Contractor of the responsibility to complete the Work within the Contract Time(s). 42. TIME IS ESSENCE OF CONTRACT It is expressly understood and agreed by the parties that the time specified for the completion of the Work is the essence of this Contract, and the Contractor shall not be entitled to claim complete and final perf ormance of the Contract unless the W ork is satisfactorily completed in GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-50 of GC-68 05/27/2020 every respect, within the time herein specified. 43. ESTIMATE D QUANTITIES The quantities of the various classes of Work to be performed and materials to be furnished under this Contract, which have been estimated as stated elsewhere herein, are approximate and only for the purpose of comparing, on a uniform basis, the Bids offered for the Work under this Contract; and neither the Owner nor its agents are to be held responsible should any of the estimated quantities be found incorrect during the construction of the W ork ; and the Contractor shall make no claim for anticipated profit, nor for loss of profit, or for additional compensation of any type, or for reimbursement of any cost or expenses of any type, because of a difference between the quantities of the various classes of Work actually performed or materials actually delivered, and the estimated quantities as herein stated, except as described in Article 27.A.2) above. 44. FORFEITURE OF CONTRACT A. If Contractor abandons the Work under this Contract, or if the Owner determines that the Contractor is not prosecuting the W ork at a reasonable rate of progress, or fails to comply with all or any of the terms and requirements herein set forth, then the Owner shall have the right to take possession of the W ork , including Contractor's plant, supply, and materials, at any time after having notified the Contractor in writing to discontinue the Work for said cause or causes. Such action shall not affect the right of the Owner to recover damages resulting from Contractor’s forfeiture. Upon receiving such notice, the Contractor shall immediately grant Owner safe and peaceable possession of the Work, including the plants, and shall then cease to have control over any portion thereof or the labor employed thereon. B. The Owner may then proceed to complete the Work herein specified by Contract or otherwise; and the entire cost of same shall be charged to the Contractor and deducted from any sum or sums due or to become due under the Contract; the excess cost, if any, to be paid by the Contractor or its sureties, to said Owner. 45. NO WAIVER OF CONTRACT A. Neither the acceptance of the whole or any part of the Work by the Owner or its Engineer, or any of its agents, nor any order, measurements, or certificate by the Engineer, nor any order by the Owner for the payment of money, nor any payment for the whole or any part of the Work by the Owner, nor any extension of time, nor any possession taken by the Owner or its agents, shall operate as a waiver for any portion of the Contract or any power therein reserved to the Owner, or any right to damages therein provided; nor shall any waiver of any breach of the Contract be held to be a waiver of any other or subsequent breach. B. No failure or course of conduct of the Owner to enf orce the terms and conditions of the Contract Documents shall be treated as a waiver of any contract provision, it being agreed and understood the actions and/or inactions of the Owner shall not relieve the Contractor of each of its obligations under the Contract Documents. No waiver may be orally conveyed. No waiver of any provision of the Contract Documents may be expressed or implied in any document other than a Change Order. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-51 of GC-68 05/27/2020 46. PAYMENT NOT A W AIVER Any payment to Contractor or the issuance of any Certificate of Substantial Completion or Acknowledgement of Substantial Completion or Certificate of Final Completion or Acknowledgement of Final Completion shall not constitute acceptance by Owner of the quality of the Work that is the subject of such payment, nor shall it be deemed a waiver with respect to any claims that Owner may have with respect to such Work. Moreover, the payment of any amount to Contractor shall not preclude the Owner from demanding and receiving from the Contractor or its sureties, separately or collectively, such sums as may have been improperly paid the Contractor by reason of any return or certificate which has been untruly or incorrectly compiled. The making of Final Payment shall not constitute a waiver of any claims by Owner including, without limitation, any claims arising from or relating to: (1) liens, claims, security interests or encumbrances arising out of the Contract Documents and which are unsettled; (2) the failure of the W ork to comply with the requirements of the Contract Documents; (3) the terms of any express or implied warranties, or special warranties required by the Contract Documents; and (4) an audit of Contractor’s or any Subcontractor’s or Vendor’s books and records. Acceptance of Final Payment by Contractor, a Subcontractor or Vendor shall constitute a waiver of claims by that payee except those previously made in writing and identified by that payee as unsettled in the Application for Final Payment. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-52 of GC-68 05/27/2020 47. WARR ANTY-GUARANTEE A. Contractor hereby makes the following guarantees with respect to the Work undertaken by Contractor pursuant to this Contract: 1) Contractor's obligation to correct defects, deficiencies or non-conforming Work performed under the Contract, either by the Contractor or its Subcontractors, or the material suppliers, under the guarantees provided herein shall apply to all defects or non-conformities in the Work that appear within the later of two (2) years following Final Acceptance of the Work, such longer period for any component of the Work as specified in the Contract Documents, or any statutory time period; provided, however, that if such defects or non-conforming work are latent in nature; i.e., not reasonably ascertainable prior to or within two (2) years following Final Acceptance of the Work, then Contractor's obligation to correct defects, deficiencies or non-conforming Work shall apply to each such latent defect or non-conforming Work that appears for a period of time equal to the statute of limitation period applicable to such latent defect or non-conforming work, or for the period for which Contractor is contractually obligated to correct said latent defect or non-conforming Work, whichever is longer. 2) The obligations of Contractor herein shall extend to the correction of the defect or non-conforming Work, the removal and replacement of other portions of the Work that are necessary to be removed to gain access to the Work to be corrected, and the repair or replacement of any damage caused by said defect or non- conforming Work. Any corrective work required hereunder shall be accomplished by repairing or replacing the defect or non-conformity. All defective or non- conforming materials which Owner requires to be replaced shall be removed promptly from the Site by Contractor, at its sole cost and expense. If Contractor fails promptly to commence correcting any non-conformity or defect as directed by Owner, Owner may correct such defect or non-conformity and charge the cost thereof to Contractor in the event of a default by Contractor. 3) Any warranty or guarantee shall not act as a limitation on any claim or cause of action otherwise available to the Owner, and shall not short en any applicable statute of limitation, nor impact any other right or claim the Owner has against the Contractor. 48. MOBILIZATION A. Description: This item shall consist of preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the Project Site; for the establishment of the Contractor's offices, buildings, and other facilities necessary to undertake the Work on the Project; and for other Work and operations which must be performed, or for expenses incurred, prior to beginning Work on the various contract items on the Project Site. Mobilization also shall include pre-construction costs, exclusive of bidding costs, which are necessary direct costs to the Project and are of a general nature rather than directly and are not attributable to other pay items under the Contract. Mobilization shall also include all bonds (i.e. Performance, Labor and Material, and Maintenance and Guarantee) and insurance GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-53 of GC-68 05/27/2020 costs. B. Measurement and Payment: Mobilization will be paid for at the Contract Price on a lump sum basis based on the following schedule: Percentage of Original Contract Amount Earned Percentage of Bid Price for Mobilization Allowed 5% 50% 10% 75% 25% 100% 1) The Owner may, at his sole discretion, agree to partial payment for mobilization based on actual demonstrated and documented cost. 2) The total sum of all payments for mobilization shall not exceed the original Contract amount bid for mobilization, regardless of the fact that the Contractor may have, for any reason, shut down its W ork on the Project, moved equipment away from the Project and then back again, or for additional quantities or items of Work added to the Contract. 3) Nothing herein shall be construed to limit or preclude partial payments otherwise provided by the Contract. 4) When a pay item for mobilization is not included in the proposal, payment for any such Work required is considered to have been included in payments made for other items of Work. 49. HAZARDOUS SUBSTANCES A. Owner shall be responsible for any Hazardous Substance, as defined in Michigan Natural Resources and Environmental Protection Act (NREPA), Act 451 of 1994, as amended, uncovered or revealed at the Site which (1) was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work, (2) as to which Owner did not otherwise give Contractor any notice of the possible presence of such substance, (3) was not discovered by Contractor if it did a reasonable and competent inspection and investigation of the Site, and (4) which presents a substantial danger, unless certain safety precautions are adopted, to persons exposed thereto in connection with the Work at the Site. Under no other circumstances shall Owner have any responsibility or liability whatsoever for any such hazardous substance, including without limitation any hazardous substance brought to the Site by Contractor, any Subcontractors, suppliers or anyone else for whom Contractor is responsible. B. If Contractor discovers any undisclosed and previously unsuspected hazardous substance that falls within the definition set forth in the preceding Article 50.A, Contractor shall immediately: stop all Work in connection with such hazardous substance and in any area affected thereby except in an Emergency and immediately notify Owner and GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-54 of GC-68 05/27/2020 Engineer and thereafter confirm such notice in writing such that Owner is able to comply with any Emergency abatement measures that may be required by law. Owner shall promptly consult with Engineer concerning the necessity, if any, for Owner to retain a qualified expert to evaluate the alleged hazardous condition or take corrective or abatement action, if any. Contractor shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after Owner has obtained any required authorization related thereto if any and delivered to Contractor special written notice: specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to whether Contractor is entitled to any adjustment, or to the amount or extent of an adjustment, if any, in Contract Sum or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by Contractor to be resumed, Owner will issue a W ork Directive and Contractor may make a claim therefore as provided in Article 31 herein. C. If Contractor improperly stops and/or delays the Work by unreasonably alleging the presence of hazardous substances or conditions, or by unreasonably refusing to adopt certain safety precautions that would allow Work to continue safely, Contractor shall not be entitled to any adjustment of the Contract Times or to any additional compensation of any type, and shall be liable for any loss, cost or damages incurred by Owner, as well as liquidated damages to the extent provided in the Contract Documents. D. If after receipt of such special written notice Contractor does not agree to resume such Work based on a reasonable belief that it would be unsafe to do so, supported by appropriate evidence and expert opinion, then Owner may order any portion of the Work that would involve contact with any hazardous substances to be deleted from the Work. If Owner and Contractor cannot agree as to whether Contractor is entitled to any adjustment, or to the amount or extent of an adjustment, if any, in the Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefore as provided in the Contract Documents. Owner may have such deleted portion of the Work performed by Owner's own employees or by any contractor of Owner's choice. 50. INSURANCE AND INDEMNIFICATION A. Contractor shall secure the insurance set forth herein. The insurance required of the Contractor is as follows: 1) Prior to commencement of the Work, the Contractor shall purchase and maintain during the term of the Project such insurance as will protect Contractor, Owner and Engineer from claims arising out of the Work described in this Contract and performed by the Contractor, Subcontractor(s) or Sub-Subcontractor(s) consisting of: a) Workers' Compensation insurance including Employer's Liability to cover employee injuries or disease compensable under the Workers' Compensation Statutes of the State of Michigan; disability benefit laws, if any; or Federal compensation acts such as U.S. Longshoremen or Harbor Workers', Maritime Employment, or Railroad Compensation GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-55 of GC-68 05/27/2020 Act(s), if applicable. Self-insurance plans approved by the regulatory authorities in the State of Michigan are acceptable. b) Commercial General Liability policy to cover bodily injury to persons other than employees and for damage to tangible property, including loss of use thereof, including the following exposures: i) All premises and operations; ii) Explosions, collapses and underground damage; iii) Contractual Liability for the obligations assumed in the General and Supplementary Conditions of this Contract; iv) The usual Personal Injury Liability endorsement with no exclusions pertaining to employment; and v) Products and Completed Operations coverage. This coverage shall extend through the Contract guarantee period. vi) The Commercial General Liability Policy shall have "project aggregate" limits, and the certificate shall contain an appropriate notation clearly evidencing such "project aggregate" coverage to the full amount and extent of the minimums required under the General Conditions and/or Supplementary Conditions herein. c) A Comprehensive Automobile Liability policy to cover bodily injury and property damage arising out of the ownership, maintenance or use of any motor vehicle, including owned, non-owned and hired vehicles. In light of standard policy provisions concerning (1) loading and unloading and (2) definitions pertaining to motor vehicles licensed for road use versus unlicensed or self-propelled construction equipment, Owner strongly recommends that Contractor obtain the Commercial General Liability and the Comprehensive Auto Liability from the same insurance carrier, though not necessarily in one policy. d) The Contractor will purchase for the Owner an Owners and Contractors Protective (OCP) Liability policy to protect the Owner, the Engineer, their respective consultants, agents, employees and such public corporations in whose jurisdiction the Work is located for their contingent liability for Work performed by the Contractor, the Subcontractor(s) or the Sub- Subcontractor(s) under this contract. e) The Contractor shall purchase a Builder's Risk-Installation Floater in a form acceptable to the Owner for the life of the Contract on insurable portions of the Project for the benefit of the Owner, the Contractor and Subcontractors, as their interests may appear. Insurable portions of the Project include, but are not necessarily limited to, building of major structures such as pumping stations, sewage treatment plants, bridges, diversion chambers and meter chambers and other property whether in GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-56 of GC-68 05/27/2020 place, stored at the job Site, stored elsewhere, or in transit at the risk of the insured(s). The policy shall be procured in the amount of the initial Contract Sum, plus the value of subsequent Contract Modifications and cost of materials supplied or installed by others, comprising the total value for the entire Project at the site on a replacement cost basis as of the time of any loss. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the Owner has an insurable interest in the Project, whichever is later. Contractor shall provide a copy of the Builder’s Risk policy for review by the Owner. If the Owner believes additional coverage is necessary, the Owner shall notify the Contractor in writing within seven (7) days of receiving the policy. Coverage shall be effected on an "All Risk" form including, but not limited to, the perils of fire (with extended coverage) and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious mischief, collapse, earthquake, flood, windstorm, falsework, testing and startup, temporary buildings and debris removal including demolition occasioned by enforcement of any applicable Laws and Regulations. The Contractor may arrange for such deductibles as it deems to be within its ability to assume, but Contractor will be held solely responsible for the amount of such deductible and for any coinsurance penalties. Any insured loss shall be adjusted with the Owner and the Contractor and paid to the Owner and Contractor as Trustee for the other insured(s). f) Umbrella or Excess Liability: The Owner or its representative may, for certain projects, require limits higher than those stated in Article 51.B which follows. The Contractor is granted the option of arranging coverage under a single policy for the full limit required or by a combination of underlying policies with the balance provided by an Excess or Umbrella Liability policy equal to the total limit(s) requested. Umbrella or Excess policy wording shall be at least as broad as the primary or underlying policy(ies) and shall apply both to the Contractor's general liability and to its automobile liability insurance. g) Railroad Protective Liability: Where such an exposure exists, the Contractor will provide coverage in the name of each railroad company having jurisdiction over rights-of-way across which Work under the Contract is to be performed. The form of policy and the limits of liability shall be determined by the railroad company(ies) involved. See Contract Documents for limits and coverage requested. h) Professional Liability: Contractor shall cause any professional providing design or engineering services to Contractor as required by the Contract Documents to maintain professional liability insurance. i) The Contractor shall purchase Contractor’s Pollution Liability (CPL) Insurance and include the additional insureds as required by the Contract Documents. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-57 of GC-68 05/27/2020 j) Impairment of Coverage: The Owner may in its discretion, at any time and without payment of further compensation or fees to the Contractor, require the Contractor to obtain and provide satisfactory evidence of appropriate supplemental, additional or replacement insurance coverage (of any type required hereunder) in the event of any cancellation, lapse, impairment, restriction or reservation that would have the effect of either removing, reducing or rendering insecure any of the coverage required of Contractor hereunder. B. Limits of Liability for the Contractor: The required limits of liability for insurance coverage requested in Article 51.A shall be not less than the following: 1) Workers' Compensation Coverage A - Compensation Statutory Coverage B - Employer's Liability - $ 500,000 (Each Accident) Employer's Liability $ 500,000 (Disease Policy Limit) Employer's Liability - $ 500,000 (Disease - Each Employee) 2) Commercial General Liability General Aggregate $ 2,000,000 Products-Comp/Ops Aggregate $ 2,000,000 Personal & Advertising Injury $ 1,000,000 Each Occurrence $ 1,000,000 Fire Damage (any one fire) $ 300,000 Medical Expense (any one person) $ 5,000 3) Comprehensive Automobile Liability Combined single limit $ 1,000,000 4) OCP Each occurrence $ 1,000,000 General Aggregate $ 2,000,000 5) Builder’s Risk Installation Floater Cost to Replace at Time of Loss 6) Umbrella or Excess Liability $ 2,000,000 7) Professional Liability Insurance $ 1,000,000 GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-58 of GC-68 05/27/2020 8) Contractor’s Pollution Liability Insurance (CPL) General Aggregate $ 2,000,000 Each Occurrence $ 2,000,000 9) The required limits of liability f or insurance coverage in the Contract Documents will be primary and non-contributory to any other insurance available to the additional insureds. C. Insurance-Other Requirements 1) Notice of Cancellation or Intent not to Renew: Policies will be endorsed to provide that at least 30 days written notice shall be given to the Owner and to the Engineer of cancellation or of intent not to renew. 2) Evidence of Coverage: Prior to commencement of the Work, the Contractor shall furnish to the Owner, Certificates of Insurance in force on the standard Accord Form. Other forms of Certificates are acceptable only if (1) they include all the items prescribed in the Accord Form, including agreement to cancellation provisions outlined in Article 51.C.1) above, and (2) they have been approved by the Owner and Engineer in writing. The Owner reserves the right to request complete copies of policies if deemed necessary to ascertain details of coverage not provided by the certificates. Such policy copies shall be "Originally Signed Copies," and so designated. The Certificate(s) for the required Commercial General Liability coverage shall clearly evidence "project aggregate" policy limits, as specified in Article 51.A.2) hereof. 3) Additional Named Insured and Additional Insured: Insurance requirements shall include the Additional Named insured and Additional Insured as set forth in the Supplementary Conditions hereto plus any additional municipality that may be created and exists at the time of award of this Contract. 4) Qualification of Insurers a) In order to determine financial strength and reputation of insurance carriers, all companies providing the coverage required shall be licensed or approved by the Insurance Bureau of the State of Michigan and shall have a financial rating not lower than XI and a policyholder's service rating no lower than A- as listed in A.M. Best's Key Rating Guide, current edition. Companies with ratings lower than A-: XI will be acceptable only upon written consent of the Owner. b) All sureties shall be from U.S. Treasury list. In the event of a surety delisting, delisting, bankruptcy, insolvency or loss of right to do business in the state where the Project is located, Contractor agrees to replace such surety with one that complies with the Contract Requirements as no increase in cost to the Owner. Such insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-59 of GC-68 05/27/2020 5) Acceptance of Bonds and Insurance; No Option to Replace: If either Owner or Contractor has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the other party in accordance with Article 51 on the basis of non-conformance with the Contract Documents, the objecting party shall so notif y the other party in writing within 10 days after receipt of the certificates (or other evidence requested) as required by the Contract Documents. Owner and Contractor each shall provide to the other such additional information regarding the insurance provided as the other may reasonably request. If either party does not purchase or maintain all the bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the Owner will make the final and ultimate decision as to acceptability of the insurance and bonds provided. The Contractor may elect to obtain equivalent bonds or insurance to protect its interests at Contractor’s own expense. If the Contractor secures quotations or additional insurance for this Project, the Owner has the specific right to initiate and continue direct dialogue with the Contractor's insurance agency, agent, carrier, wholesaler or broker of such insurance. Owner shall decide whether a Change Order shall be issued to adjust the Contract Price accordingly. 6) Subcontractors, Sub-subcontractors and suppliers will be required to have the same insurance as the Contractor as specified in the General and Supplementary Conditions, except as specifically modified above or approved in writing by the Owner. 7) The entire amount of Contractor’s liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor’s insurer. 8) The entire amount of the Contractor’s liability insurance policy coverage limits shall be payable by the Contractor’s insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the Owner. Contractor’s insurance policy shall be primary to any policies carried by the Owner. Contractor’s Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 9) If Contractor’s liability insurance coverage is subject to any exclusions, reduction of policy limits or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 10) In the event that any of the policies of insurance or insurance coverage identified on the Contractor’s Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor’s GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-60 of GC-68 05/27/2020 liability insurance, then in that event the Owner may in its discretion either suspend Contractor’s operations or activities under this Contract or terminate this Contract, and withhold payment for work performed on the Contract. 11) The maintenance in full current force and effect of such form and amount of insurance as Owner shall have accepted, shall be a condition precedent to the Contractor's exercise or enforcement of any rights under the Contract. 12) If the Contractor fails to purchase and maintain, or require to be purchased and maintained, any insurance required under this Article 51, the Owner may, but shall not be obligated to, upon five (5) days written notice to the Contractor, purchase such insurance on behalf of the Contractor and shall be entitled to be reimbursed by the Contractor upon demand. Upon purchase of such insurance, the Owner shall issue, and the Contractor shall execute a Change Order reducing the Contract Sum by the cost of the insurance. The Contractor shall furnish all necessary information to incept and maintain such replacement insurance. 13) When any required insurance, due to the attainment of a normal expiration date or renewal date, shall expire, the Contractor shall supply the Owner with Certificates of Insurance and amendatory riders or endorsements that clearly evidence the continuation of all coverage in the same manner, limits of protection, and scope of coverage as was provided by the previous policy. In the event any renewal or replacement policy, for whatever reason obtained or required, is written by a carrier other than that with whom the coverage was previously placed, or the subsequent policy differs in any way from the previous policy, the Contractor also shall furnish the Owner with a certified copy of the renewal or replacement policy unless the Owner provides the Contractor with prior written consent to submit only a Certificate of Insurance for any such policy. All renewal and replacement policies shall in form and substance satisfactory to the Owner and written by carriers acceptable to the Owner. 14) The Contractor's liability and indemnification obligations to the Owner under the Agreement shall not be relieved or diminished by securing insurance coverage in accordance with the Owner's requirements or by the Owner's acceptance of certificates of insurance or policies. Any acceptance of insurance coverage by the Owner shall not be construed as accepting in any way deficiencies in the insurance GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-61 of GC-68 05/27/2020 D. Indemnification Clause: 1) To the fullest extent permitted by law, Contractor shall indemnify, defend (with counsel acceptable to Owner) and hold harmless Owner, Engineer and any additional indemnities identified in the Supplementary Conditions and their respective directors, officers, members, partners, affiliates, employees, agents and successors, from and against any and all liabilities, claims, causes of action, lawsuits, liens, injuries, damages, losses and expenses (collectively “Demand(s)”) to the extent caused by, arising out of, resulting from or occurring in connection with: a) Contractor’s breach of, or failure to comply with, the Agreement or any other contract that it enters regarding the Work, including any Default; or b) Personal injury or death to any person (including, but not limited to, Contractor, Contractor’s employees, Subcontractors, Subcontractors’ employees and material suppliers) or injury to or destruction of property (including claims for loss of use) caused by, arising out of, resulting from, or in any way connected with (1) the Work, (2) any activity associated with the Work or (3) the operations or acts of commission or omission of Contractor, Contractor’s employees, Subcontractors, Subcontractors’ employees, material suppliers, or anyone for whom Contractor is legally liable in the performance of Work (including under this Agreement), whether arising before or after completion of the Work. 2) To the extent caused by, arising out of, resulting from, or occurring in connection with the provisions of the above Article 51.D.1), Contractor’s indemnity obligations under this Agreement shall include, but are not limited to: a) Indemnity for all damages and judgment interest, all costs and fees, including, but not limited to, all defense costs, expenses and actual attorneys’ fees, and all settlement payments relating to, arising out of, resulting from or in any way connected with any Demand requiring indemnity by this Ag reement; b) All expenses, including, but not limited to, costs, expenses and actual attorneys’ fees, incurred in securing and enforcing indemnity from Contractor if Contractor fails or refuses promptly to fulfill any of the indemnity obligations under this Agreement; c) All indemnification obligations imposed upon Owner or Engineer, or both, arising out of or in connection with the Work or the Agreement; and d) Indemnif ication for any penalties and/or fines arising or resulting from Contractor’s any Subcontractor’s failure to comply with laws and/or regulations applicable to its/their Work. 3) The fault or negligence of Owner, Engineer or other indemnities shall not be a defense to or bar Contractor’s duty to indemnify Owner, Engineer or other GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-62 of GC-68 05/27/2020 indemnified party except where the negligence of the Owner, Engineer or indemnity is the sole cause of the injury giving rise to the Demand. 4) The indemnification rights under this Agreement shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity which would otherwise exist. 5) Owner, at its option, may select counsel to defend any Demand brought against it without impairing any obligation of the Contractor to provide indemnification. 6) In the case of claims by any employee of Contractor, anyone directly or indirectly employed by Contractor or anyone for whose acts Contractor may be liable, the indemnification obligations under this Agreement shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor under workers’ compensation acts. Such obligations shall not be construed to negate, abridge or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Agreement. 7) The indemnification obligations of Contractor under this Agreement shall not extend to the liability of Engineer and Engineer’s officers, directors, partners, employees, agents, consultants and Subcontractors arising solely out of: a) the preparation of or the failure to prepare maps, drawings, opinions, reports, surveys, change orders, designs, or specifications; or b) giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 8) Indemnification, additional insured and hold harmless obligations of Contractor and its Subcontractors under the Contract Documents shall survive the completion or termination of this Contract. 9) Contractor and Subcontractors will obtain endorsements from their insurance company(ies) waiving the insurer’s subrogation rights against the Owner, all engineers and all of the contractors and subcontractors identified as additional insureds in the Contract Documents, including any municipal entity now existing or newly created during the term of the Contract Documents. 51. EASEMENTS A. This Contract may require Work to be performed within easements provided by the Owner. All such easements are on file with the Owner and are available for inspection by the Contractor. The Contract Documents show the location and limits of all such easements. B. Easements provided by the Owner in the foregoing general forms also may include specific written conditions or restrictions. Contractor shall refer to individual easements for specific conditions or restrictions. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-63 of GC-68 05/27/2020 C. The Contractor shall conduct its operations in easements to comply with all requirements contained in easement agreements, including without limitation those directed specifically to the "Contractor", to the "County", to the "Owner", to the “Drainage District” or the "Grantee". Contractor acknowledges that all costs necessary to comply with such easement agreements is included in the Contract Price. The cost, unless otherwise included in the measurement and payment section, shall be incidental to the contract. D. Additional agreements obtained by the Contractor from any property owner that alter or extend the rights granted under any easement agreement provided by the Owner, or any additional easement agreements obtained by the Contractor from any property owner, shall be obtained by the Contractor at its own expense. Such additional agreements or easement agreements shall not be binding upon the Owner. The Contractor shall defend and hold the Owner and any Indemnified Party harmless from any action that may arise from activities related to such additional agreements or easement agreements. 52. WAIVER OF CONSEQUENTIAL DAMAGES A. The Contractor and Owner waive Claims against each other for consequential damages arising out of or relating to this Contract. This mutual waiver includes 1) damages incurred by the Owner for rental expenses, for losses of use, income, profit, financing, business and reputation, and for loss of management or employee productivity or of the services of such persons; and 2) damages incurred by the Contractor for principal office expenses including the compensation of personnel stationed there, for losses of financing, business and reputation, and for loss of profit except anticipated profit arising directly from the Work. B. This mutual waiver is applicable, without limitation, to all consequential damag es due to either party’s termination or default. Nothing contained in this Article shall be deemed to preclude an award of liquidated damages, when applicable, in accordance with the requirements of the Contract Documents. Contractor also waives any claim for such consequential damages against Engineer where such claims arise out of or relate to the Project, or the Contract Documents. 53. ATTORNEY FEE PROVISION A. In the event of a default, termination, or any other dispute arising out of or related to this Agreement or the interpretation or enforcement of this Agreement, Contractor agrees to pay Owner’s reasonable costs, attorney fees, arbitration fees, expenses and the costs charged by necessary expert consultants and/or expert witnesses if Owner prevails in such action. 54. OWNERSHIP OF INVENTIONS A. Contractor will promptly disclose to the Owner each invention, discovery and improvement which it, alone or together with others, may conceive or make at any time during this Agreement and the prosecution of the W ork, and which is related to the Project, the Work or Owner’s business or interests. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-64 of GC-68 05/27/2020 B. In consideration of the payment of the Contract Sum, Contractor hereby assigns, and agrees to assign, all its rights, title and interest in such inventions, discoveries and improvements to the Owner, its successors, assigns and nominees. Contractor acknowledges that it is not entitled to additional fees or compensation for any such inventions, discoveries or improvements. C. Whenever required to do so by the Owner, Contractor will execute any and all applications, assignments or other instruments which the Owner deems necessary to apply for and obtain copyrights or letters patent of the United States or of any foreign country, or otherwise to protect the Owner's interests in such inventions, discoveries or improvements. Any costs or fees involved in making such applications, assigning such patents, obtaining copyrights, or otherwise transferring any rights to such inventions, etc. shall be paid by the Owner. D. Contractor’s obligations under this Article will survive the termination of the Agreement and completion of the Project and are binding upon its assigns, executors, administrators and other legal representatives. 55. OWNER’S RIGHT TO CARRY OUT THE WORK A. If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after receipt of written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness as determined by the Owner and Engineer in their sole discretion, the Owner may, without prejudice to other remedies the Owner may have, correct such deficiencies. In such case an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor the reasonable cost of correcting such deficiencies, including Owner’s expenses and compensation for the Engineer’s additional services made necessary by such default, neglect or failure. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. B. The Owner's right to take such corrective actions is in addition to, and without prejudice to, any other remedy the Owner may have and shall not prejudice the Owner's right to terminate this Agreement pursuant to the terms and conditions of the Contract Documents. The failure of the Owner to enforce the provisions of this Section in any given instance, or multiple instances shall not constitute a waiver of the right to enforce the provisions of this Section for that particular instance or instances, nor of any other instance where these provisions may be enforced. 56. OWNER MAY SUSPEND WORK A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefore as provided in herein. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-65 of GC-68 05/27/2020 57. OWNER MAY TERMINATE FOR CAUSE A. The occurrence of any one or more of the following events will justify Owner’s termination of the Contract for cause: 1) Contractor’s persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under the Contract Documents); 2) Contractor’s disregard of Laws or Regulations of any public body having jurisdic- tion; 3) Contractor’s disregard of the authority of Owner and/or the Engineer; 4) Contractor becomes bankrupt, or files an arrangement proceeding, or commits any act of insolvency, or makes an assig nment for the benefit of creditors; 5) Contractor fails to make prompt payment of any obligation to others (including but not limited to materialmen and laborers) arising from its performance of this Contract; and/or 6) Contractor’s violation in any substantial way of any provisions of the Contract Documents. 7) a receiver, liquidator, trustee or assignee is appointed because of the Contractor's bankruptcy or insolvency; 8) a receiver is appointed for all or any substantial portion of the Contractor's properties; 9) Contractor abandons the Work; 10) Contractor submits an Application for Payment, sworn statement, waiver of lien, affidavit or document of any nature whatsoever which is untrue in any material respect; 11) Contractor fails to make prompt payment of any obligation to others (including but not limited to materialmen and laborers) arising from its perf ormance of this Contract; and/or 12) a Lien is claimed against any part of the Work or the Project Site by a member of the Construction Team, other than by reason of Owner's failure to pay Contractor amounts to which it is entitled under the Agreement, and not promptly bonded or insured over by the Contractor; 13) any representation made by the Contractor in the Agreement proves untrue, or the Contractor otherwise violates any provision of the Agreement; 14) Contractor persistently fails to comply with the requirements of the Contract GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-66 of GC-68 05/27/2020 Documents; or 15) Contractor’s violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Subsection A occur, Owner may, after giving Contractor (and surety) seven (7) days written notice of its intent to terminate the services of Contractor: 1) exclude Contractor from the Site, and take possession of the Work and of all Contractor’s tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion); 2) incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere; and 3) complete the Work as Owner may deem expedient. C. If Owner proceeds as provided herein, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages including but not limited to all direct and indirect costs, such as administrative and supervision costs, delay costs, all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs and fees and an allowance of ten percent (10%) of the total costs of completion for Owner's overhead and profit (“Owner’s Damages”), Contractor shall immediately pay to Owner the difference, and Owner shall have a lien upon all materials, tools and appliances of Contractor taken possession of as aforesaid to secure the payment thereof, together with interest thereon at the highest rate legally permissible from the date demand therefor is made and until such excess is paid by Contractor to Owner. Owner’s Damages will be reviewed by Engineer as to their reasonableness and, when so affirmed as reasonable by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this Section, Owner shall not be required to obtain the lowest price for the Work performed. D. Contractor’s services will not be terminated if Contractor begins, within seven (7) days of receipt of notice of intent to terminate, to correct its failure to perform and proceeds diligently to cure such failure and completes the cure of such failure within no more than thirty (30) days of receipt of said notice. E. When Owner’s terminates Contractor’s services, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. 58. OWNER MAY TERMINATE FOR CONVENIENCE A. Upon forty-eight (48) hours written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for (without duplication of any items): GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-67 of GC-68 05/27/2020 B. Upon receipt of written notice from the Owner of such termination for the Owner’s convenience, the Contractor shall immediately, in accordance with instructions from the Owner, proceed with performance of the following duties regardless of delay in determining or adjusting amounts due under this Article: 1) cease operations as directed by the Owner in the notice and deliver to the Owner the originals or legible copies of all Drawings, Specifications, reports and other data, records and materials in the Contractor’s custody and control pertaining that portion of the Work terminated by Contractor; 2) enter into no additional Subcontracts, except as necessary to complete continuing portions of the Contract take actions necessary, or that the Owner may direct, for the protection and preservation of the Work; 3) terminate, on the most favorable terms possible, all Subcontracts to the extent they relate to the Work terminated except for Work directed to be performed prior to the effective date of termination stated in the notice, terminate all existing subcontracts and purchase orders and enter into no further subcontracts and purchase orders; 4) complete the performance of Work not terminated; and 5) take actions that may be necessary or that the Owner may direct, for the protection and preservation of the terminated Work and of materials, plant and equipment in transit or stored. C. Upon such termination, the Owner shall pay, and the Contractor, as its sole remedy, may recover (without duplication of any items) for the following: 1) completed and acceptable Work executed in accordance with the Contract Docu- ments prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such W ork; 2) expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3) all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, suppliers, and others; and 4) reasonable expenses directly attributable to termination. D. The Contractor hereby waives all other claims whatsoever against Owner based on the termination, including, without limitation, loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. GENERAL CONDITIONS JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page GC-68 of GC-68 05/27/2020 E. In any recovery by the Contractor, the Owner shall be credited for (1) payments previously made to the Contractor for the terminated portion of the Work, (2) claims which the Owner has against the Contractor under the Agreement and (3) the value of the materials, supplies, equipment or other items that are to be disposed of by the Contractor. AP PENDICES JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER APPENDICES CONTRACTOR’S AFFIDAVIT JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page CA-1 of CA-1 11/27/2019 The undersigned, ______________________________________________ (“Contractor”) hereby represents that on __________________________________________ (date of contract) it was awarded a Contract by the Oakland County Water Resources Commissioner, County Agency for the County of Oakland County or ________________ Drain Drainage District [strike one], (“Owner”), in accordance with the terms and conditions of Oakland County Contract Name _____________________________ ; and the undersigned further represents that the subject Work has been accomplished and the Contract has been completed. The undersigned hereby warrants and certifies that all of its indebtedness arising by reason of the Contract has been fully or satisfactorily secured, and that all claims from Subcontractors and others for labor and material and equipment used in accomplishing the Project, as well as all other claims arising from the performance of the Contract, have been fully paid or satisfactorily secured. The undersigned further warrants that if any such claim should hereafter arise, it shall assume responsibility for the same immediately upon Owner’s request. The undersigned, for valuable consideration, the receipt of which is hereby acknowledged, does further hereby waive, release and relinquish any and all legal and equitable claims or lien rights which the undersigned now has or may hereafter acquire upon the subject premises for labor and material used and services or work performed in completing the Owner’s project. This affidavit is freely and voluntarily given with full knowledge of the facts, on this _________ day of _________________ , 20____ . Contractor: Signature: Name: Title: Subscribed and sworn to before me, a Notary Public in and for_______________ , County, Michigan, on this ______ day of _____________________ , 20____ . ___________________________________________ Notary Public My Commission Expires: ______________________ CONTRACTOR’S DECLAR ATION JIM NASH OAKL AND COUNTY WATER RESOURCES COMMISSIONER Page CD-1 of CD-1 11/27/2019 The undersigned, on behalf of _________________________________________ (“Contractor”), hereby declares that the Contractor has not, during the period commencing with the start of the Work which is the subject of the Contract defined below to following date: _____________________________ , 20___, performed any Work, furnished any material, sustained any loss, damage or delay for any reason, including soil conditions encountered or created, or otherwise done anything for which Contractor shall ask, demand, sue for, or claim compensation from the Oakland County Water Resources Commissioner, County Agency for the County of Oakland County or ________________ Drain Drainage District [strike one] (“Owner”), or its agents, in addition to the original scope of Work specified in Oakland County Purchasing Contract Number ____________________________ and , on this _________ day of _________________ , 20____ between Contractor and Owner, and in the Change Orders for additional or extra Work issued by the Owner, in writing, as provided thereunder and/or extension of time, except as set forth on the itemized statement attached hereto. There  is is not an itemized statement attached. Date: ______________________________ Contractor: Signature: Name: Title: GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-1 of GS-26 05/27/2020 TABLE CONTENTS 1. INTENT 2 2. PUMPING AND DRAINING 2 3. SHEETING, SHORING AND BRACING 2 4. DISPOSAL OF EXCAVATED MATERIAL 3 5. SOIL CONDITIONS 3 6. TREES 3 7. FINAL CLEANUP AND RESTORATION 6 8. PUBLIC AND PRIVATE UTILITIES - ROAD PERMITS 8 9. REQUIREMENTS PERTAINING TO WORK WITHIN RAILROAD RIGHT-OF-WAY 10 10. GAS 11 11. MAINTENANCE AND RESTORATION OF ROAD SURFACES, STRUCTURES AND TRENCH BACKFILL 11 12. REPLACEMENT OF CONCRETE OR ASPHALT PAVEMENT CROSSINGS 12 13. ENGINEER'S AND INSPECTOR'S FIELD OFFICE 13 14. CONTRACTOR FURNISHED SURVEY EQUIPMENT 14 15. MONUMENTS 14 16. MAINTENANCE OF TRAFFIC 14 17. SCHEDULE FOR SMALL PROJECTS (Strike for Large Project) 15 18. SCHEDULE FOR LARGE PROJECTS (Strike for small project) 17 19. SIGNS 24 GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-2 of GS-26 05/27/2020 1. INTENT It is the intention of these General Specifications to describe work, which may be performed or required, on the various storm drains, sewer, water main or structure projects. 2. PUMPING AND DRAINING A. The Contractor shall provide and maintain adequate pumping and drainage facilities for removal and disposal of water from drains, sewers, trenches or other excavations. He shall also provide pumping and drainage facilities for bulk headed drain and sewer sec- tion and shall operate same as may be necessary until bulkheads have been removed or construction completed if bulkheads are to be left in place. B. Where underground work contains an excessive amount of water, the Contractor shall provide, install, maintain, and operate suitable well points, deep wells, connecting manifolds or other methods, and reliable pumping equipment to operate same to insure proper construction of the work. C. When pumping equipment and/or generators are placed within populated areas, the equipment shall be adequately muffled by using hospital quiet motors and/ or generators. The Owner will require the construction of temporary barriers to isolate noisy equipment. Temporary barriers shall be 4 feet above highest part of generator. D. Drainage or discharge lines shall be connected to adjacent public storm water drains or extended to nearby watercourses whenever possible. Without exception, written permission must be obtained to traverse private property. All pumping and drainage shall be done without damage to any highway or other property, public or private, or to the environment, without interference with the rights of the public or private property owners. If it should become necessary to lay pipe in water, the Engineer must approve the method of installation. The contractor is responsible for acquiring and obtaining any permits for drainage or discharge if not already provided within the contract documents at time of bid. E. The Contractor shall receive no extra compensation for, designing, providing, maintaining, or operating dewatering or drainage facilities. 3. SHEETING, SHORING AND BRACING A. Excavations shall be sheeted and braced as necessary to ensure substantial completion of the work and/or to ensure the safety of the workmen or the public or to protect adjoining structures. All excavations shall be in accordance with MIOSHA standards. B. No extra compensation shall be paid the Contractor for sheeting or bracing left in place, unless ordered left in place by the Engineer and then only a fair salvage value for materi- al left in place shall be paid. The Contractor shall receive no extra compensation for sheeting or bracing left in place. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-3 of GS-26 05/27/2020 4. DISPOSAL OF EXCAVATED MATERIAL Except for the amount of excavated materials enough for backfilling and construction of fills as called for on the plans; the Contractor shall dispose of all broken concrete, stone and excess excavated materials. The Contractor will be required to obtain his own disposal ground and will receive no extra compensation for disposing of any of the excess materials. 5. SOIL CONDITIONS A. Borings may have been made by the Owner at the points indicated on the plans. This information is given to bidders as an aid in the determination of the character of the soil. The Owner does not guarantee, however, that the ground encountered during construction will conform to these borings and the bidders should secure such other information, as they consider necessary to check and supplement the above data. B. The Contractor shall assume all risk and responsibility and shall complete the work in whatever materials, and under whatever conditions he may encounter or create without extra cost to the Owner unless a Differing Site Condition has been determined following Article 32 “Differing Site Conditions” of the General Conditions. 6. TREES A. The Contractor shall preserve and protect all trees along the line of his work except where specified herein to be removed and not replaced, and shall assume all risk and responsibility for any damage to trees which he may cause or create as the result of his operations under this Contract, for a period of one year. B. The Contractor will receive no extra compensation for preservation or protection of trees; for removal, disposal, replacement, trimming, or repair of damaged trees; or for other treatment specified herein except where noted. C. All work affecting all trees shall be done using the best nursery practice of the industry. Any trees, roots, trimmings and stumps which are removed during performance of con- tract work shall be disposed of in a manner acceptable to the Engineer, or as specified in the contract documents. Burial of trees or tree related refuse in the backfill of any excavation for contract work shall be expressly prohibited. All diseased trees or diseased tree related refuse, and all Ash or Elm trees or Ash or Elm tree related refuse shall be disposed of by burning or by other methods approved by the Michigan Department of Agriculture. D. Trees along the line of the work affected by the Contractor's operations which die, or trees planted by the Contractor which die, shall be removed completely by the Contractor and replaced as specified by Paragraph h. (4) below entitled, "REMOVE - REPLACE". Trees planted by the Contractor shall be guaranteed for one (1) year. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-4 of GS-26 05/27/2020 E. Contract work affecting trees located within the public right-of-way (dedicated or assumed) under the jurisdiction of the Road Commission for Oakland County, the Michigan Department of Transportation or of the municipality shall be governed by the requirements of the construction or forestry permits issued by these respective agencies. F. In some instances, it may be policy of municipalities or other governmental agencies to issue permits which specify requirements of contract work affecting trees. Requirements of such permits shall govern within the geographic boundaries established by the permit. G. The Contractor shall conduct and control his operations in accordance with the following specific requirements where trees are encountered in the performance of all contract work. Where such requirements differ from those specified by permits issued by the Road Commission for Oakland County, by the Michigan Department of Transportation, by municipalities or other governmental agencies, permit requirements shall govern. 1) Permanent Easement - Trees may be removed unless otherwise indicated on the Contract Drawings, Easement Conditions or in the Supplemental Specifications. 2) Temporary Construction Easement - Trees in wooded areas shall not be clear- cut. Trees four (4) inches in diameter and smaller may be removed unless otherwise indicated on the Contract Drawings, Easement Conditions or in the Supplemental Specifications. Trees larger than four (4) inches in diameter may be removed, if necessary, unless otherwise indicated on the Contract Drawings, Easement Conditions or in the Supplemental Specifications, and only with prior approval of the Engineer. 3) Private or Public Road Right-of-Way - Trees located at a distance ten (10) feet or less from the centerline of construction may be removed unless otherwise indicated on the Contract Drawings, Easement Conditions in the Supplemental Specifications, or by governing permit. Trees located more than ten (10) feet from the centerline of construction shall not be clear-cut. Trees four (4) inches in diameter and smaller may be removed unless otherwise indicated on the Contract Drawings, Easement Conditions, in the Supplemental Specifications, or by governing permit. Trees larger than four (4) inches in diameter may be removed, if necessary, unless otherwise indicated on the Contract Drawings, Easement Conditions, in the Supplemental Specifications, or by governing permit, and only with prior approval of the Engineer. H. Definition and Application of Terms 1) Tree size is to be expressed as its diameter measured 3 feet from the ground. 2) Where the term "REMOVE" is indicated to apply to a specific tree, the Contractor shall remove the tree completely, including the stump. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-5 of GS-26 05/27/2020 3) Where the term "PRESERVE AND PROTECT - CONDITIONAL REMOVE" is indicated to apply to a specific tree, the Contractor may work around such tree and preserve and protect it from damage; or may remove such tree completely. If such tree is removed, the Contractor shall pay to the Property Owner the dollar amount set forth on the Contract Drawings or in the Supplemental Specifications. Should this payment not be made within 30 days, such dollar amount will be deducted from any monies due the Contractor on a subsequent regular construc- tion estimate. 4) Where the term "REMOVE - REPLACE" is indicated to apply to a specific tree, the Contractor shall remove the tree completely and plant a replacement tree. The selection of the replacement tree shall be governed by the following, appropriate condition: a) The type and size tree noted on the plans or in the Supplemental Specifications. b) A comparable quality tree at least two (2) inches in diameter from nursery stock acceptable to the Engineer. c) The specific tree removed, if proper precautions are taken to prevent damage or permanent injury to the tree. 5) Where the term "SAVE" is indicated to apply to a specific tree, the Contractor shall work around such tree and shall preserve and protect it from damage. 6) Where the term "SAVE - TUNNEL" is indicated to apply to a specific tree, the Contractor shall tunnel or bore such tree. I. Open Cut Excavation of Trees 1) Trees four (4) inches in diameter and smaller may be removed and re-planted if proper precautions are taken to prevent damage or permanent injury to the tree. 2) Trees eight (8) inches in diameter and smaller should not be open cut closer than four (4) feet as measured from the center of the tree to the nearest point of open cut or excavation. Undermining of the root structure or disturbance to the soil closer than four (4) feet for the total depth of open cut or excavation should be avoided. 3) Trees larger than eight (8) inches in diameter and smaller than twenty-four (24) inches in diameter should not be open cut closer than the radius of the main trunk in inches multiplied by one (1) foot. For example, a twelve (12) inch diameter tree should not be open cut closer than six (6) feet. The controlling distance shall be measured from the center of the main trunk to the nearest point of open cut or excavation. Undermining of the root structure or disturbance of the soil closer than the controlling distance for the total depth of open cut or excavation should be avoided. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-6 of GS-26 05/27/2020 4) Trees twenty-four (24) inches in diameter through thirty-six (36) inches in diameter should not be open cut closer than twelve (12) feet. The controlling distance shall be measured from the center of the main trunk to the nearest point of open cut or excavation. Undermining of the root structure of disturbance to the soil closer than the controlling distance for the total depth of open cut or excavation should be avoided. 5) Trees larger than thirty-six (36) inches in diameter should not be cut closer than one-third (1/3) the diameter of the main trunk in inches multiplied by one (1) foot. For example, a forty-two (42) inch diameter tree should not be open cut closer than fourteen (14) feet. The controlling distance shall be measured from the center of the main trunk to the nearest point of open cut or excavation. Under- mining of the root structure of disturbance for the total depth of open cut or excavation should be avoided. J. Tunnels or Bores of Trees 1) Tunnels or bores under or adjacent to trees shall begin and end at points which fall outside a radius measured from the center of the tree equal to the radius of the main trunk in inches multiplied by one (1) foot plus one half the depth of open cut or excavation. In addition, the open cut or excavation at tunnel or bore and points should not be closer than the distance for open cut specified above under Paragraph I. 2) Tunnels or bores shall be constructed using structural liners to support the mined earth. Pre-mined, unsupported, earth tunnels or bores shall be expressly prohibited. K. Removal of Trees Where trees are removed, the Contractor shall remove the tree, completely, including the stump and main roots. L. Filling Under and Around Trees Permanent placement of earth fill above existing ground level, under or around any existing tree, without the prior consent of the Engineer, should be avoided. Damage to trees may result from permanent placement of fill materials on the existing ground surface, and over the root system. 7. FINAL CLEANUP AND RESTORATION A. Upon completion of construction and before final payment is made the Contractor shall properly restore all disturbed areas to original or better condition as existed before his operations were started. The Contractor shall go over the entire line and refill any places that may have settled. The Contractor shall then regrade all backfilled trenches, all fills he may have made from excess excavated materials, and all other areas that may have been disturbed through his operations. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-7 of GS-26 05/27/2020 B. The Contractor shall restore the job site to substantially the same condition as existed prior to beginning of work. All topsoil in the area of the excavation or in any area, which will be disturbed by construction, shall be excavated and stockpiled. After backfilling is completed and settlement has taken place, the topsoil shall be replaced. Topsoil removal, stockpiling, replacement and seeding as necessary, shall be as directed by the Engineer. C. Minimum seeding requirement shall be MDOT "Roadside" Mixture. D. Where the Contractor has disturbed lawn area, he shall then bring all areas to be seeded to an acceptable subgrade and shall then apply three inches (3") of "quality" topsoil acceptable to the engineer to attain finished grade. 1) "Quality" topsoil shall be defined as a loose black colored soil suitable for the growth of grass seed, obtained from the upper layer of an existing soil, free of limbs, twigs, rocks, stones, roots and debris, etc., containing organic matter rich in nutrients, with negligible clay content. 2) Prior to applying seed, all topsoil shall be brought to a friable condition conducive to receive the seed. All lumps and clods, etc. shall be thoroughly broken, crushed or removed. If the friable condition of the topsoil is lost through compaction or crusting due to rain, equipment movement, etc. prior to seeding, the seedbed shall again be made friable by raking, disking, etc. before applying the seed. 3) The Contractor shall then apply seed and fertilizer in accordance with the following table: Location Seeding Requirement Fertilizer Requirement Maintained Lawn Areas MDOT “Class A” Mix (30% Perennial Rye, 30%; Kentucky Blue, 40% Red Fescue) applied at 100 lbs./acre 600 lbs./acre of 10-6-6 Fields, Slopes & Ditch Banks, Etc. MDOT “Roadside” Mix (50% Perennial Rye, 15% Kentucky Blue, 35% Red Fescue) applied at 100 lbs./acre 600 lbs./acre of 10-6-6 The Contractor shall then mulch all seeded areas with unweathered small grain straw, applied at the rate of 2-3 bales/1000 sq. ft. The mulch shall be anchored in place with biodegradable netting with openings not to exceed 1 1/2 inches x 3 inches, and a minimum roll width of 35 inches. It shall be anchored with wood pegs at least 6 inches long. The Contractor shall be responsible to ensure the growth of all seeded areas and shall reseed as necessary, at his expense, to accomplish this end. The basis for payment for seed restoration shall be 50% upon the completion of the initial seeding, with the remaining 50% being paid upon establishment of a dense lawn of permanent grasses to the satisfaction of the engineer. E. The Contractor may restore areas disturbed by his operations with sod conforming to MDOT 2003 Specifications Section 917.13 instead of seed, with the approval of the Engineer. In addition, sod shall be placed where called for on the Contract Drawings or GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-8 of GS-26 05/27/2020 Supplemental Specifications. Sod shall be placed on a prepared bed of 2" of "quality" topsoil. On slopes steeper than 1 vertical to 3 horizontal, the sod shall be pegged with wooden pegs or wire stakes driven flush with the surface of the sod. Sod placed by the Contractor shall match existing lawn. The basis for payment for sod restoration shall be 50% upon completion of initial sodding, with the remaining 50% being paid upon establishment of a dense lawn of permanent grasses to the satisfaction of the engineers. F. If any special landscaped area is disturbed, because of the operations of the Contractor, it shall be reasonably restored to its original condition by the Contractor, or as specified in easement conditions or the contract documents. G. Seeding or sodding, as may be required by Road Permits, shall be done in accordance with requirements of governing body issuing said Road Permits. H. Final cleanup and restoration work shall be commenced and completed as soon as possible. The work must be done to assure that no disturbed areas exist within 1,000 feet behind pipe laying and/or within 30 days after pipe laying, whichever is less. The above shall apply exclusive of the time period from December 1 to April 1. The Con- tractor shall maintain lawns by watering, fertilizing, weeding, mowing, trimming, and other operations such as rolling, regrading and replanting as required to establish a smooth, acceptable lawn, free of eroded or bare areas. I. If, in the opinion of the Engineer, work has not progressed in a reasonable manner, he shall have the right to direct the Contractor to proceed with the work or any portion there of immediately. In the event that the Contractor does not proceed with the work immediately, as directed by the Engineer, the Engineer may order any or all other operations of the Contractor, under this Contract, to cease until the final cleanup and restoration work is proceeding in an acceptable manner. Should the Contractor fail to comply with these provisions, the owner may with or without notice cause the required restoration and cleanup to be done by the owner or others and will deduct the cost of said work from any money due or to become due the Contractor under this Contract. The performance of such work by the owner or others shall serve in no way to release the Contractor from his general or liability for the safety of the public or the work. 8. PUBLIC AND PRIVATE UTILITIES - ROAD PERMITS A. Utilities - Where any utilities, water, sewer, gas, telephone or any other either public or private, are encountered, the Contractor must provide adequate protection for them and he will be held responsible for any damages to such utilities arising from his operations. 1) When it is apparent that construction operations may endanger the foundation of any utility conduit, or the support of any structure, the Contractor shall notify the utility owner of this possibility and he shall take such steps as may be required to provide temporary bracing or support of conduits or structures. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-9 of GS-26 05/27/2020 2) In all cases where permits or inspection fees are required by utilities in connection with changes to or temporary support of their conduits, the Contractor shall secure such permits and pay all inspection fees. 3) When it is necessary in order to carry out the work, that a pole, electric or telephone, be moved to a new location, or moved and replaced after construction, the Contractor shall arrange for the moving of such pole or poles, and the lines thereof, and shall pay any charges therefor. 4) Where it is the policy of any utility owner to make his own repairs to damaged conduit or other structures, the Contractor shall fully cooperate with the utility owner and he shall see that his operations interfere as little as possible with those operations. B. Existing Sewer Facilities - In certain instances, existing sewers or drains will be encountered along the line of work. In all such cases, the Contractor shall perform his operations in such a manner that sewer service will not be interrupted, and shall, at his own expense, make all temporary provisions to maintain sewer service. 1) Unless otherwise indicated on the plans, the Contractor shall replace any disturbed sewer or drain, or relay same to a new grade to be established by the Engineer such that enough clearance for the sewer will be provid- ed. 2) The Contractor will receive no extra compensation for replacement of sewers or drains encountered, or for relaying at a new grade. C. Existing Water Facilities - Where existing water facilities are encountered in the W ork; they shall be maintained in operation. If necessary, they shall be relayed, using ductile iron pipe, offsets, bends and sleeves. The Contractor will receive no extra compensation for the relaying and/or lowering or raising of water mains. D. Existing Gas Facilities - Where existing gas facilities are encountered, the Contractor shall arrange with the gas company for any necessary relaying and shall pay for the cost of such work. E. In all cases the Contractor shall contact "MISS DIG" not less than 72 hours before starting construction for assistance in locating utilities or for any work to be done on utilities. The toll-free telephone number is 811. F. Roads and Road Permits - The Contractor shall obtain any necessary construction permits for work within public streets, highways, roads or alleys. He shall pay for same at his own expense as well as for any inspection fees that may be required in connection with such permits, and in addition to all other requirements of these Contract Documents, shall conduct his entire operation in accordance with the provisions of such permits including tunneling of pavements where required. He shall also furnish any required bonds and/or cash deposits and pay the cost of same. In the event that the Contractor fails to furnish the Owner with proof of payment within ten (10) days after receipt of billing for the above-mentioned charges, the Owner will assume that the charges are equitable and unpaid and the Owner will pay such bills and deduct the sum GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-10 of GS-26 05/27/2020 plus 10% for handling costs from any money due or to become due the Contractor under the terms of this Contract. Improved roadways or walkways damaged by the Contractor shall be repaired to substantially the same condition as existed prior to beginning of work unless otherwise stated on plans or in Supplemental Specifications. 9. REQUIREMENTS PERTAINING TO WORK WITHIN RAILROAD RIGHT-OF-WAY A. Where the Contract plans call for work within railroad right-of-way or where the work crosses under railroad tracks, the Contractor shall secure the approval of the railroad company of his method and schedule of operations and shall carry out his work in strict accordance therewith, all to the satisfaction of the railroad company and at no extra cost to the Owner. B. No work of installing, maintaining or repairing of the facility shall be done until the railroad company shall have had sufficient prior notice of at least seventy two (72) hours (exclusive of Saturdays, Sundays and Holidays) to allow assignment of an inspector to the job to protect railroad interests. C. All work of installation, maintenance and repair of the facility and appurtenances shall be performed to the satisfaction of the Chief Engineer of the railroad company, or his duly authorized representative, and when any work hereunder is completed, the area shall be left in a neat, smooth and level condition. D. The Contractor shall reimburse the railroad for any necessary expense it is put to incidental to the installation of the facility, including the wages and expenses of railroad inspectors and flagmen. E. The Contractor shall reimburse the railroad for any costs due to the Contractor's operations, including the wages and/or expense of watchmen, flagmen, barricades, lights, or inspectors, etc., as required by the railroad to protect its operations and property during the Contractor's construction operations on railroad property. F. In the event that the Contractor fails to furnish the Owner with proof of payment within ten (10) days after receipt of billing for the above-mentioned charges, the Owner will assume that the charges are equitable and unpaid and the Owner will pay such bills and deduct that sum plus 10% for handling costs from any money due or to become due the Contractor under the terms of this Contract. G. All tunnel headings shall be breasted at the end of each mining operation. H. Prior to beginning of construction on railroad property, the Contractor shall submit, through the Owner, for approval, the details of any proposed construction shaft located within the limits of the railroad right-of-way, including details of sheeting and bracing. Any such shaft shall be tightly braced to prevent any movement of the adjacent soil or structure. I. The additional named insured under GENERAL CONDITIONS for "Owner's Protective Public Liability and Property Damage Insurance" and "Owner's and Contractors Protective Public Liability and Property Damage Insurance", shall include the name of the railroad company. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-11 of GS-26 05/27/2020 10. GAS If gas is present in existing sewers or open excavations in which the Contractor must work, the sewer or open excavation shall be cleared of gas before entering. If the gas cannot be removed by natural ventilation, or by the removal of manhole covers on existing sewer appurtenances, the Contractor shall maintain forced draft or such other gas control or removal process as may be necessary to render the sewers or open excavation safe as determined by gas detection instruments and shall pay all costs therefor. 11. MAINTENANCE AND RESTORATION OF ROAD SURFACES, STRUCTURES AND TRENCH BACKFILL A. All structures, including curbing, driveways, walks, paving, gravel, or street road surfaces, etc. that may be damaged or destroyed by the Contractor's operations, shall be maintained, repaired and replaced by him at his own expense. B. In order to ensure proper maintenance of service, the Contractor shall follow immediately behind the pipe laying operation with the restoration of all drainage facilities including driveways and road culverts, catch basins, manholes, ditches, sewers, and any other structure as deemed necessary by the Engineer. Mailboxes were removed or disturbed shall be replaced as soon as is practicable. Trenches shall be promptly backfilled after the pipe is laid with no more than 50 lineal feet of trench being open at one time. The trench backfill may be neatly mounded over the centerline of the excavation to provide enough material to establish the original grade after settlement has taken place. All construction debris, equipment, and excess dirt shall be removed from the site. Stockpiling of excess excavated materials in large piles will not be allowed without permission of the Engineer. C. All haul roads, detour roads, gravel roads, and driveways must be maintained in a dust- free condition during the life of this Contract. The control of dust shall be accomplished by the application of dust control materials and methods of application, which are in accordance with the requirements of the agency having jurisdiction over the roadway. Such dust control materials shall be applied as often as is necessary to control the dust. The use of road oils and waste oils to control dust is prohibited. D. Where concrete or asphalt areas are disturbed, temporary cold patching will be as required elsewhere in these Contract Documents. E. Maintenance and restoration of road surfaces, structures and trench backfill shall be commenced and completed within a reasonable length of time after construction. If in the opinion of the Engineer work has not progressed in a reasonable manner, he shall have the right to direct the Contractor to proceed with the work or any portion thereof imme- diately. In the event that the Contractor does not proceed with the work immediately, as directed by the Engineer, the Engineer may order any or all other operations of the Contract, under this Contract, to cease until the maintenance and restoration of road surfaces, structures and trench backfill is proceeding in an acceptable manner. F. If, due to weather conditions, the existing gravel roads, disturbed by the Contractor's operations, cannot be maintained with 21AA natural aggregate, the Contractor shall, at GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-12 of GS-26 05/27/2020 the Engineer's request, provide sufficient crushed stone of a size approved by the Engineer until final restoration can be accomplished with 21AA natural aggregate. G. The Contractor shall immediately restore all roadways and shoulders with 8" of 21AA natural aggregate, parking areas and driveways with a minimum of 6" 21AA natural aggregate and shall maintain as settling occurs. If necessary, the Contractor shall build a sub-base using larger size aggregate in order to open the facility to traffic. H. All driveways disturbed by the Contractor's operations shall be promptly restored by the Contractor using materials matching or exceeding the performance characteristics and visual aspects of the original driveway construction. I. New gravel shall be used for all road and driveway restoration; no salvaged material shall be used. 12. REPLACEMENT OF CONCRETE OR ASPHALT PAVEMENT CROSSINGS Unless otherwise specified or required by the local units of government, the Road Commission for Oakland County or the Michigan Department of Transportation, all existing concrete or asphalt paved areas shall be restored with materials of similar type, thickness and width to match existing material using the following minimum criteria: A. Concrete Pavement Replacement 1) The replacement concrete shall be at least the thickness of the existing slab and of Grade A (3,500 p.s.i.) compressive strength. 2) In all cases, the concrete replacement shall be a minimum of four (4") inches thick and have a minimum 18 inches bearing on undisturbed ground on each side of the trench excavation. 3) The existing slab shall be saw-cut to provide the concrete replacement width required in (2), above, however if a saw-cut is closer than three (3) feet from a parallel joint, the existing slab shall be removed and replaced to that joint. 4) The concrete replacement shall be reinforced in a manner equal to the existing slab, however, if the existing slab is unreinforced the replacement concrete shall have a 6” x 6” w6/w6 welded wire fabric, steel mesh placed therein. 5) A temporary cold patch (equal to the Michigan Department of Transportation CP-3 Patching Mixture) shall be used to surface the area where the concrete has been removed until the concrete pavement can be replacement. The Contractor shall maintain this temporary cold patch until it is removed for completion of the work. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-13 of GS-26 05/27/2020 B. Asphalt Pavement Replacement 1) Asphalt surfaces shall be replaced to sawed joints as directed by the Engineer. Repair areas shall be such that the sawed joints are parallel to the undisturbed edge of the surface at the furthest extremity of the dis- turbed area. No "checkerboard" repairs shall be permitted. 2) The asphalt replacement shall have a minimum of eight (8) inches of MDOT 21AA natural gravel or slag aggregate, or approved equal, to match original aggregate subgrade material, with a minimum of four (4) inches of bituminous surface course in accordance with MDOT (2003) Division 5 Specifications, as necessary to match existing surface. 3) (3) A temporary cold patch (equal to Michigan Department of Transportation CP-3 Patching Mixture) shall be used to surface the area where the asphalt has been removed until the asphalt pavement can be replaced. The Contractor shall maintain this temporary cold patch until it is removed for completion of the work. C. Replacement of Driveway Approach Pavement: When either asphalt or concrete drive approach pavement is removed, the area to be repaired shall include the entire approach from the existing pavement to the sidewalk. If there is no sidewalk the repair shall extend to the "throat" of the driveway or to the point at which the approach meets the driveway at its normal width. 13. ENGINEER'S AND INSPECTOR'S FIELD OFFICE A. The Contractor shall provide and maintain, at his own expense, a field office for the exclusive use of the Owner's Engineers and Inspectors. It shall be centrally located within the limits of the Contract. The field office shall have all utilities in service PRIOR to the commencement of construction and shall not be removed until the completion of all work including cleanup and restoration. The Contractor shall not remove the field office without receiving written permission to do so from the Owner. B. The field office shall contain a minimum area of 192 square feet and be equipped with the following: heat, air conditioning, electric lights, sanitary facilities, closet, two desks, matching rolling desk chair, one drafting table and padded drafting stool, a print rack, fax-copier, six sturdy chairs, a four drawer legal size file cabinet, a 3 foot by 4 foot bulletin board, mop, broom, pail, first aid kit, fire extinguisher, bottled water and dispenser, locks and 4 keys for the doors. C. Field offices, having chemical/holding tank sanitary facilities may be utilized provided, in the opinion of the Owner, the Contractor adequately maintains the sanitary facilities. D. The Contractor will receive no special payment for the cost of the field office, and the cost shall be included in other items of the proposal. Costs of heat, electricity and telephone service, including reasonable toll calls, shall be borne by the Contractor. Two or more Contractors on a multi-sectioned project may join to furnish a field office, if, in the opinion of the Owner, it would meet certain location and size requirements. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-14 of GS-26 05/27/2020 E. A mobile telephone system may be provided for telephone service, subject to approval of the Owner and Engineer. 14. CONTRACTOR FURNISHED SURVEY EQUIPMENT The Contractor shall provide one (1) tripod, automatic level and level rod for the use of the Inspector for the duration of the project. The level rod shall be in English units. The equipment shall be of commercial construction grade quality. The equipment shall be calibrated at the start of the project with a copy of the calibration certificate provided to the Inspector for his records. The survey equipment will be returned to the Contractor at the end of the project. 15. MONUMENTS Monuments or other recognized property boundary markers at street intersections, section corners, acreage or lot corners, and right-of-way lines shall be preserved and protected. Where such monuments or markers must be removed during construction, the Engineer shall be notified and the Contractor shall make all necessary arrangements, at their own expense, with a Land Surveyor registered in the State of Michigan to have these monuments or markers properly witnessed prior to disturbance or removal and later reset by the Registered Land Surveyor. 16. MAINTENANCE OF TRAFFIC A. During the progress of the work, the Contractor shall accommodate both vehicular and pedestrian traffic in road rights-of-way as provided in these specifications. Access to fire hydrants, water and gas valves shall always be maintained. All local traffic ordinances and regulations of the Fire and Police Department and the Department of Public Services shall govern the Contractor’s truck and equipment operations on public streets. B. Working sites at manholes, alignment holes, and other minor openings in streets need not be fenced but they shall not be larger than necessary and shall be well protected by barricades and lights and shall not be occupied longer than necessary. Small openings in streets shall be covered with strong steel plates anchored in place, when they are not required to be open for construction purposes. C. Shaft locations shall be selected at point where they will interfere with traffic as little as possible and their working site arrangements shall meet the approval of the Engineer. Detouring of traffic shall be done in accordance with the requirements of the municipal unit having jurisdiction therefor. D. Where streets are partially obstructed, the Contractor shall place and maintain temporary driveways, ramps, bridges and crossings that, in the opinion of the Engineer, are necessary to accommodate the public. In the event of the Contractor's failure to comply with the foregoing provisions, the Owner may, with or without notice, cause the same to be done and deduct the cost of such work from any monies due or to become due the Contractor under this Contract, but the performance of such work by the Owner, or at his insistence, shall serve in no way to release the Contractor from his liability for the safety of the traveling public. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-15 of GS-26 05/27/2020 E. The Contractor shall provide flagmen, warning lights, signs and barricades necessary to direct and protect vehicular and pedestrian traffic. F. The Contractor shall inform the local Police, Fire and Public Services Department in advance of his program of street obstructions and detours, so that those Departments have ample time to develop plans for servicing the area in case of an emergency. He shall also notify the Owner at least one week prior to obstructing any street. 17. SCHEDULE FOR SMALL PROJECTS (Strike for Large Project) The requirements for scheduling are specified in the following articles. Modifications, if any, can be found in the Supplementary Conditions. A. PRELIMINARY SCHEDULE 1) The Bidder’s Preliminary Schedule will provide an orderly progression of the work to completion within the Contract Times. The Preliminary Schedule will outline major project milestones including completion dates. The schedule will include all major construction activities such as shop drawing preparation, shop fabrication, intervals from purchase to delivery of purchased items, crew and other resource loading, field activity durations, etc., and will be sufficiently detailed to enable Owner and Engineer to evaluate the Contractor’s plan and ability to complete all aspects of the work within the Contract Time periods. The preliminary schedule shall include all activity by others that Contractor requires to successfully complete the project, and its scheduled activities within the times set forth in the schedule. The schedule shall show all critical path activities regardless of duration. The schedule shall include at least 75 activities and no single activity shall have a duration greater than four weeks. 2) The Bidder’s Preliminary Schedule shall be prepared using the current version of Microsoft Project, Primavera Project Planner software or Microsoft Excel. Failure to provide the requested schedule including all the provisions in this specification may result in the Contractor being declared non-responsive. 3) The Bidder’s Preliminary Schedule shall be based on the anticipated Notice to Proceed date provided in the Proposal. 4) The Contractor shall submit the schedule with the Bid. B. PROJECT PROGRESS SCHEDULE 1) Within ten (10) days after bids are received by the Owner, the Contractor who has submitted the low bid shall submit in electronic format with a printed color hard copy of a Project Progress Schedule. Second and third low bidders may be required to submit a Project Progress Schedule upon ten (10) days notice. Said schedule shall comply with the requirements set forth in the scheduling requirements below. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-16 of GS-26 05/27/2020 2) The Project Progress Schedule shall show in a clear, graphical manner the proposed dates for the commencement and completion of each of the various bid items of the work. The schedule shall be predicated on the Notice to Proceed date as specified in the Proposal and the completion date outlined in the AGREEMENT, Article 2, entitled THE TIME. The schedule shall indicate the number of crews, including subcontractors if any is to be employed, on the project and the manner and times in which they will be utilized. 3) The Contractor may use Microsoft Project, Primavera, Excel, or other suitable programs in a format acceptable to the Owner. 4) The Contractor shall provide periodic updates of the schedule, at least monthly to the Owner. 5) Should the Contractor elect to change the Project Progress Schedule by the addition of one or more crews, he shall notify the Engineer in writing along with revised Project Progress Schedule two (2) weeks prior to the addition of any crew(s). 6) Should the Contractor elect to change his location of work or move to a different area, the Contractor shall notify the Engineer seventy-two (72) hours in advance (excluding weekends and holidays) of his intended move. 7) If during the course of the work, the time of completion of the Contract is extended, or if in the opinion of the Owner the progress is behind schedule so as to affect its completion, the Project Progress Schedule shall be corrected to show the revised commencement and completion dates of those parts of the work which are affected. 8) The schedule shall include activities that represent the major milestones and completion dates listed within the Contract Documents. 9) The schedule shall include Submittals and Submittal-Owner Approval activities, as well as time required for fabrication, delivery, storage, installation, testing close-out, and commissioning. 10) The activities shall be connected by only “finish-to-start” (FS) logic ties. If a relationship between activities cannot be accurately depicted using FS, then the Contractor can request the use of other logic types. 11) The Contractor shall provide the Project Progress Schedule to the Owner in hard copy print outs in bar chart format, printed landscape on 11”x17” paper with the timescale formatted to fit on 1 page wide, unless otherwise requested in writing by the Owner The print out shall include columns indicating the Activity ID, Activity Name, Remaining Duration, Start Date, Finish Date, Total Float, and any other dates requested by the Owner. C. MEASUREMENT OF CHANGE 1) The only means of changing the completion dates or milestones of the project is GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-17 of GS-26 05/27/2020 by a fully executed Change Order as set out in the Contract Documents. 2) The Contractor must identify, at the time that a change in the work is identified, what, if any, activities are impacted by the change and/or what new activities that are required to sufficiently depict the changed work in the schedule. 3) No requests for additional time will be granted unless entitlement is demonstrated by a contemporaneous time impact analysis. 4) All direct and indirect impacts from approved changed conditions must be indicated in the schedule. D. SCHEDULE FLOAT Any float existing, found, or created in the schedule shall belong equally to the Contractor and the Owner from the time of the Project Progress Schedule approval. Each party may use the float it owns. However, no damages will be recoverable by the Contractor based on an asserted right to an early finish date prior to the Contract or milestone completion deadlines. 18. SCHEDULE FOR LARGE PROJECTS (Strike for small project) The requirements for scheduling are specified in the following articles. Modifications, if any, can be found in the Supplementary Conditions. A. PRELIMINARY SCHEDULE 1) Each Bidder shall submit with the Bid Documents a preliminary resource-loaded schedule demonstrating the Bidder’s plan to complete the construction work within the time allowed in the Contract and to achieve the completion of any milestones identified in the Contract Documents. 2) The Bidder’s Preliminary Schedule will provide an orderly progression of the work to completion within the Contract Times. The Preliminary Schedule will outline major project milestones including completion dates. This will be a detailed incremental, logic driven CPM (Critical Path Method) schedule for the work of the Contract, and will reflect the Contract dates and include all construction activities such as detailing, shop fabrication, intervals from purchase to delivery of purchased items, crew and other resource loading, field activity durations, etc., and will be sufficiently detailed to enable the Owner and Engineer to evaluate the Contractor’s plan and ability to complete all aspects of the work within the Contract Time periods. The preliminary schedule shall include all activity by others that Contractor requires to successfully complete the project, and its scheduled activities within the times set forth in the schedule. The schedule shall show all critical path activities regardless of duration. The Schedule shall include at least 75 activities and no single activity shall have a duration greater than four weeks. The Preliminary Schedule shall form the basis for the Baseline Project Schedule required by the Contract Documents. 3) The Bidder’s Preliminary Schedule shall be prepared using the current version of GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-18 of GS-26 05/27/2020 Primavera Project Planner software or Microsoft Project and shall be submitted with the Bid in electronic format with a printed color hard copy. Failure to provide the requested schedule including all the above provisions may result in the Contractor being declared nonresponsive. 4) The Bidder’s Preliminary Schedule shall be based on a Notice to Proceed date identified in the Proposal. B. PROJECT BASELINE SCHEDULE 1) Within 10 calendar days of Notice of Award, the Contractor shall provide a Project Baseline Schedule which depicts all major elements of the work and calculates a completion date consistent with the completion dates listed in the Contract Documents. The Project Baseline Schedule shall be based on the Preliminary Schedule expanding the activities and detail as well as making any necessary corrections. It is expected that the number of activities in the Baseline Schedule will exceed the number of activities in the Preliminary Schedule. The exact minimum number of activities is to be determined by the Engineer or Owner. Any change in activity titles in the Preliminary Schedule shall be specifically identified to the Owner prior to use in the Project Baseline Schedule. The Contractor shall immediately address any exceptions taken by the Owner or Engineer. The schedule is not properly submitted until the Owner returns the schedule to the Contractor with "No Exceptions". The return of the schedule with "No Exceptions" will not constitute adoption of the schedule by the Engineer or Owner. This designation merely means that the Owner has not discovered any obvious errors in the schedule or obvious deviations from the schedule requirements in the Contract Documents. The return of the schedule with "No Exceptions" shall not preclude the Owner or Engineer from raising exceptions to subsequent updates regardless of whether those concerns appeared on the Project Baseline Schedule. 2) The Project Baseline Schedule shall include only the work shown in the Contract Documents at the time of Notice of Award as well as the obligations of others affecting the Work. The Project Baseline Schedule shall not show any progress of the work since the start of the project and shall not reflect any changes, claims, disputes or extra work performed or anticipated on the project. 3) The Project Baseline Schedule shall include a narrative that includes the following information (which may be appended by the Owner or Engineer at any time): a) Overall description of the general work sequence b) Summary of the critical path c) Description of allowances made for adverse weather d) Description of the basis for the durations e) Listing of known project risks GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-19 of GS-26 05/27/2020 f) Description of the general procurement plan for long lead equipment and materials g) A general overview of labor availability h) An overall site logistics and staging plan, including crane plans C. TWO WEEK LOOK AHEAD Contractor’s Scheduler shall prepare two-week look-ahead schedules and present such schedules at the Progress Meetings. Copies of the two-week look-ahead schedules shall be provided by Contractor to Engineer and Owner every Monday and at or before each Progress Meeting. D. SCHEDULE MEETINGS 1) Contractor’s Scheduler shall meet with the Scheduler appointed by the Owner as deemed necessary by the Owner’s Scheduler, to review the progress of the Work; discuss without limitation any schedule concerns; the impact of any pending changes or claims, and the methods by which any delays may be made up through adjustments of the schedule logic, sequencing, overlapping Work, or other means. The Schedulers will determine any adjustments or updates that need to be made to the current schedule. 2) At least ten (10) days before any Application for Payment is submitted, Contractor will submit a schedule update based on the discussion between the Schedulers and in conformance with the requirements for schedule updates set out in the Contract Documents. If the Contractor disagrees with any change requested by the Scheduler appointed by the Owner, the Contractor shall note the disagreement on the schedule update and shall prepare the update in conformance with the analysis of the Scheduler appointed by the Owner. Contractor, at Engineer’s request, shall require its Subcontractors and suppliers to attend progress or other meetings as requested by Engineer and as Engineer shall deem appropriate. E. SCHEDULE UPDATES 1) Contractor shall revise the schedule update to address any exceptions noted by the Owner due to the failure to fully comply with the requirements set out herein or in the Scheduling Requirements as set forth in the Contract Documents. If necessary, Contractor’s Scheduler shall meet with the Owner, Engineer, or Scheduler appointed by the Owner to discuss the schedule update and resolve any disputes or concerns. Any such meeting shall be conducted separately from the regularly scheduled Progress Meeting described herein. Contractor shall not be paid any sums for Work on an Application for Payment until the schedule update from the previous month is submitted to the Engineer and returned to the Contractor with “No Exceptions”. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-20 of GS-26 05/27/2020 2) Should the Contractor elect to change the schedule by the addition of one or more crews, he shall notify the Engineer in writing along with revised schedule two (2) weeks prior to the addition of any crew(s). 3) Should the Contractor elect to change his location of work or move to a different area, he shall notify the Engineer seventy-two (72) hours in advance (excluding weekends and holidays) of his intended move. 4) If during the course of the work, the time of completion of the Contract is extended, or if in the opinion of the Owner the progress is behind schedule so as to affect its completion, the schedule shall be corrected to show the revised commencement and completion dates of those parts of the work which are affected. 5) At least 10 days before submission of each Application for Payment, a conference attended by Contractor, Contractor’s Scheduler, Engineer, Owner’s Scheduler, and others as appropriate will be held to review the proposed schedule update to be submitted in accordance with the Contract Documents. Contractor will have 10 days to make corrections and adjustments and to complete and resubmit the schedule updates with the monthly progress payment application. No progress payment will be due to or made to Contractor until the current schedule updates are submitted to Engineer, and until the prior month schedule update has been returned to the Contractor by the Engineer with “No Exceptions.” 6) The schedule shall be updated to indicate the actual progress of the work since the previous update and the intended sequence of the remaining work. All Work required to complete the Contract shall be included on the schedule updates, including Work relating to changes, disputes, claims, and delays or asserted delays. Schedule updates shall not include assertions as to the responsibility for any delays, claims or purported added work. The schedule updates shall not reflect theoretical time for completion beyond the time necessary for completion of the work. Schedule updates shall not move any completion dates or milestones unless a Change Order has been issued. A schedule review returned with exceptions, or other comments or response to a schedule update shall not constitute approval of a schedule modification, or a change order or work directive. The schedule updates are a report to the Owner of the Contractor’s specific plan for completing the work and the time the Contractor believes is necessary to perform all the required Work. 7) In the event that actual progress of the work or any modifications to the sequence or duration of the activities causes the completion milestones of the project to be delayed beyond the dates indicated in the previous update, the Contractor shall make every effort to re-sequence the Work (or otherwise adjust the schedule) to eliminate the delay. Unless determined otherwise through the issuance of a written, fully executed Change Order, the cost of the re-sequencing shall be borne by the Contractor. 8) The Contractor shall certify each scheduling submission indicating that it has accurately depicted the critical path of the project. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-21 of GS-26 05/27/2020 9) The Contractor shall provide an electronic copy of each schedule update to the Owner in the native scheduling software format approved by the Owner. 10) Each schedule update shall be submitted to the Owner with a narrative report indicating the major changes that occurred (and the reason for the changes) including: a) Activities added to the schedule b) Activities deleted from the schedule c) Logic revisions d) Changes to the Critical Path e) Calendar changes f) Added or deleted constraint dates g) Duration Changes 11) The Contractor must provide with each update a listing of all activities, complete with the current float values that require specific input or direction from the Owner. 12) The Contractor may not rename activities included in the Project Baseline Schedule nor divide existing activities into new activities or sub-activities without the written consent of Owner. Additionally, the Contractor is not to re-use Activity IDs (i.e., if an activity is deleted, that ID shall not be used for a new activity). 13) Significant changes to the schedule sequence or the addition/deletion of change order work may necessitate a schedule Revision. This is effectively a re- baselining of the project, and the schedule shall be designated and reviewed as a Revision. F. CONTRACTOR’S SCHEDULER 1) The Contractor’s Scheduler may be an employee of Contractor or an outside consultant. Contractor will identify and provide qualifications of the Scheduler within five (5) days after Notice to Award. The Owner may reject the Scheduler if they don’t meet the minimum qualifications or is otherwise unacceptable. In the event the Scheduler is rejected by the Owner, or becomes unavailable to the Contractor, the Contractor will immediately appoint a qualified replacement Scheduler and submit the qualifications of the replacement Scheduler for review by the Owner. 2) Contractor’s Scheduler shall prepare the Project Baseline Schedule, all schedule updates, and any time impact analysis, make up schedules or acceleration schedules required by the Contract Documents. The Contractor’s scheduler shall GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-22 of GS-26 05/27/2020 attend all project meetings where scheduling input is necessary, as well as attend the meetings and perform the duties set out in the Contract Documents. 3) Contractor shall appoint a project scheduler with the following minimum qualifications (unless otherwise modified by the Owner or Engineer): a) At least five years of experience using the most recent version of Microsoft Project or Primavera Project Planner. b) Scheduling for at least three heavy construction projects each with a total construction value in excess of ten million dollars ($10,000,000) each. G. SCHEDULE STANDARDS 1) The Contractor shall employ the Critical Path Method (or similar, pre-approved method) scheduling technique to create and maintain a current and accurate schedule depicting the actual and expected progress of the work and meeting the following requirements: 2) The Contractor shall create its schedule using the latest version of Microsoft Project or Primavera Project Planner. 3) Each element of work on the project shall be shown as an activity or group of activities on the schedule in the detail necessary to accurately depict every step required to complete the project. At least 300 discrete activities shall be included on the Preliminary Schedule, however, Owner and Engineer retains the right to modify the minimum activity count. 4) In addition to construction activities, the schedule shall include applicable activities for design and procurement (of both subcontractors and material). The material delivery date shall be the same as provided in the Consolidated Submittal Schedule. 5) The schedule shall include activities that represent the major milestones and completion dates listed within the Contract Documents. 6) The schedule shall include Submittals and Submittal-Owner Approval activities, as well as time required for fabrication, delivery, storage, installation, testing, start-up, training, close-out, and commissioning. 7) The activities shall form a complete network wherein all activities shall have at least one predecessor and one successor. Each activity shall have as many predecessor or successor activities as is necessary to accurately calculate the Critical Path of the Project. 8) Each activity shall have as many predecessor or successor activities as is necessary to accurately reflect the requirements to complete the work. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-23 of GS-26 05/27/2020 9) The activities shall be connected by only “finish-to-start” (FS) logic ties with 0-day lags. If a relationship between activities cannot be accurately depicted using FS, then the Contractor can request the use of other logic types. 10) The Contractor shall refrain from constraining activity dates in the schedule. If the Contractor feels constraints are necessary, the Contractor will detail the reasons for the constraints to the Engineer for approval. 11) The Critical Path shall be the longest continuous chain of activities in the network from the data date of the schedule through Substantial and Final Completion of the project. 12) The schedule must contain activities that clearly identify information, materials, actions or directions required from the Owner to progress the work. 13) The Contractor shall provide all schedules to the Owner in hard copy print outs in bar chart format, printed landscape on 11”x17” paper with the timescale formatted to fit on 1 page wide, unless otherwise requested in writing by the Owner. The printout shall include columns indicating the Activity ID, Activity Name, Remaining Duration, Start Date, Finish Date, Total Float, and any other dates requested by the Owner. 14) The Contractor shall also submit all schedule files in the native scheduling program electronic format. 15) The schedule shall clearly show the calculated critical path of the project. 16) Schedule calendars must be developed to accurately reflect the working times for each activity based on the specific requirements of the project. 17) The Contractor must provide a manpower curve for each trade based on the activity duration and sequence as calculated by the scheduling software. 18) The schedule shall include a specific plan for dealing with ‘normal adverse weather’. This is weather that can be reasonably expected to slow or stop work, based on historical weather in the same general geographic area. Examples of such weather include, but are not limited to wind, cold, heat, humidity, rain, and snow. Time extensions for ‘abnormal adverse weather’ will only be considered if the Contractor provides specifics as to why the actual weather is abnormally adverse. Analysis of historical weather data will nearly always demonstrate that normal adverse weather should be anticipated by the Contractor every month. This must be planned for in the schedule. 19) The schedule shall include appropriate activity codes and work breakdown structure (WBS) such that it can be easily grouped, filtered, and sorted. The Engineer may suggest additional codes. 20) At any time, the Owner may request that an existing schedule be resource loaded to ensure that the Contractor is making adequate progress towards the final completion deadlines. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-24 of GS-26 05/27/2020 H. MEASUREMENT OF CHANGE 1) The only means of changing the completion dates or milestones of the project is by a fully executed Change Order as set out in the Contract Documents. 2) The Contractor must identify, at the time that a change in the work is identified, what, if any, activities are impacted by the change and/or what new activities that are required to sufficiently depict the changed work in the CPM schedule. 3) No requests for additional time will be granted unless entitlement is demonstrated by a contemporaneous time impact analysis. 4) All direct and indirect impacts from approved changed conditions must be indicated in the schedule. I. SCHEDULE FLOAT Any float existing, found, or created in the schedule shall belong equally to the Contractor and the Owner from the time of Project Baseline Schedule approval. Each party may use the float it owns. However, no damages will be recoverable by the Contractor based on an asserted right to an early finish date prior to the Contract or milestone completion deadlines. 19. SIGNS A. The Contractor will furnish and erect one sign for each section of the Project, at those locations as directed by the Engineer. B. The Project sign shall be in accordance with the drawing shown on the following page, made of 3/4-inch exterior plywood with blue and red letters on a white background and maintained in good condition until completion of the project. C. The Engineer will supply to the Contractor an electronic copy of the WRC logo for use on the sign(s). D. A draft copy of the sign(s) must be approved by the Engineer prior to final production. E. Signs must be in accordance with local ordinances. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-25 of GS-26 05/27/2020 Name of Drain Purpose of Drain Project JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER (Name of) (Name of) CHAIRPERSON, CHAIRPERSON, BOARD OF COMMISSIONERS FINANCE COMMITTEE Color Scheme: 3/4” Exterior Plywood Background - White Border Lines - Blue Letters - Blue 4” x 4” Support Posts Commissioner letters – Red Logo Color Scheme: WRC, Water Resources Commissioner & water drop - Blue (Pantone 302 coated or 301 uncoated) Jim Nash & Leaf - Green (Pantone 349 coated or 348 uncoated) Sign 4.0’ X 8.0’ Border is 0.5” Project Sign (Drain) o o BOLTED CONNECTION BOTH SIDES (TYP.) 4–0” 2” 8’-0” NOTE: Lettering on actual sign shall be same type as shown with size of letter and spacing between lines same proportions as shown. GENERAL SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page GS-26 of GS-26 05/27/2020 JIM NASH Project Name Project Purpose JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER IN COOPERATION WITH Name of CVT(s) Contractor Design Engineer Contractor Name Name of firm NOTE: Lettering on actual sign shall be same type as shown with size of letter and spacing between lines same proportions as shown. Color Scheme: 3/4” Exterior Plywood Background - White Border Lines - Blue Letters - Blue 4” x 4” Support Posts Jim Nash - Red Logo Color Scheme: WRC, Water Resources Commissioner & water drop - Blue (Pantone 302 coated or 301 uncoated) Jim Nash & Leaf - Green (pantone 349 coated or 348 uncoated) Sign 4.0’ X 8.0’ Border is 0.5” Project Sign (Water/Sewer) o o BOLTED CONNECTION BOTH SIDES (TYP.) 4’–0” 2” 8’-0” 2” TYPICAL Con. logo Des. logo GENERAL SUPPLEMENTAL CONDITIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page SC-1 of SC-5 01/21/2016 PART 1 – GENERAL 1.01 GENERAL These specifications are a part of the Specification and Contract Documents for the ________________ project. The requirements herein specified supplement and/or supersede those contained elsewhere in the General Conditions, General Specifications and Contract Documents. 1.02 Information for Bidders, Section 3, Escrow Bid Documents Delete Section 3 in its entirety. Escrowing of bid documents will not be required. 1.03 Information for Bidders, Section 14, Preliminary Schedule Delete Section 14 in its entirety and replace with the following: Each Bidder must submit within ten (10) days after bids are received by the Owner, a Preliminary Schedule demonstrating the Bidder’s plan to complete the construction work within the time allowed in the Contract and to achieve the completion of any milestones identified in the Contract Documents. The Bidder’s Preliminary Schedule will provide an orderly progression of the work to completion within the Contract Times. The Preliminary Schedule will outline major project milestones including completion dates. The schedule can be prepared using Microsoft Project, Primavera or Excel in a format acceptable to the Owner and will reflect the Contract dates and include all major construction activities such as shop drawing preparation, shop fabrication, intervals from purchase to delivery of purchased items, crew and other resource loading, field activity durations, etc., and will be sufficiently detailed to enable Owner and Engineer to evaluate the Contractor’s plan and ability to complete all aspects of the work within the Contract Time periods. The Preliminary Schedule must include all activity by others that Contractor requires to successfully complete the project, and its scheduled activities within the times set forth in the Schedule. The Bidder’s Preliminary Schedule (and associated work plan and related costs) must be based on the Notice to Proceed date as identified in the Supplemental Conditions. Within ten (10) days after bids are received by the Owner, the Contractor who has submitted the low bid must submit four (4) copies of a Preliminary Schedule. Second and third low bidders may be required to submit a Preliminary Schedule upon ten (10) days’ notice. Said Schedule must comply with the requirements set forth in the scheduling requirements of the Conditions of the Contract. 1.04 Information for Bidders, Section 17, Owner Controlled Insurance Program Delete Section 17 in its entirety. The Owner will not be providing an Owner Controlled Insurance Program for the project. 1.05 Agreement, Article I-The Work Delete reference to Escrow Bid Document Specification. Escrowing of Bid Documents will not be required for this project. GENERAL SUPPLEMENTAL CONDITIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page SC-2 of SC-5 01/21/2016 1.06 General Conditions, Section 3, Definition of Terms, Application for Payment Delete Items (5) written consent of Surety, (6) copy of the then current Project Schedule Update, (7) certified payroll reports and (8) Daily Reports. These items will not be required with the monthly Application for Payment. (edit as required) 1.07 General Conditions, Section 3, Definition of Terms, CPM Schedule, Critical Delay and Critical Path Please note the following: A CPM schedule will not be required. The Contractor shall submit and maintain the schedule using Microsoft Project, Primivara, or Excel in a format acceptable to the Owner. 1.08 General Conditions, Definition of Terms, Engineer Add the following: The consulting engineer for the project is ___________________. 1.09 General Conditions, Permits and Regulations Add the following: The Contractor is responsible for making all arrangements for inspection and the payment of fees to permitting agencies. Permits required for this project include the following (edit as required): Road Commission for Oakland County Michigan Department of Transportation Michigan Department of Environmental Quality A copy of the permits are included in these specifications. 1.10 General Conditions, Section 12, Testing and Sampling Add the following: The Owner will arrange to have all soil compaction tests and concrete quality control tests, including concrete compression tests, performed by an Independent Testing Laboratory, in accordance with the specifications. Copies of test reports shall be furnished to the Owner and distributed to parties designated by the Owner, including the Contractor. (edit as required) 1.11 General Conditions, Section 20, Safety and Protection Delete Paragraph J in its entirety. An OCIP will not be provided for this project. 1.12 General Conditions, Section 33, Clean Up and Restoration Add the following: While no specific bid item has been created for repair of sprinkler systems, decorative fences, railroad ties, decorative plantings, under drains, drain tiles, electronic pet fencing, etc., the Contractor shall be responsible to locate, protect and restore those areas equal to what existed prior to the start of construction at no additional cost to the project. The Contractor shall promptly restore sprinkler systems to working order by making temporary or permanent repairs within five (5) days of the initial disruption and electronic pet fencing shall be repaired within twenty-four (24) hours of being damaged. (edit as required) GENERAL SUPPLEMENTAL CONDITIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page SC-3 of SC-5 01/21/2016 1.13 General Conditions, Section 39, Sunday, Holiday and Night Work Add the following: The Contractor shall limit the hours of operation from ________ A.M. to ________ P.M., Monday through Saturday. Prior authorization shall be obtained from _____________ (city or township) to extend these working hours and/or to continue work on Sundays. Work shall be suspended during the following days listed unless pre-approved: Memorial Day Independence Day Labor Day Thanksgiving Day plus the following day Christmas Eve Christmas Day New Year’s Eve New Year’s Day Good Friday 1.14 General Conditions, Section 40, Scheduling Delete Section 40 in its entirety and replace with the following: The Progress Schedule shall show in a clear, graphical manner the proposed dates for the commencement and completion of each of the various subdivisions of the work. The schedule shall be predicated on starting the work ___________ (____) days or less after award, and on the completion dates outlined in the AGREEMENT, Article II, entitled THE TIME. The schedule shall indicate the number of crews, including subcontractors if any is to be employed, on the project and the manner and times in which they will be utilized. A. The Contractor may use Microsoft Project, Primavera, Excel, or other suitable programs in a format acceptable to the Owner. B. The Contractor shall provide periodic updates of the schedule, at least monthly, to the Owner. C. Should the Contractor elect to change the progress schedule by the addition of one or more crews, he shall notify the Engineer in writing along with revised progress schedule two (2) weeks prior to the addition of any crew(s). D. Should the Contractor elect to change his location of work or move to a different area, the Contractor shall notify the Engineer seventy two (72) hours in advance (excluding weekends and holidays) of his intended move. E. If during the course of the work, the time of completion of the Contract is extended, or if in the opinion of the Owner the progress is behind schedule so as to affect its completion, the Progress Schedule shall be corrected to show the revised commencement and completion dates of those parts of the work which are affected. F. The schedule shall include activities that represent the major milestones and completion dates listed within the Contract Documents. G. The schedule shall include Submittals and Submittal-Owner Approval activities, as well as time required for fabrication, delivery, storage, installation, testing close-out, and commissioning. GENERAL SUPPLEMENTAL CONDITIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page SC-4 of SC-5 01/21/2016 H. The activities shall be connected by only “finish-to-start” (FS) logic ties. In the event that a relationship between activities cannot be accurately depicted using FS then the Contractor can request the use of other logic types. I. The Contractor shall provide the Project Baseline Schedule to the Owner in hard copy print outs in bar chart format, printed landscape on 11”x17” paper with the timescale formatted to fit on 1 page wide, unless otherwise requested in writing by the Owner The print out shall include columns indicating the Activity ID, Activity Name, Remaining Duration, Start Date, Finish Date, Total Float, and any other dates requested by the Owner. J. The schedule shall be based on a Notice to Proceed date of ____________. 1.15 General Conditions, Section 50, Photographs Delete Section 50 in its entirety. Photographs will not be required for this project (edit as required) 1.16 General Conditions, Section 52, Insurance and Indemnification Subsection A, Paragraph (4), add the following: The Owner’s Protective Liability Insurance shall include the following additional names insured: _____________ Drain Drainage District/__________Water Supply System/ ____________ Sanitary Sewer System (select one) _________________, Oakland County Water Resources Commissioner County of Oakland and its employees, agents, and/or authorized representatives. The Township/City/Village of _________________, (select one) its employees, agents, and/or authorized representatives. Road Commission for Oakland County (delete if not applicable) Michigan Department of Transportation (delete if not applicable) ____________________ (consulting engineer) ____________________ (testing engineer) 1.17 General Conditions, Section 52, Insurance and Indemnification, Subsection A, Paragraph (7) Railroad Protective Liability Delete this paragraph in its entirety. (edit as required) 1.18 General Specifications, Section 13, Engineer’s and Inspector’s Field Office Delete this section in its entirety. A field office will not be required for this project. The Contractor shall provide one portable, self-contained chemical toilet with holding tank for use by the Contractor and OCWRC staff. The location of the chemical toilet shall be approved by the OCWRC. GENERAL SUPPLEMENTAL CONDITIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page SC-5 of SC-5 01/21/2016 1.19 General Specifications, Section 17, Progress Schedule Delete reference to submission of a progress schedule with the bid. Submission of a progress schedule with the bid will not be required. 1.20 General Specifications, Section 18, Contractor’s Scheduler Delete Section 18 in its entirety. 1.21 General Specifications, Section 19, Schedule Requirements Delete this section in its entirety. 1.22 General Specifications, Section 20, The Project Baseline Delete this section in its entirety. 1.23 General Specifications, Section 21, Updating the Schedule Delete this section in its entirety. 1.24 Pay Items The method of measurement and the basis of payment for each item in the Proposal will be as specified herein. The items are generally grouped by the section of the Specifications under which the particular unit of work is detailed. There will be no payment allowed for any unit of work not specifically mentioned in the Proposal as a bid item, and any such unit of work not mentioned in the Proposal, but necessary for the completion of the Project, shall be considered as incidental and the cost shall be included in other prices bid in the Proposal. 1.25 Measurement Quantities of work completed under the Contract will be measured by the Engineer according to the United States standard measures. When measurements are stated in miles, stations, acres, feet, they will be ground level measurements unless specified otherwise. Where measurements are specified to be “in place,” they will be taken along the actual surface of the completed item to obtain lineal, area, or volume measurements. PART 2 – PRODUCTS Not used. PART 3 – EXECUTION Not used. END OF SECTION Nowak and Fraus Engineers Job I999 SECTION 00460 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS The prospective participant certifies to the best of its knowledge and belief that it and its principals: a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal Department or Agency; b) Have not, within a three (3) year period preceding this Proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under a public transaction; violation of Federal or State Antitrust Statutes, or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or Local) with commission of any of the offenses enumerated in Paragraph (1)(b) of this Certification; and d) Have not within a three (3) year period preceding this Application/Proposal had one or more public transactions (Federal, State, or Local) terminated for cause or default. e) I understand that a false statement on this Certification may be grounds for rejection of this Proposal or termination of the award. In addition, under 18 U.S.C. §1001, a false statement may result in a fine of up to $10,000.00 or imprisonment for up to five (5) years, or both. Name and Title of Authorized Representative Signature of Authorized Representative Dated I am unable to certify to the above statements. Attached is my explanation. Nowak and Fraus Engineers Job I999 SECTION 00850 AMERICAN RESCUE PLAN (A.R.P.) SPECIAL REQUIREMENTS PART 1 GENERAL: 1.1 SUMMARY A. This project will be financed from the State of Michigan Department of Energy, Great Lakes, and Environment using federal assistance authorized by the American Rescue Plan of 2021 (ARP). The main grant tracking number is CW-5798A. This section includes special requirements applicable to this contract. B. This contract requires compliance with Davis-Bacon prevailing wages. C. This contract does not require compliance with American Iron and Steel (AIS) and the Build America, Buy America Act (BABBA or BABA). D. This contract does not require ARP signage containing project information. 1.2 MEASUREMENT AND PAYMENT A. Not Used. 1.3 REFERENCES A. Not Used. 1.4 SUBMITTALS A. Not Used. 1.5 ADMINISTRATIVE REQUIREMENTS A. P.L. 111-88 requires compliance with the Davis Bacon Act and adherence to the current U.S. Department of Labor Wage Decision. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents (see Wage Decision included herein) must be paid on this project. The Wage Decision, including modifications, must be posted by the Contractor on the job site. The “Contracting Agency” or “Contracting Officer” for Davis-Bacon Wage Decision posters on jobsites is the loan applicant/bond issuer. A copy of the Labor Standards Provisions for Federally Assisted Projects is included and is hereby a part of this contract. Nowak and Fraus Engineers Job I999 PART 2 PRODUCTS: 2.1 Not Used. PART 3 EXECUTION: 3.1 Not Used. END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Nowak & Fraus Engineers Job I999 SECTION 02141 TEMPORARY BYPASS PUMPING PART 1 GENERAL: 1.1 SUMMARY A. This Section shall include all work, materials, labor, equipment, power generation, and maintenance to implement a temporary pumping system for the purpose of diverting existing sanitary sewer flow originating at the designated work location to an alternative location for the duration of the project. B. The design, installation, and operation of the temporary pumping system shall be the Contractor’s responsibility. The equipment used for temporary bypass pumping must be selected and sized properly in order to operate efficiently and prevent potential environmental damage and disruption to the public. C. The Contractor may retain services of a professional company that specializes in the design, procurement, rental, and/or operation of temporary bypass pumping systems. Any subcontractor or vendor must meet all subcontracting requirements of the contract. D. All materials and products required to construct the temporary bypass pumping system are for temporary use only for the intended project, and shall be removed offsite and retained by the Contractor, or returned to the rental vendor by the Contractor. E. The design of the temporary pumping system, including parameters such as piping size, flow rates, total dynamic pressure head, duration, and other factors listed herein, may influence the configuration of the setup required: 1. Short-Term Setup – Operations that require short or non-continuous durations using portable materials and equipment intended for daily setup and decommissioning. Short term setups include bypassing sewers typically 24-inches or less in diameter, or as directed by the Engineer, and typically include the following equipment: a. Integrated Pump, Generator, and Controls mounted on trailer. b. Flexible Hoses with quick-connect fittings. c. Inflatable plugs. 2. Long-Term Setup – Operations that require continuous pumping over short or prolonged durations, where the size and weight of bypass equipment requires advanced planning, setup time, traffic control and barricading, and/or pavement modifications in order to maintain access. Typical activities include: a. Modifications to manhole openings, if required. b. Handling and use of large diameter pipe. c. Stationary Pumps and Power Generation d. Fused connections, mechanical connections, and/or restrained joints. e. Valves. f. Modifications to pavements for bypass pipe crossings at driveways, sidewalk, and other obstacles. g. Thrust restraints, where required. h. Inflatable or mechanical plugs. i. Advanced monitoring and controls. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Nowak & Fraus Engineers Job I999 F. Related Requirements 1. Section 02704 – Internal Sewer Inspection 2. Section 02735 – Cementitious Patching and Infiltration Control for Manholes 3. Section 02736 – Cementitious Monolithic Interior Manhole Linings 4. Section 02737 – Polymer Monolithic Interior Manhole Linings 5. Section 02738 – Thermoplastic Sheet Lining Systems for Sewer Manholes 6. Section 02751 – Cleaning of Sewer Lines 7. Section 02752 – Chemical Root Control 8. Section 02766 – Packer Injection Grout for Sewer Pre-Rehabilitation 9. Section 02767 – Packer Injection of Chemical Grout for Primary Leak Control and Soil Stabilization 1.2 MEASUREMENT AND PAYMENT Temporary Bypass Pumping ………………………………………………………………………………………………EA Bypass Pumping shall be paid for at the contract bid price for each segment required, related to the other work associated with the project. Only one setup shall be counted to perform all of the preparation and rehabilitative or repair work specified for each sewer segment. Only one setup shall be counted for bypass pumping systems that include multiple sewer segments depending on the existing sewer network arrangement. The following work items shall be included in the contract bid price: 1. Administrative Requirements: a. Submittal of Bypass Pumping Equipment in coordination with any Project Work Plan (PWP). b. Coordination with other project activities including mobilization, traffic control, and safety requirements. c. Demonstration of Operation prior to start of work. 2. Fall protection at all Manhole Openings. 3. Modifications to manhole opening(s), if required. 4. Temporary sewer plugs of the proper size, multiple plugs if required. 5. Pumps that meet all redundancy requirements. 6. Suction and Discharge piping. 7. Monitoring / Controls / Floats system. 8. Power to operate all equipment. 9. Odor Control. 10. Noise Control. 11. All costs (time, labor, materials) to successfully bypass the sewer segment, and laterals connected to manhole structures, during the following work: a. Pre-cleaning and pre PACP inspection. b. Pre-rehabilitative chemical injection grouting. c. Rehabilitation (installation of spray-in-place linings and coatings, cured in place lining, repair sleeves, and all other repairs) d. Post cleaning and PACP inspection. 12. Post-Modifications to all Manhole Openings, if required, if a separate pay item is not provided. 13. De-mobilization of all equipment and surface clean-up. 14. All additional items described herein as incidental to the work. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Nowak & Fraus Engineers Job I999 1.3 REFERENCES A. Abbreviations and Acronyms 1. ASTM – American Society for Testing and Materials 2. CSE – Confined Space Entry / Entrance 3. EGLE – State of Michigan Department of Environment, Great Lakes, and Energy. 4. MIOSHA – Michigan Occupational Safety and Health Administration 5. NASSCO – National Association of Sewer Service Companies B. Reference Standards 1. OHSA a. OSHA Standard No. 1910.146 – “Occupational Safety and Health Standards – Permit Required Confined Spaces” 2. NASSCO a. Specification Guideline for Temporary Bypass Pumping 1.4 SUBMITTALS A. Comply with Specification Section 01300. B. Bypass Pumping Project Work Plan (PWP) Document: 1. The design, installation, and operation of the temporary pumping system shall meet the requirements of all codes and regulatory agencies having jurisdiction. Prior to beginning any work, the Contractor is required to prepare and submit a Project Work Plan (PWP) with the following information: a. Short-Term Bypass Setup: 1) Sketch or Design drawing of a typical bypass arrangement for small diameter sewers applicable to the project. 2) Shop Drawing information on equipment and materials a) Trailer Mounted pumps b) Power generators or power source c) Flexible hoses and associated fittings 3) Mitigations for crossings at driveways, sidewalks and other obstacles b. Long Term Bypass Setup(s) – Designed for each sewer segment to be bypassed: 1) Sketch or Design drawing with the following information: a) A plan view layout showing the suction and discharge manholes, suction and discharge piping routes, access paths, and staging areas for pumps, generators, and other equipment. b) Locations and details sewer plugs or diversion dams, if any. c) Locations and details of temporary pipe supports and anti- meandering provisions such as thrust blocks, joint restraints, and wall anchoring, if any. d) Location of power source or generator e) Size, length, quantity, and material of all piping and valves. f) Locations of any manhole modifications (if required) g) Identification of Driveway, Sidewalk, and other obstacle crossings 2) Bypass Setup Design Sheet: Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Nowak & Fraus Engineers Job I999 a) Written document provided by the Contractor, a subcontracting bypass pumping provider, or a Consulting Engineer signed and stamped by a Professional Engineer in the State of Michigan: (1) Selected Pump Information, Pump Quantity, Pump Curves, and Power Requirements (2) Contact Information with Personnel operating and managing the bypass pumping system. (3) Acceptable upstream surcharge depths in the tributary sewer system. (4) Selected Power Source and fuel supply information (5) Calculations giving flow capacity provided by each pump given the systems Total Dynamic Head (TDH), including the calculations that are used to derive the system TDH. This data should also include the calculations determining what the Net Positive Suction Head available is in comparison to the Net Positive Suction Head required by each pump. (6) Odor Control Methods (7) Noise Mitigation (8) Procedure for recovering lost equipment in the sewer. (9) Emergency information for adverse weather and flooding. (10) Emergency information for accidents or failures. 3) Shop Drawings for all equipment, including pumps, valves, piping, generators, and other equipment utilized for each setup. C. Safety Plan 1. Contractor’s Access and Confined Space Procedures 2. Emergency Information 3. Cleanup Procedures and Washout Information 4. Mitigations for trip and fall hazards. D. Sample Inspection and Maintenance Log for Bypass Pumping System. 1.5 QUALITY ASSURANCE A. Use only materials that are suitable for sewer piping systems B. Visually inspect all pipe, fitting, and equipment delivered to the project site for compliance with the specifications and physical condition. Any defective materials shall be removed from the project site. C. Perform leakage and pressure tests on discharge piping before operation. Should any liquid or solid matter from the piping be spilled, discharged, leaked, or deposited into the open environment immediately clean up and disinfect the affected area. The Owner shall be notified of the spill. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Nowak & Fraus Engineers Job I999 D. At a minimum, inspect the temporary bypass pumping at the beginning and end of each shift. A designated operator shall be present at all times the bypass system is operating. Maintenance of the temporary bypass system shall be continuous at all times. E. Keep and maintain spare parts for pumps and piping on site. F. Maintain adequate hoisting equipment and accessories on site. G. Superintendent or Bypass Pump Operator shall provide daily a maintenance and inspection log. 1.6 ADMINISTRATIVE REQUIREMENTS A. Access 1. Obtain access rights from private property owners when access across private property is necessary to reach manholes due to easement congestion which limits equipment travel within existing easements, unless provided by Owner. 2. Maintain access and coordinate with all public and private services that may access construction area including, but not limited to: a. U.S. Postal Mail Carriers b. Private Mail Delivery Services (United Parcel Service, FedEx, DHL) c. Municipal and Civil Services (Police, Fire, Emergency Management Services) d. Local Rubbish, recycling, and Refuse Haulers B. Safety Information 1. Workspace is subject to hazardous and/or combustible materials commonly associated with sewer pipes. 2. Contractor is solely responsible for site safety and safety of its personnel and equipment throughout the project. 3. Comply with applicable requirements of OSHA, specifically Standard No. 1910.146 – “Occupational Safety and Health Standards – Permit Required Confined Spaces” 4. Provide all required safety barricades, scaffolding, fall hazard warnings, and personal protection gear. C. Contractor’s Presence at the work-site 1. No Equipment is allowed to remain in a sewer pipe during the following conditions: a. After reinstating flow to the sewer by removing the bypass pumping system. b. While the Contractor is not actively working (for short-term/daily temporary bypass pumping setups). D. Design Information 1. Design information may be provided on the contract drawings, including known sewer flow rates, existing manhole depths, surcharge levels, and other considerations. 2. The Contractor is responsible for verifying all information provided. The Contractor is responsible to obtain any necessary information if not provided or known. 3. No cost allowances shall be made for conditions found during the progress of the work due to the Contractor’s failure to verify such conditions. E. Operational Conditions Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Nowak & Fraus Engineers Job I999 1. The Owner has the right to postpone temporary bypass pumping activities for any reason, including sewer system flows, forecast of wet weather, and coordination with projects by others. 2. No additional costs or claims will be accepted for the postponement of any temporary bypass pumping by the Owner. 3. The Contractor is responsible for all damages and cleanup costs associated with sewer backups in result bypass pumping, including all sump-pump connections to sanitary or combined sewer systems. 1.7 SPARE PARTS A. Provide the following spare parts to be available should the operation of the bypass pumping system fail or be interrupted, to be retained by the Contractor or rental company: 1. One (1) backup Pump minimum 2. Spare hose clamps 3. Spare suction and discharge piping 4. Sewer Plugs of varying sizes 5. Valves (where required) 6. Power Generators (where required) 7. Fuel (supply up to 24 hours of operation) 1.8 DELIVERY, STORAGE, AND HANDLING A. Transport, deliver, handle, and store all bypass pumping equipment to the job-site using proper hoisting, rigging, and material handling practices. B. Follow all Manufacturer’s instructions for field storage requirements, including equipment sensitive to sunlight or extreme temperatures. C. All equipment shall be stored at a designated storage yard or project site in a neat, organized manner. At no time shall equipment be stored in driveways, private facilities, environmentally sensitive areas (wetlands, waterways) or directly on top of existing utility manhole covers. PART 2 PRODUCTS: 2.1 MATERIALS A. Suction and Discharge Piping and fittings 1. The contractor shall determine the appropriate pipe type and material dependent on the size required for the fluid flow and pressure requirements of the bypass pumping system. A separate specification for the following pipe materials may be provided in the contact book: a. Polyethylene Pipe 1) ASTM F 714 Polyethylene SDR-DR Outside Diameter Control 2) ASTM D 1248 b. High Density Polyethylene Pipe (HDPE) 1) ASTM D3350 / D3035 / AWWA C906 (beginning at 4-inch) 2) DIPS DR 17 (Pressure Class 130 psi) for the nominal diameter required. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Nowak & Fraus Engineers Job I999 3) Assembled and fused in accordance with ASTM D 2657. 4) Threaded or solvent weld joints are not permitted. c. Steel Pipe with Quick-Disconnect Coupling System 1) High tensile strength. 2) Hot-dipped galvanized with abrasion resistance. 3) Withstand minimum pressure of 50 psi. d. Flexible and Composite Hoses, Associated Coupling and Connectors 1) Abrasion resistant. 2) Suitable for intended sewer use. 3) Rated for external and internal loads anticipated for traffic loading. 4) Rated for pressure anticipated with bypass pumping design. 5) Lay-flat configuration. e. Approved Equal 2. All pipe, both new and previously used shall be homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other pipe defects. 3. All discharge ends shall have a 90-degree elbow fitting on the end directing flow into the channel or pipe inside the discharge manhole. 4. Pipe Materials not permitted for temporary bypass setup: a. All pipe not rated for pressure. b. Aluminum or Plastic Pipe designed for irrigation use. c. Plastic Pipe using solvent-weld joints. d. Concrete Pipe. e. Vitrified Clay Pipe. 2.2 EQUIPMENT A. Pumping Equipment 1. Capable of handling solids up to 3-inches for dry weather flow. 2. Feature fully automatic self-priming units that do not require the use of foot-valves or vacuum pumps in the priming system. 3. Pumps shall allow dry running for long periods of time to accommodate the cyclical nature of effluent flows. 4. Permanent backup pumping capacity is required for dry weather flow rates. 5. Available standby equipment of adequate capacity is required and should be ready for immediate operation and use in the event of wet weather, an emergency or a breakdown. a. The system shall be designed with back up pumping equipment installed and ready for immediate use if the primary system should fail. b. Provide one pump on standby equal to the largest pump in the system as designed for wet weather flow. 6. Contractor may elect to use trailer-mounted portable pumps or stationary pumps depending on the bypass pumping duration and size required. B. Valves and Fittings 1. Determine according to the flow calculations, pump sizes previously determined, and system operating pressures. C. Power Generation 1. Electric or diesel power generators are permitted. 2. All diesel engines must be Tier 3 or newer. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Nowak & Fraus Engineers Job I999 3. Maximum noise level of 70 decibals (dB(A)) or a maximum of 10 decibals above ambient noise levels, whichever less. 4. Sound attenuation is required for all residential areas. D. Monitoring and Controls 1. Provide controls for start/stop for each pump. On portable pump and motor combinations, the pump controls should be an integral part of the engine control panel. 2. For large diameter sewers (typically 27 inch or greater), provide automatic level transducers to maintain the proper surcharge levels. E. Pipe Plugs 1. Inflatable Pipe Plugs a. Inflatable line bladders shall be designed for sewer use. b. Determine size according to the existing sewer line to be plugged and manhole configuration. c. Provide all required accessories as required (rupture disks, poly-line hoses, inflation mechanisms) 2. Mechanical Pipe Plugs a. All mechanical bolt tightening pipe plugs shall have the appropriate bolting mechanism for expected pressure. 2.3 SYSTEMS A. Pump and Haul Bypass System 1. Permitted Use: a. Isolating flow originating from Lateral sewers connected directly to Manholes b. Sewers with low-flow conditions c. Connected sewers designated as abandoned (contributing low-flow from infiltration or leaks) 2. Use a well-maintained combination vacuum machine designed for sewer use. 3. Requirements for the handling, hauling, disposal, and all associated costs and fees of hazardous waste materials; non-hazardous waste materials; are to be included in the unit prices as bid. PART 3 EXECUTION: 3.1 EXAMINATION A. Identify access points to the pipeline to be bypassed. 1. Coordinate with traffic control requirements and other barricade needs. 2. Determine the clear space available in the manhole 3. Measure or verify manhole depths 4. Identify any restrictions present at the worksite. 5. Coordinate activities where temporary trenches are needed for discharge piping. B. Coordinate all work with sewer operation personnel and local weather forecasts and conditions. Bypass pumping during wet weather conditions is prohibited. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Nowak & Fraus Engineers Job I999 1. Any previously installed sewer plug(s) shall be pulled within two (2) to four (4) hours of the start of a wet weather event or earlier based on the intensity of the storm unless otherwise directed by the Owner. C. The Contractor shall notify the Owner and Engineer during the following conditions: 1. Three (3) working days prior to the start of any temporary bypass pumping activities at the beginning of the project. 2. Daily notifications prior to the start of any temporary bypass pumping activities for daily set-ups. 3.2 PREPARATION A. Test all bypass pumping equipment for proper operation prior to delivery to the project work site. B. Conduct pressure and leak testing at one-and-a-half (1.5x) the maximum pressure the system will experience for a period of two (2) hours. C. Remove any manhole frames, covers, cones, and steps as required to provide clear access to perform the bypass pumping work. D. Clean any sediment, sludge, bricks, rubble, and debris from the pump intake area prior to the installation of the bypass pumps. 3.3 INSTALLATION A. Furnish all materials, labor, equipment, power generation, and transportation to implement a temporary bypass system for the purpose of diverting the exiting sanitary sewer flow around the work area for the duration of the project. B. Provide the necessary power generation for the equipment. The Contractor may elect to provide temporary electrical service, board switches, etc. as required by local electrical agency and NEC current edition to provide temporary bypass pumping. 1. An automatic float system shall be provided for the operation of the pumps. C. Assemble all bypass pumping piping, equipment, and appurtenances. 1. Perform modifications to crossings at roadways, driveways, sidewalk, and other obstacles in accordance with the contract drawings. Where not specified, the contractor may provide the following methods to maintain access: a. Temporary trench with temporary pavement or steel plate covering. b. Temporary Ramps constructed of asphaltic patching material c. Hoes shall be lay-flat hose configurations where applicable. d. Barricades and Signs (in accordance with any approved Project Work Plan or Traffic Control Plans) D. Install all required pipe plugs based on the Manufacturer’s Instructions. E. Weirs, where required, shall be mounted using methods that so not cause structural damage to the sewers or manholes. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Nowak & Fraus Engineers Job I999 F. Limit noise levels to 70 decibels or a maximum of 10 decibels above ambient noise levels, whichever is less. 1. Check ambient noise levels in and around the area (day and night) prior to instituting bypass pumping operations to provide baseline ambient noise levels. 2. Utilize sound attenuation, screening or noise absorption materials on or around equipment causing these decibel levels to be exceeded, if these levels cannot be met. G. Decommissioning Sewer Plugs: 1. For short-term setups, temporary sewer plugs must be deflated and unrestricted flow resumed at the end of each work period at a time agreed to by the Owner. 2. Deflate the plugs in a slow manner to re-establish flow conditions in a manner that does not cause surge or major turbulence downstream. 3. Temporary sewer plugs are prohibited from being stored within the sewer system while deflated and must be removed from the sewers and manholes. H. Decommissioning Temporary Bypass Pumping System: 1. Re-establish flow in the sewer and ensure proper operation 2. Remove all bypass pumping equipment from the site. No equipment or materials can be abandoned or buried in-place. 3. Restore all disturbed areas and structures to pre-construction condition, at minimum, or in accordance with the contract drawings. 4. Restore all pavement in accordance with the right-of-way requirements or where indicated on the contract drawings. 3.4 FIELD QUALITY CONTROL A. Testing 1. Leakage and pressure testing shall be performed using clean water prior to actual operation. 2. Test the bypass pumping system to 1.5 times the system operating pressure, or 5 psi below the maximum HDPE pipe rated pressure, whichever is lower. The test pressure must hold for a minimum of 2 hours. B. Monitoring 1. Monitor the operation of the bypass pumping system to ensure there are no leaks or operational concerns. Inspections shall occur at the start of operation, every two (2) hours until flow is re-established in the sewer. 2. Monitor surcharge levels in the sewer to prevent backups in the system. Manholes upstream of the bypassing location shall be periodically checked for debris accumulation. 3.5 NON-CONFORMING WORK A. The following conditions related to the temporary bypass pumping system shall be non- conforming, and the Contractor shall cease all work until the pumping system is repaired or replaced, and proper working order is established: 1. Failures of pump(s), power generators, and/or other equipment. 2. Overflow or flow backup resulting in basement backups or spills in the open environment. 3. Pipe Plug failures (plug detachment or significant leaks in the pipe wall) Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Nowak & Fraus Engineers Job I999 4. Noise measured above the specified amount. 5. Inadequate power supply or fuel supply. 3.6 ADJUSTING A. Where operational adjustments to pumping capacities, controllers, monitoring controls, and other equipment are required, adjust the equipment as required to ensure all equipment is operating optimally and efficiently. 3.7 CLEANING A. Clean debris that collects in piping and appurtenances regularly and properly dispose of such debris material. B. During cold weather, suction and discharge piping subject to freezing temperatures should be cleaned and pumped out to prevent freezing fluids inside the pipe. 3.8 MAINTENANCE A. Protect discharge piping throughout the duration of the temporary bypass. B. Repair or replace any sections of pipe or equipment immediately where leaking or damaged. C. Do not allow the sewage depths in the local system to increase to levels that create the risk of basement back-ups or spilling of wastewater into the environment. The contractor is responsible for all cleanup costs associated with the following: 1. Sewer backups while assembling the bypass system, operating the system, and decommissioning the system. 2. Sewer backups in result of sump pumps connected to sanitary or combined sewer systems. D. Do not allow the system to overflow or directly pump, or by any other means discharge sanitary sewage to any land, street, storm drain, or water course. 1. Should maximum surcharge levels be exceeded, the Contractor shall cease work and restore gravity flow through the removal of any temporary sewer plugs. a. Suspension of temporary bypass pumping and restoration of gravity flow due to interruption or failure in the bypass pumping system and/or operations (including power failure w/o required backup) shall be at no additional cost to the Owner. b. Contractor shall bear all responsibility for any required additional cleaning efforts and any loss of work product and/or materials. 2. Immediately notify the Owner should a sanitary sewer overflow (SSO) occur and take the necessary action to clean up and disinfect the spillage to the satisfaction of the Owner and EGLE. a. If sewage is spilled onto public or private property, the Contractor shall wash down, clean up, and disinfect the spillage to the satisfaction of the property owner and/or other governmental agency. E. Whenever directed by the Owner, the Contractor shall cease work and restore gravity flow through the removal of any temporary sewer plugs. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Nowak & Fraus Engineers Job I999 END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-1 SECTION 02200 EARTHWORK PART 1 - GENERAL 1.01 DESCRIPTION: A. CONTRACTOR shall provide all labor, materials, equipment and incidentals required to perform all excavating, backfilling, filling and grading, and disposing of earth materials as shown, specified, and required for construction of structures, manholes, relocation of underground utilities, conduits, roads, and other facilities required to complete the Work in every respect. B. All necessary preparation of subgrade for slabs and pavements is included. C. All temporary means needed to prevent discharge of sediment to water courses from dewatering systems or erosion are included. D. No classification of excavated materials will be made. Excavation includes all materials regardless of type, character, composition, moisture, or condition thereof. E. All necessary stockpiling and maintenance of stockpiles soils in accordance with the construction is included. F. Installation and maintenance of a silt control curtain to control the migration of silt if required. G. Furnish and perform all excavations to insure the safety of personnel and protect adjacent structures, piping, etc, in accordance with Federal, State and local laws, regulations and requirements. H. Provide the services of an independent testing laboratory approved by OWNER / ENGINEER to perform soil gradation tests and other specified tests. I. Support pipe, foundations, and walls during placement and compaction of backfill and bedding material. 1.02 RELATED WORK A. Section 02225: Temporary Earth Retention Systems 1.03 SUBMITTALS A. Excavation Plan: Prior to start of excavation operations, submit written plan to demonstrate compliance with the contract drawings and Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-2 specifications and with OSHA Standard 29 CFR Part 1926.650. As a minimum, excavation plan shall include: 1. Name of competent person responsible for excavation operations. 2. Excavation method(s) or protective system(s) to be used. 3. Copies of "manufacturer's data" or other tabulated data if protective system(s) are designed on the basis of such data. 4. As a minimum, the Excavation Plan shall conform to the sequence provided in the drawings. B. Haul Road Plan: Prior to the start of the excavation, submit hauling plan, that facilitates the performance of the CONTRACTOR’s excavation plan for all stages of the work. Haul route will be subjected to approval by the OWNER / ENGINEER. Plan must include provisions for maintenance of haul roads during the work and removal of haul roads at the completion of the work, if required. C. Laydown and Staging: Submit plan and location for material storage and staging areas. D. Shop Drawings: Submit for approval the following: 1. Excavation Plan that details the excavation during all required stages of the work. 2. Road closure and traffic control plan during construction. 3. Stockpiling plan that details the location, height, and extent of soil stockpiles from excavated materials or granular fill materials. Stockpiling Plan shall be updated and modified by the Construction CONTRACTOR as appropriate during the duration of the construction. 4. Erosion control systems. 5. Temporary earth retention (other than shown on the drawings) necessary to facilitate safe excavation. 6. Surface water and groundwater seepage control, treatment, and disposal plans if applicable. 7. Shop Drawings shall be prepared by a licensed professional engineer recognized as expert in the specialty involved. Also submit for approval, calculations and all other pertinent information. CONTRACTOR, however, will be responsible for, installing, operating and maintaining the system(s) as required to satisfactorily accomplish all necessary sheeting, bracing, protec- tion, underpinning and dewatering. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-3 E. Test Reports - Borrow, Backfill, and Grading: 1. Testing laboratory shall submit copies of the following reports directly to OWNER / ENGINEER, with copy to Construction CONTRACTOR: a. Tests on borrow material from any off-site sources, in accordance with ASTM D422. b. Field density tests. c. Optimum moisture - maximum density curve for each soil used for backfill. 1.04 SITE CONDITIONS A. Soil borings were made during the design of this project at locations identified in the Geotechnical Reports for this project. The logs of the borings and the Geotechnical Reports for this project are provided as an attachment to the Contract Documents. Interpretation of all data and reports for construction purposes is the responsibility of the CONTRACTOR. B. Existing Structures: The Drawings show certain surface structures and underground structures adjacent to the Work. This information has been obtained from existing records. It is not guaranteed to be correct or complete and is shown for the convenience of Construction CONTRACTOR. Construction CONTRACTOR shall explore ahead of the required excavation to determine the exact location of all structures. They shall be supported and protected from damage by CONTRACTOR. If they are broken or damaged, they shall be restored immediately by Construction CONTRACTOR at his expense. C. Existing Utilities: Locate existing underground utilities in the areas of Work. If utilities are to remain in place, provide adequate means of protection during all operations. 1. Should uncharted or incorrectly charted piping or other utilities be encountered during excavation, consult piping or utility owner and OWNER / ENGINEER immediately for directions as to procedure. Cooperate with Owner and utility owner in keeping services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. 2. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, except when permitted in writing by OWNER / ENGINEER and then only after acceptable temporary utility services have been provided. 3. CONTRACTOR should be aware that the Detroit Water and Sewerage Department (DWSD) operates two primary utilities in the Dequindre Road right of way. These utilities consist of a 54 -inch Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-4 water transmission main and a 96-inch diameter sewer line, referred to as the Dequindre Interceptor Sewer. Contractor is responsible for contacting DWSD prior to any work to specifically identify location of these lines. Coordinate excavation activities with DWSD to meet inspection requirements. D. Protection of Persons and Property: Barricade open excavations occurring as part of the Work and post with warning lights. Operate warning lights during hours from dusk to dawn each day and as otherwise required. E. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. F. Do not use or operate tractors, bulldozers, or other power-operated equipment on paved surfaces when treads or wheels of which are so shaped as to cut or otherwise injure such surfaces. G. Restore all surfaces which have been injured by the CONTRACTOR's operations, to a condition at least equal to that in which they were found immediately before work commenced. Use suitable materials and methods for such restoration. H. Restore existing property or structures as promptly as practicable. I. No trees shall be removed outside excavated or filled areas, unless their removal is authorized by the OWNER / ENGINEER. The CONTRACTOR shall be responsible for damages, outside these areas. Trees left standing shall be adequately protected from permanent damage by construction operations. J. Protection for trees and shrubs designated by the OWNER / ENGINEER to be preserved shall include fences and boards lashed to trees to prevent damage by construction operations. No trees and shrubs designated to be preserved shall be trimmed without prior permission of the OWNER / ENGINEER. No material that needs to be stockpiled shall be placed against any trees. Only those trees and shrubs shall be removed which are in actual interference with excavation or grading work under this Contract and such removal shall be subject to approval by the OWNER / ENGINEER. However, the OWNER / ENGINEER reserves the right to order additional trees and shrubs removed at no additional cost to the OWNER / ENGINEER if such, in his opinion, are too close to the work to be maintained or have become damaged due to the CONTRACTOR's operations. K. Dust Control: Conduct all operations and maintain areas of activity, including sweeping and sprinkling of roadways, to minimize creation and dispersion of dust. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-5 L. Blasting will not be permitted. Obstruction shall be removed by non- impact equipment. The use of crane and ball or hydraulic ram for pavement removal is prohibited. Equipment or procedures that could generate significant vibration levels and compromise stability of sewers, all utilities and all other above and below grade structures will not be permitted. M. Remove existing signs, posts, catchbasin frames and grates, and manhole frames and covers, within construction path unless directed otherwise. Store at site designated by OWNER / ENGINEER. N. The CONTRACTOR shall prevent any damage to pipes, conduits, wires, cables and structures above or below ground. No land monuments or property markers shall be damaged or removed without the prior authorization of the OWNER / ENGINEER. 1.05 QUALITY ASSURANCE A. Tests: 1. Engage the services of a qualified testing laboratory to make tests and determine acceptability of the fill or material as listed below. Laboratory shall be acceptable to OWNER / ENGINEER. B. Required Tests: 1. Imported Fill Samples: Gradation, ASTM D 422. 2. In-situ Density Testing C. Permits and Regulations: 1. Obtain all necessary permits for work. Also obtain permits as required by local, state and federal agencies for discharging water from excavations and transport of material or equipment to the site. 2. Perform work in compliance with applicable requirements of governing authorities having jurisdiction, including the City of Madison Heights, Oakland County, and Macomb County. 3. Notify appropriate agencies, e.g. Miss Dig, prior to starting work, in accordance with all state and federal rules and regulations. 4. Obtain necessary permits to discharge groundwater created from any dewatering or pumping activities. D. Reference Standards: Comply with applicable provisions and recommendations of the following except as otherwise shown or specified. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-6 1. ASTM A 36, Specification for Structural Steel. 2. ASTM A 328, Specification for Steel Sheet Piling. 3. ASTM D 422, Method for Particle-Size Analysis of Soils. 4. ASTM D 1557, Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft 16/cu ft) (2,700 KN-m/cum). 5. ASTM D 2922, Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). 6. OSHA Standard, Title 29, Code of Federal Regulations, Part 1926, Section 650 (Subpart P - Excavations). PART 2 – PRODUCTS 2.01 SOIL MATERIALS A. Select granular fill material shall be used for backfilling of all excavations. Use well-graded granular material, MDOT IIA specification, free from organic matter. B. Graded Gravel shall be used for all pipe embedment and shall conform to the following gradation: Sieve Size Percent Passing by Weight 1 inch 100 3/4 inch 85 - 100 3/8 inch 50 - 80 No. 4 35 - 60 No. 40 15 - 30 No. 200 5 - 10 a. The gravel mixture shall contain no clay lumps or organic matter. The fraction passing the No. 4 sieve shall have a liquid limit not greater than 25 and a plasticity index not greater than 5. C. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone or natural or crushed sand, approved by OWNER / ENGINEER. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-7 D. Drainage Fill: Washed, uniformly graded mixture of crushed stone, or crushed or uncrushed gravel meeting MDOT 6A requirements. PART 3 - EXECUTION 3.01 INSPECTION A. Provide OWNER / ENGINEER with sufficient notice and with means to examine the areas and conditions under which excavating, filling, backfilling, and grading are to be performed. OWNER / ENGINEER will notify Construction CONTRACTOR if conditions are found that may be detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected in an acceptable manner. 3.02 TEST PITS A. Where ordered by OWNER / ENGINEER, excavate and backfill, in advance of construction, test pits to determine conditions or location of existing facilities. Perform all work required in connection with excavating, stockpiling, maintaining, sheeting, shoring, backfilling and replacing pavement for the test pits. B. No separate payment will be made for test pits. 3.03 EXCAVATION A. Perform all excavation required to complete the Work as shown, specified and required. Excavation is unclassified, and shall include all fill materials, native earth, sand, clay, gravel, boulders not requiring drilling and blasting for removal, concrete debris, decomposed rock, pavements, rubbish and all other materials within the excavation limits, except bedrock. B. Provide excavation protection system(s) required by ordinances, codes, law and regulations to prevent injury to workmen and to prevent damage to new and existing structures or pipelines. Unless shown or specified otherwise, protection system(s) shall be utilized under the following conditions. 1. Excavation Less Than 3 Feet Deep: Excavations in soil conditions where there is no potential for a cave-in may be made with vertical sides. Under all other conditions, excavations shall be sloped and benched, shielded, or shored and braced. 2. Excavations More Than 3 Feet Deep: Excavations shall be sloped and benched, shielded or shored and braced. 3. Excavation protection system(s) shall be installed and maintained in Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-8 accordance with drawings submitted per this specification. C. When excavations are made below the required grades, without the written order of OWNER / ENGINEER, they shall be backfilled with select granular fill or flow fill, as directed by OWNER / ENGINEER, at the expense of CONTRACTOR. D. Excavate to 3 inches below bottom of final manhole structures if mud mats or other working surfaces will be installed by the CONTRACTOR, and as required to provide working clearance and to allow adequate inspection for structures. E. Make no excavations to the full depth indicated when freezing temperature may be expected, unless the structures can be placed on non-frozen soil after the excavation has been completed. Protect the bottom of excavation from frost if placing of concrete is delayed. Should protection fail, remove frozen materials and replace with graded gravel, as directed, at no-additional cost to OWNER / ENGINEER. F. Excavate to widths that give suitable room for building structures or laying and jointing piping; furnish and place all sheeting, bracing, and supports; do all pumping, and draining and render bottom of excavations firm and dry and acceptable in all respects. G. Subgrades for roadways, structures and trench bottoms shall be firm, dense, and thoroughly compacted and consolidated; shall be free from mud, muck, and other soft or unsuitable materials; and shall remain firm and intact under all construction operations. Subgrades which are otherwise solid, but which become soft or mucky on top due to construction operations, shall be reinforced with crushed stone or gravel. The finished elevation of stabilized subgrades shall not be above subgrade elevations existing prior to demolition. H. Pavement cutting shall be by saw cutting or other methods satisfactory to the authorities having jurisdiction. Pavement breaking by a drop weight or other impact type equipment is prohibited.Pavement shall be removed and restored between existing construction or contraction joints, located at or outside the limits of excavation at intersecting streets or roads, except as shown or specified. I. Material Storage Stockpiles: Stockpile satisfactory excavated materials in approved areas, until required for backfill or fill. Place, grade and shape stockpiles for proper drainage. J. Locate and retain soil materials at least 50 feet away from edge of excavations. K. Stockpiles must be segregated between excavated materials and imported granular fill materials. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-9 L. Dispose of excess soil material and waste materials as specified hereinafter. 3.04 RELOCATION AND REPLACMENT OF EXISTING STRUCTURES A. Whenever the CONTRACTOR encounters certain unforeseen or unknown conditions pertaining to existing structures and is so ordered in writing, he shall do the whole or such portions of the work as he may be directed, to change the location of, remove and later restore, or replace such structures, or to assist the OWNER / ENGINEER thereof in so doing. B. Use care to avoid damage to materials when removing existing pipes or other structures. C. The structures to which the provisions-of the preceding two paragraphs apply include pipes, wires, and other structures which meet all of the following: (a) are not indicated on the Drawings or otherwise provided for, (b) encroach upon or are encountered near and substantially parallel to the edge of the excavation, and (c) in the opinion of the OWNER / ENGINEER will impede progress to such an extent that satisfactory construction cannot proceed until they have been changed in location, removed (to be later restored), or replaced. D. Remove fences that interfere with the CONTRACTOR's operations, and (unless otherwise specified) later restore them to at least as good condition as that in which they were found immediately before the work was begun, all without additional compensation. Restore fences as promptly as possible and not left until the end of the construction period. 3.05 UNAUTHORIZED EXCAVATION A. All excavation outside the lines and grades shown for any individual stage of excavation, and which is not approved by OWNER / ENGINEER, shall be immediately backfilled to the lines and grades shown for that stage at CONTRACTOR's expense. Unauthorized excavations shall be filled and compacted with select backfill by Construction CONTRACTOR at his expense. 3.06 TRENCH WORK AND PIPE LAYING A. No more trench shall be opened in advance of pipe laying than is necessary to expedite the work. One block or 400 feet, whichever is the shorter, shall be the maximum length of open trench on any line under construction. B. Except where tunneling is indicated on the drawings, is specified, or is permitted by the CONTRACTOR, all trench excavation may be open cut from the surface. C. The alignment and grade or elevation of each pipeline shall be fixed and determined from offset stakes. Vertical and horizontal alignment of pipes, Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-10 and the maximum joint deflection used in connection therewith, shall be in conformity with requirements of the section covering installation of pipe. D. Trenches shall be excavated to a width which will provide adequate working space and sidewall clearances for proper pipe installation, jointing, and embedment. Minimum trench widths shall be as follows: MINIMUM TRENCH WIDTHS Nominal Pipe Size Inches Minimum Trench Width inches Minimum Sidewall Clearance inches Less than 27 Pipe OD plus 24 12 E. Specified minimum sidewall clearances are not minimum average clearances but are minimum clear distances which will be required to the trench excavation or the trench protective system. F. Cutting trench banks on slopes to reduce earth load to prevent sliding and caving shall be used only in areas where the increased trench width will not interfere with surface features or encroach on right of way limits. G. Mechanical Excavation. 1. The use of mechanical equipment will not be permitted in locations where its operation would cause damage to trees, buildings, culverts, or other existing property, utilities, or structures above or below ground. In all such locations, hand excavating methods shall be used. 2. Mechanical equipment used for trench excavation shall be of a type, design, and construction, and shall be so operated, that the rough trench excavation bottom elevation can be controlled, and that trench alignment is such that pipe, when accurately laid to specified alignment, will be centered in the trench with adequate sidewall clearance. Undercutting the trench sidewall to obtain sidewall clearance will not be permitted. H. Except where otherwise required, pipe trenches shall be excavated below the underside of the pipe to provide for the installation of granular embedment. I. Artificial Foundations in Trenches: Whenever unsuitable or unstable soil conditions are encountered, trenches shall be excavated below grade and the trench bottom shall be brought to grade with suitable material. J. Bell Holes: Bell holes shall provide adequate clearance for tools and methods used in installing pipe. No part of any bell or coupling shall be in Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-11 contact with the trench bottom, trench walls, or granular embedment when the pipe is jointed. 3.07 DRAINAGE AND DEWATERING A. General: 1. Prevent surface and subsurface water from flowing into excava- tions and from flooding adjacent areas. 2. Remove water from excavation as fast as it collects. 3. Maintain the ground water level in excavations below the bottom of the excavation to provide a stable surface for construction operations, and to prevent damage to the Work during all stages of construction. 4. Provide and maintain pumps, sumps, suction and discharge lines and other dewatering system components necessary to convey water away from excavations. 5. Obtain OWNER / ENGINEER's approval before shutting down dewatering system for any reason. B. Standby Requirements for Dewatering: Provide standby equipment to ensure continuity of dewatering operations, if dewatering operations are required. C. Treatment and Disposal of Water Removed by Dewatering System: 1. Dispose of all water removed from the excavation in such a manner as not to endanger public health, property, or any portion of the Work under construction or completed, and in accordance with all applicable permits and laws. 2. Dispose of water in such a manner as to cause no inconvenience to Owner, OWNER / ENGINEER, or others involved in work about the site. 3. Convey water from the construction site in a closed conduit. Do not use trench excavations as temporary drainage ditches. D. Monitoring of Water Areas Affected by Construction Activities: 1. Monitoring of water areas affected by construction activities shall be the responsibility of, and be performed by, the CONTRACTOR. 3.08 GENERAL REQUIREMENTS FOR BACKFILL, FILL AND COMPACTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-12 A. Furnish, place and compact all backfill required for structures, trenches and to provide the finished grades shown and specified. B. Backfill excavations as promptly as Work permits, but not until completion of the following: 1. Inspection, testing, approval, and recording of locations of underground utilities. 2. Removal of shoring and bracing as allowed by the OWNER / ENGINEER. 3. Removal of trash and debris. C. Keep excavations dry during backfilling operations. Bring backfill around structures and piping up evenly on all sides. D. Subgrade surface shall be level, dry, firm and subject to OWNER / ENGINEER's approval. Do not place fill if any water is on the surface of area to receive fill. Do not place or compact fill in a frozen condition or on top of frozen material. Remove any fill containing organic materials or other unacceptable material and replace with approved fill material. E. Do not use granular fill containing lumps, pockets or concentrations of silt or clay, rubble, debris, wood or other organic matter. Fill containing unacceptable material shall be removed and disposed of. F. Unless otherwise specified or directed by OWNER / ENGINEER, fill shall be placed in horizontal loose lifts not exceeding 12 inches in thickness and shall be mixed and spread in a manner assuring uniform lift thickness after placing. G. Compact each layer of fill before placement of the next lift. H. Control the water content of fill material during placement within the rang e necessary to obtain the compaction specified. In general, the moisture content of the fill shall be within 3 percent of the optimum moisture content for compaction as determined by laboratory tests. I. Perform compaction of fill with equipment suitable for the type of material placed and which is capable of providing the densities required. Construction CONTRACTOR shall select compaction equipment and submit it and his proposed procedure to OWNER / ENGINEER for approval. J. Fill shall be compacted by at least four coverages of all portions of the surface of each lift by compaction equipment. One coverage is defined as the condition obtained when all portions of the surface of the fill material have been subjected to the direct contact of the compactor. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-13 K. Test the effectiveness of the equipment selected by Construction CONTRACTOR at the commencement of compaction by construction of a small section of fill within the area where fill is to be placed. If tests on this section of fill show that the specified compaction is not obtained, Construction CONTRACTOR shall increase the number of coverages, decrease the lift's thickness or obtain a different type of compactor. No additional cost to Owner shall be incurred. L. Perform backfill around structures using the specified procedures, except that within 10 feet of foundations and underground structures, light compaction equipment shall be used, with the gross weight of the equipment not exceeding 7,000 pounds. Provide equipment that is capable of the required compaction within restricted areas next to structures and around piping. M. If the specified densities are not obtained because of improper control of placement or compaction procedures, or because of inadequate or improperly functioning compaction equipment, the Construction CONTRACTOR shall perform whatever work is required to provide the required densities. This work shall include complete removal of unacceptable fill areas, and replacement and recompaction until acceptable fill is provided. N. Construction CONTRACTOR shall repair, at his own expense, any after- settlement that occurs. He shall make all repairs and replacements necessary within 30 days after notice from OWNER / ENGINEER or Owner. O. Particular care shall be taken to compact structure backfill which will be beneath pipes, drives, roads, parking areas, walks, curbs, gutters, or other surface construction or structures. 3.09 PIPE EMBEDMENT AND BASE STABILIZATION MATERIAL A. Embedment materials both below and above the bottom of the pipe, classes of embedment to be used, and placement and compaction of embedment materials shall conform to the requirements shown in these specifications. B. Embedment material shall conform to the requirements of graded grave listed in this specification, and will contain no cinders, clay lumps, or other material which may cause pipe corrosion. C. Pipe Embedment. 1. Class C Bedding. Class C bedding shall be used for all reinforced concrete and ductile iron pipelines. Class C requires a minimum of 3 inches of bedding material below the pipe bottom, and a minimum of D/6 above the pipe bottom, where D equals the outside dimension of the pipe. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-14 D. Placement and Compaction 1. Granular embedment material shall be spread and the surface graded to provide a uniform and continuous support beneath the pipe at all points between bell holes or pipe joints. It will be permissible to slightly disturb the finished subgrade surface by withdrawal of pipe slings or other lifting tackle. 2. After each pipe has been graded, aligned, and placed in final position on the bedding material, and shoved home, sufficient pipe embedment material shall be deposited and compacted under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper position and alignment during subsequent pipe jointing and embedment operations. E. Embedment material shall be deposited and compacted uniformly and simultaneously on each side of the pipe to prevent lateral displacement. F. Each lift of granular embedment material shall be vibrated with a mechanical probe type vibrator during placement to ensure that all spaces beneath the pipe are filled. Each lift of embedment material shall be compacted with a platform type vibrating compactor to at least 95% of maximum dry density as defined by ASTM D1557. G. Graded gravel fill necessary to replace subgrade materials disturbed and softened as a result of CONTRACTOR's operations shall be provided, placed and compacted at CONTRACTOR's expense. 3.10 SELECT GRANULAR FILL A. Provide select granular fill in the following locations: 1. Backfill all pipe trenches above pipe embedment. 2. Subgrade for roads and pavements as indicated in the drawings and specifications. 3. Backfill for all manhole structures and in temporary jacking shafts. 4. Where directed by OWNER / ENGINEER. B. Place fill in horizontal loose lifts of 12 inches maximum thickness. It shall be mixed and spread in a manner to assure uniform lift thickness after placing. C. The minimum density to be obtained in compacting the select fill shall be 95 percent of maximum density obtained in the laboratory in accordance with ASTM D 1557 Method C including Note 2. This percentage is of Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-15 Modified Proctor density. If the field and laboratory tests indicate unsatisfactory compaction, Construction CONTRACTOR shall provide the additional compaction necessary to obtain the specified degree of compaction. All additional compaction work shall be performed by Construction CONTRACTOR at no additional cost to Owner until the specified compaction is obtained. D. Select granular fill necessary to backfill unauthorized excavation shall be provided, placed and compacted at CONTRACTOR's expense. 3.11 GRADING A. General: Uniformly grade areas within limits of grading under this Section, including adjacent transition areas. Smooth subgrade surfaces within specified tolerances, compact with uniform levels or slopes between points where elevations are shown, or between such points and existing grades. B. Grading Outside Building Lines: Grade areas adjacent to building lines to drain away from structures and to prevent ponding. Finish surfaces free from irregular surface changes, and as follows: 1. Turfed Areas or Areas Covered with Gravel, Stone, Wood Chips, or Other Special Cover: Finish areas to receive topsoil or special cover to within not more than 1 inch above or below the required subgrade elevations. Areas to be re-sodded or seeded shall receive a minimum of 4 inches of topsoil. 2. Walks: Shape surface of areas under walks to line, grade and cross-section, with finish surface not more than 1 inch above or below the required subgrade elevation. C. Pavements: Shape surface of areas under pavement to line, grade and cross-section, with finish surface not more than 1/2 inch above or below the required subgrade elevation. D. Compaction: After grading, compact subgrade surfaces to at least 6 inches, and 95% of maximum dry density as defined by ASTM D1557. 3.12 PAVEMENT SUBBASE COURSE A. Place subbase course material on prepared subgrade in layers of uniform thickness, conforming to indicated cross-section and thickness. Maintain optimum moisture content for compacting subbase material during placement operations. 1. When a compacted subbase course is shown to be 6 inches thick or less, place material in a single layer. When shown to be more than 6 inches thick, place material in equal layers, except no Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-16 single layer more than 6 inches or less than 3 inches in thickness when compacted. 3.13 DISPOSAL OF EXCAVATED MATERIALS A. Material removed from the excavations shall be hauled away from the project site by the Construction CONTRACTOR and disposed of in compliance with ordinances, codes, laws and regulations at no additional cost to the Owner. 3.14 RESTORING AND RESURFACING EXISTING ROADWAYS AND FACILITIES A. Pavement, gutters, curbs, sidewalks or roadways disturbed or damaged by the CONTRACTOR's operations, except areas designated "New Pavement" or "Proposed Pavement", shall be restored by him at his own expense to as good condition as they were previous to the commencement of the Work and in accordance with applicable local and state highway specifications. B. During restoration, after shaping to line, grade, and cross section, the subgrade shall be compacted to a depth of at least 6 inches to 95%percent of maximum density at a moisture content in the range of 2 percent below to 2 percent above the optimum moisture content as determined by ASTM D1557. 3.15 TEMPORARY FENCING A. Furnish and install a temporary fence surrounding excavations and work area. Fence shall have openings only at vehicular, equipment and worker access points. B. The fence shall be a snowfence type enclosure, 48 inches high. Fence shall be constructed of vertical hardwood slats measuring 1-1/2 by 1/4-inch interwoven with strands of horizontal wire, or shall be of equivalent plastic construction. Posts shall be of steel, either U, Y, T or channel section, and shall have corrugations, knobs, notches or studs placed and constructed to engage a substantial number of fence line wire in the proper position. Posts shall have tapered anchors weighing 0.67 pounds or more, each firmly attached by means of welding, riveting or clamping. Posts shall have a nominal weight of 1/3 pound per linear foot exclusive of the anchor. Each post shall be furnished with a sufficient number of galvanized wire fasteners or clamps, of not less than 0.120-inch in diameter for attaching fence wire to the post. 3.16 TURF RESTORATION A. OWNER shall retain the right to specify topsoil or resodding, depending on the condition of the turf area prior to start of work, the season in which construction is completed, and the facilities surrounding the work area of concern. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-17 B. All established lawn areas cut by the line of trench or damaged during the work shall be resodded, after completion of construction, to the complete satisfaction of the property OWNER / ENGINEER and the OWNER / ENGINEER. All sod used shall be the same type as removed or damaged, shall be best quality, and, when placed, shall be live fresh growing grass with at least 1-1/2 inches of soil adhering to the roots. C. All sod shall be procured from areas where soil is fertile and contains a high percentage of loamy topsoil and from areas that have been grazed or mowed sufficiently to form a dense turf. D. Sod shall be transplanted within 24 hours from the time it is harvested, unless stacked at its destination in a suitable manner. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no event shall more than 1 week elapse between cutting and planting. E. Before placing sod, all shaping and dressing of the areas shall have been completed. After shaping and dressing, commercial fertilizer of a type acceptable to the OWNER / ENGINEER shall be applied uniformly in the manner and amounts recommended by the manufacturer, and harrowed lightly. Sodding shall follow immediately. F. All sodding shall be done during the period from March 15 to October 1, unless written permission is given by the OWNER / ENGINEER to extend the planting season. G. All cuts, fills, embankments, and other areas which have been disturbed or damaged by construction operations which are not to be re-sodded shall be surfaced with topsoil to a depth of at least 4 inches. Topsoil shall be of a quality at least equal to the existing topsoil in adjacent areas, free from trash, stones, and debris, and well suited to support plant growth. H. Final grades and surfaces shall be smooth, even, and free from clods and stones, weeds, brush, and other debris. 3.17 SETTLEMENT A. The CONTRACTOR shall be responsible for all settlement of backfill, fills, and embankments which may occur within the correction period stipulated in the General Conditions. B. The CONTRACTOR shall make, or cause to be made, all repairs or replacements made necessary by settlement within 30 days after notice from the CONTRACTOR or the OWNER / ENGINEER. 3.18 FIELD QUALITY CONTROL Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02200-18 A. Quality Control Testing During Construction: Except for gradation testing and other specific tests specified in the contract documents, materials testing quality assurance and control will be provided by the owner. The Construction CONTRACTOR shall at all times cooperate with and provide access to the owners testing agency. The Construction CONTRACTOR shall provide manpower and equipment to dig shallow test holes as directed by the OWNER / ENGINEER. B. Density field tests for trench backfill will be performed at a minimum of 50 foot intervals. Backfill for construction shafts, temporary jacking shafts, and other structures shall be tested for density after every other lift, with a maximum backfill between tests of 18 inches. C. If testing service reports or inspections show subgrade or fills are below specified density, provide additional compaction and testing at no additional expense to Owner. D. Backfill and the restoration of roads will be subject to inspection and regulation by the authority having jurisdiction and all work must be made satisfactory to such authority. END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02225-1 SECTION 02225 TEMPORARY EARTH RETENTION SYSTEMS PART1 - GENERAL 1.01 DESCRIPTION A. Scope 1. The CONTRACTOR shall furnish all labor, materials, services, equipment and shall excavate and install temporary earth retention systems. 2. The CONTRACTOR shall design, install, and be responsible for the temporary earth retention systems. The design of the excavation and retention systems shall be prepared by a registered professional engineer in the State of Michigan, employed by the CONTRACTOR. The CONTRACTOR shall be prepared to make changes to the excavation design to achieve compatibility with actual site conditions. 3. The CONTRACTOR shall monitor the performance of the excavation retention system as required. 1.02 QUALITY ASSURANCE A. The CONTRACTOR is responsible for quality control, including workmanship and material furnished by his subcontractors and suppliers. B. The following documents govern the work except where more restrictive requirements are specified: 1. City of Madison Heights Building Code. 2. Occupational Safety and Health Act (OSHA). 3. Naval Facilities Engineer’s Command Design Manual (NAVFAC D.M.) 701, 7.02, 7.03. 4. Comply with all Federal and State laws and regulations applying to the design and construction of shoring, bracing and excavation support systems. 5. N.B.S. Building Science Series 127 "Recommended Technical Provisions for Construction Practice in Shoring and Sloping Trenches and Excavations. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02225-2 C. Design The system design shall include but not necessarily be limited to the following: 1. The design shall show the coordination and sequence of construction, removal of obstructions and temporary dewatering. 2. The CONTRACTOR’S design shall include a review of the project site including above grade and below grade utilities and obstructions. 3. The design shall conform to earth pressure (including surcharge) from vehicular traffic, construction equipment, material storage, and adjacent structures. 4. The design computations shall show load, shear, moment and deflection diagrams. 5. The design shall show the type of bracing and method of installation. 6. The retention system design shall be checked for structural and movement adequacy for the planned construction sequence. 1.03 SITE CONDITIONS A. Soil borings were made during the design of this project at locations identified on the Drawings. Interpretation of all data and reports for construction purposes is the responsibility of the CONTRACTOR. B. Protection of Existing Structures: 1. Determine and verify the location of existing underground utilities and existing structures before starting excavation, temporary dewatering installation or piles operations. If utilities are to remain in place, provide protection from damage during excavation operations. 2. Existing inactive utility lines left abandoned shall be removed, drilled through, or cut as required to install the retention system without extra charge to the OWNER. 3. Should uncharted obstructions or incorrectly charted obstructions, or utilities be encountered during excavation operations, consult the ENGINEER immediately with the plan of procedure. Cooperate with the OWNER, and public or private utility companies in keeping their respective Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02225-3 service and facilities in operation. Repair damaged utilities to the satisfaction of the utility owner. 4. Do not interrupt existing utilities serving facilities occupied and used by the OWNER or others, except when permitted in writing by the ENGINEER, and then only after acceptable temporary utility services have been provided. 5. Protect all structures, pavement, underground utilities, and other construction from damage caused by excavation, bracing, shoring, and temporary dewatering operations, and prevent damage. C. Protection 1. Provide barrier protection for open excavation, surrounding structures, utilities, sidewalks, pavements, and other facilities from damage. 1.04 SUBMITTALS Submit the following. A. CONTRACTOR Qualifications: The excavation, bracing, and shoring shall be done by a Contractor with suitable equipment, competent personnel, and a reputation of satisfactorily performing the work. The CONTRACTOR shall have a minimum of five years successful experience and a minimum of five successful installations on projects of a similar size and scope to this project. Evidence of compliance with this section shall be submitted to the ENGINEER for review prior to entering into a contract for the work. B. A design for the Temporary Earth Retention System shall be submitted for record, sealed and signed by a registered professional engineer in the State of Michigan. C. Concrete and Grout Mix Design: Submit concrete mix and grout designs suitable for method of concrete and grout placement to ENGINEER and OWNER’S testing laboratory. D. Shop Drawings: 1. Steel Members: Submit shop drawings of all bracing, soldier pile and lagging elements, and internal bracing systems. 2. Installation Method: Submit detailed procedures of the excavation and bracing installation methods. 3. Submit an excavation plan of the details and the sequence of below ground construction, including methods of excavating obstructions, shoring and bracing systems. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02225-4 4. Internal Braces: Submit complete details on internal braces, connections to walers, methods of field adjustments, connections, and bracing removal procedures. 5. Engineering Calculations: Submit complete engineering calculations for all shafts for review by ENGINEER and OWNER. Engineering calculations shall be prepared by a Registered Professional Engineer in the State of Michigan. PART2 - PRODUCTS 2.01 STRUCTURAL STEEL A. ASTM A572 Grade 50 steel shapes and plates with high strength bolts (ASTM A325) and welds conforming to ASW D1-1, unless approved or noted otherwise on the drawings. B. LAGGING 1. Wood Materials: Mixed Oak, free from knots, shakes, etc. PART3 - EXECUTION 3.01 INSTALLATION A. Examine the areas and conditions under which retention system is to be installed and do not proceed with the work until unsatisfactory conditions have been corrected in an acceptable manner. B. Accurately locate all underground utilities prior to starting excavation, and take the required measures necessary to protect them from damage. C. Installation work and procedures shall conform to the shop drawings, engineering calculations, and testing and monitoring procedures. D. Coordinate installation with scheduled excavation work, geotechnical instrumentation, and temporary dewatering installation. E. General: Provide safe working conditions, to prevent shifting of material, to prevent damage to structures or other work, to avoid delay to the work, all in accordance with applicable safety and health regulations. Properly shore, brace and support all excavations which are not cut back to the proper slope and where shown. Meet the general trenching requirements of the applicable Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner 02225-5 safety and health regulations for the minimum shoring, sheeting and bracing for trench excavations. 3.02 EXCAVATION A. Excavated Material: Remove excavated material and dispose of it off site without violating local and federal laws. B. Protection of Excavation: 1. Maintain continuous protection of the excavation during construction outside and above the tops of the earth retention system and piers so that no slope stability and/or soil erosion can occur. 2. Sloped excavation shall be in accordance with slopes shown on the drawings. 3. Any surface flow from rains or water discharges shall be diverted from the excavation. 4. The excavation shall be dewatered as required. C. Shoring Removal: In general, remove bracing above the top of the pipe as the excavation is refilled in a manner to avoid the caving in of the bank or disturbance to adjacent areas or structures. 1. Carefully fill voids left by the withdrawal of the shoring by jetting, ramming or otherwise. 2. No separate payment will be made for filling of such voids. 3. Permission for Removal: Obtain permission before the removal of any shoring, or bracing. Retain the responsibility for injury to structures or to other property or persons from failure to leave such shoring and bracing in place even though permission for removal has been obtained. 3.03 INTERNAL BRACING INSTALLATION A. Perform internal bracing installation as required and in accordance with ENGINEER’S approved submittal. END OF SECTION 02300-1 SECTION 02300 AUGER BORING PART 1 – GENERAL 1.01 DESCRIPTION A. Scope: If the project is constructed using auger boring methods, this section will apply. This Section includes designing and implementing acceptable auger boring system methods and procedures; providing, erecting and operating acceptable auger boring labor and equipment to complete the installation of underground piping systems; providing and installing casing pipe, casing/carrier pipe, carrier pipe, supports, mats, joints, joint materials, fasteners and accessories; grouting; and protecting adjacent private and public property, utilities and services affected by the boring and jacking work. B. Related Work specified elsewhere: Section 02220: Excavation and Backfill 1.02 QUALITY ASSURANCE A. Auger Boring Methods: The CONTRACTOR shall be responsible for the complete design of all methods used for auger boring including the implementation of all materials, tools, labor, and equipment proposed for use in the Work. B. Finished grades shall be within 1.0 inch per 100 lineal feet of design and not more than 2.0 inches total. C. Alignment of tunnel shall be within 2 inches per 100 feet and within 2 inches total of plan alignment. D. Maximum allowable infiltration shall not exceed 20 gallons per inch of diameter per 500 feet of pipe per 24 hours for the individual runs. E. Method of testing and measurement for tolerances shall be approved by the OWNER. Provide the necessary equipment and labor for making such tests and measurements. Costs for this testing and measurement shall be incidental to the bid price of the completed tunnel. F. Submit horizontal and vertical profile data every 100 linear feet during installation of primary lining and every 40 linear feet during installation of secondary lining. 02300-2 G. Surface Settlement: The maximum allowable surface settlement is less than 1 inch. Restoration of any damage in areas where settlement is greater than 1 inch or greater is the entire responsibility of the CONTRACTOR, including the damage caused by the first 1 inch. H. Grouting: The CONTRACTOR shall be responsible for the complete design of all methods used for grouting including the implementation of all materials, tools, labor, and equipment proposed for use in the Work. Grouting is defined as the preparation of a mixture of Portland cement, flyash and water to be pumped into annular space or voids. 1. Locations for grouting: A. Tunnels: To fill the annular space (voids) between casing and carrier pipe. 2. Accurately measure water volume for grout mixes using flow meters that are calibrated at the start of work and weekly thereafter. 3. Perform grouting operations in the presence of the ENGINEER. I. Requirements of Regulatory Agencies 1. Federal, State and Local Regulations: Conform to the requirements of all federal, state and local regulatory agencies having jurisdiction. 2. Occupational Health and Safety Requirements: Conform to the requirements of the Michigan State Department of Labor, Construction Safety Standards Commission Construction Standard, Part 14; Tunnels, Shafts, Caissons and Cofferdams, and the Michigan State Department of Public Health, Occupational Health Standards Commission, Occupational Health Standards, Part 2; Tunnels, Shafts, Caissons and Cofferdams. J. Reference Standards ASTM – American Society for Testing and Material AWWA – American Water Works Association 1.03 SUBMITTALS A. Detailed Plans and Shop Drawings: Prior to beginning any Work, prepare and submit to the ENGINEER detailed plans, shop drawings and calculations showing the limits of the proposed Work; the materials, equipment and methods of construction proposed for use; the location of shafts, pits and/or tunnels to be constructed; and methods to be implemented for protection of personnel, excavations and adjacent structures, property and utilities; proposed casing and carrier pipes, etc. Calculations shall be prepared by a Professional Engineer registered in the State of Michigan. 02300-3 B. Submit details of materials and equipment to be used for each grouting operation at least 30 days prior to commencement of the work for approval. C. Submit details of work methods and sequence to be used for each grouting operation at least 30 days prior to commencement of the work for approval. 1.05 SITE CONDITIONS A. Soil borings were made during the design of this project at locations identified on the Drawings. The logs of the borings for this project are provided as an exhibit in the Specifications. B. Soil borings drilled for this Project were backfilled with a mixture of cement and soil cuttings as indicated in the Report on Geotechnical Investigation. C. Soil Conditions: Where soil conditions or obstructions are encountered that prevent the completion of auger boring work started or in progress, develop and submit to the ENGINEER for review alternate methods of performing the Work. D. Protection 1. Personnel: Provide all structures, safety equipment and professional services required to provide for the health and safety of the general public and of personnel involved in auger boring Work in accordance with the requirements of the regulatory agencies having jurisdiction. 2. Property, Utilities, and Structures: Take all measures necessary to protect surrounding public and private property, adjacent buildings, roads, drives, sidewalks, drains, sewers, utilities, structures, and appurtenances from damage due to auger boring Work. Responsibility and payment for correction of such damage shall be the sole responsibility of the CONTRACTOR. PART 2 - PRODUCTS 2.01 MATERIAL A. Casing/Carrier Pipe 1. Steel Pipe: ASTM A252, Grade 2, welded and seamless steel pipe of size and wall thickness as determined by CONTRACTOR. ASTM A53, Type E or Type S, Grade B, or ASTM A139, Grade B, electric fusion (arc) welded type of size and wall thickness as determined by CONTRACTOR. Provide smooth interior. Weld joints to form a leakproof continuous pipe. 02300-4 B. Grouting Materials 1. Portland cement, flyash and water mixture. Bentonite will be added in some cases as specified. In certain conditions, a cement, sand and water mixture may be used with approval from the ENGINEER. 2. Water: potable water. 3. Cement: ASTM C 150 Type 1. Furnish cement used for grouting in 94-lb. moisture resistant bags. Store cement bags in a waterproof temporary structure at the site of the work. 4. Bentonite: Commercially processed, powdered montmorillonite clay meeting the requirements of the American Petroleum Institute Specification 13A. 5. Grout fluidizers, accelerators or other admixtures shall not be used without a written permission of the ENGINEER. 6. Flyash: ASTM C618 Type F, as specified in Section 03300 Cast-in-Place Concrete. Furnish flyash for grouting in 70 pounds moisture resistant bags. Store flyash bags in a waterproof temporary structure at the site of the work. 7. Grout Mix: i. For tunnels or bored and jacked pipes: 3:1 mix by volume of water to cementitious material or 22.5 pounds of water per 96 pounds of cement/flyash. The cement/flyash ratio may vary from 1:1 to 1:3 depending on the stiffness required. No bentonite shall be added without a written permission of the ENGINEER. ii. The CONTRACTOR may vary the grout mix in the field according to specific site conditions with approval from the ENGINEER. iii. Alternative grout mixes will be evaluated and considered when proposed by a CONTRACTOR. PART 3 - EXECUTION 3.01 CONTRACTOR’S VERIFICATION A. Grades, Lines, and Levels: Prior to performing any auger boring operations, verify the grades, lines and levels to which the new Work is to be installed. Any auger boring work required to adjust grades, lines and levels after Work has started will be at the expense of the CONTRACTOR performing the Work. B. Existing Structures and Utilities: Prior to beginning any auger boring work, verify in the field the location of existing structures and active utilities scheduled to remain and requiring protection from damage because of the Work. Notify the ENGINEER where such conditions directly affect the progress of the Work. 02300-5 3.02 PREPARATION A. Layout of the Work: Stake, mark and layout the Work using suitable stakes and markers to facilitate verification of grades, lines, levels, and locations of the Work to be performed in a manner acceptable to the ENGINEER. From reference points established by the ENGINEER on the surface of the ground, carry line and grade down to the bottom of each shaft. Perform the Work to the line and grades established using methods acceptable to the ENGINEER. Protect such reference points throughout the progress of the Work. B. Examination of Materials: Prior to performing any auger boring work, examine all pipe for damage due to fabrication, shipment or handling. Inspect pipe for cracks, breaks, bends, dents, broken ends or other damage which might affect the structural integrity, performance requirements, or jointing as shown on the Plans, specified herein or as directed by the ENGINEER. Defective pipe shall be rejected by the ENGINEER and shall be removed from the Work and replaced with acceptable pipe at the expense of the CONTRACTOR. 3.03 PERFORMANCE A. Sheeting, Shoring and Bracing: Furnish, install and maintain throughout the progress of the Work, such sheeting, shoring, and bracing in tunnels, shafts and trenches as may be required for safety of workmen, for protection of the Work and adjacent structures, and for issuance of applicable agency permits. Design of earth supports shall be the responsibility of the CONTRACTOR and shall be as required by the nature of the soils encountered. Supports shall be dimensioned and spaced as to prevent caving, loss of earth or squeezing within the neat lines of the excavation. Supports shall effectively restrain movement of the adjacent soil. B. Excavation 1. General: Excavate as required to perform all auger boring work to the grades, lines and levels indicated on the Plans and as specified herein. Construct approach trenches, pits and shafts of sufficient length and width to accommodate the equipment being used, the pipe units to be placed and the manpower working. Provide guide timbers on rails in the bottom of the trenches, pits and shafts for keeping the Work on line and grade. 2. Auger Boring: Perform excavation from inside casing pipe. The front of the casing pipe shall be provided with mechanical arrangements or devices that shall positively prevent the auger from leading the pipe so that no unsupported excavation is ahead of the casing pipe. The pipe shall precede the auger or earth-cutting equipment. 3. The auger and cutting head arrangement shall be removable from within the pipe in the event an obstruction is encountered. If the obstruction 02300-6 cannot be removed without excavation in advance of the casing pipe, the CONTRACTOR shall notify the ENGINEER immediately. 4. The over-cut by the cutting head shall not exceed the outside diameter of the casing pipe by more than ½ inch. If voids should develop or the bored hole diameter is greater than the outside diameter of the pipe (plus coating) by more than approximately 1 inch, grouting or other methods approved by the ENGINEER, shall be employed to fill such voids. 5. The face of the cutting head shall be arranged to eliminate the free flow of soil. 6. Attach a steel cutting edge or shield to the front section of the lead pipe to form or cut the required opening, if necessary. 7. Repair damage to existing structures and utilities due to ground movement during tunneling operations including dewatering operations during tunnel construction at no additional cost to the Owner. 8. Removal and replacement or realignment of tunnels, water mains, utility lines, irrigation systems, signs, pavement, sidewalk, and other miscellaneous items may be required at tunnel shaft locations. Include the cost of this work in the bid price of the completed tunnel unless otherwise specified C. Casing Pipe Installation Use the types and sizes shown on the Plans. Place pipe to the lines and grades indicated on the Plans. Use care to not damage pipe, joints or joint material. Use plywood or other protective joint spacer material to distribute pushing or pulling loads evenly around joints. Completely fill voids between outside pipe wall as specified under Contact Grouting. D. Carrier Pipe Installation General: Use the types and sizes shown on the Plans. Place pipe to the lines and grades indicated on the Plans. Use care to not damage pipe, joints or joint material. Carefully handle and lower concrete pipe into tunnel to prevent damage to pipe. Transport pipe in tunnel by rail or other method which will prevent damage to the pipe. Use devices which will pull the pipe together fully with a uniformly distributed load around the joint and without damaging the joint. Remove from the tunnel and the project any pipe which are defective or become damaged at any time including after installation. 02300-7 Install carrier pipe within casing pipe. Use white oak skids wired to carrier pipe. Use a minimum of two (2) skids per pipe length such that carrier pipe bells or joints do not bear against casing pipe. Skids shall be notched to prevent wire from riding against the casing pipe. E. Backfilling / Grouting 1. Excavations beyond the neat lines of the pipe shall be grouted as specified in this section. Any voids judged by the ENGINEER to exist behind such construction shall be grouted. Fill all voids with a grout mixture as specified in this section. Install grout mixture under pressure from the pipe interior through threaded grout holes in pairs every 16 feet piercing the pipe wall or from the ground surface through insertion pipes. 2. Carrier Pipe: After successful testing of the carrier pipe, grout the remaining space between the carrier pipe and the casing pipe as specified in this section. 3. Jacking Pit/Approach Trench/Shaft: After the casing and carrier pipe have been installed and approved by the ENGINEER, the CONTRACTOR shall backfill the jacking pits, approach trenches or shafts. The jacking pits, approach trenches or shafts shall be considered as open cut trench and shall be backfilled as specified in Section 02210, Excavation and Backfill. 4. During all grouting operations, monitor all adjacent sewers, structures or other utilities for evidence of grout intrusion. 5. If intrusion is encountered, immediately stop grouting, notify the owner of the affected line. Remove grout as directed by the owner of the affected line. 3.04 ALTERNATE METHODS If unable to maintain line and grade or to maintain jacking operations due to pipe freeze-up, propose alternate methods of construction. 3.05 TESTING After installation, the pipeline shall be tested and inspected in accordance with Contract requirements END OF SECTION Nowak & Fraus Engineers Job I999 SECTION 02550 TRAFFIC CONTROL PART 1 GENERAL: 1.1 SUMMARY A. This Section shall include all work, materials, labor, and equipment necessary to provide temporary barricade(s), sign placement, implement detour information, and traffic control devices to maintain and protect vehicular and pedestrian traffic from open trenches, excavations, equipment, obstructions, construction areas, and other hazardous conditions. B. All work under this section shall be in accordance with the general and specific requirements of the Michigan Department of Transportation (MDOT) Standard Specifications for Construction, and the current Michigan Manual of Uniform Traffic Control Devices (MMUTCD). C. The work described in this section shall be coordinated with all special provisions specified in all work permits listed under this contract. D. The equipment and devices listed in this section are intended to be furnished, installed, and removed by the Contractor and used temporarily until the work described in this contract is completed. The traffic control devices are not being retained by the Owner. The Contractor may procure or rent said devices or utilize a subcontracting company specializing in traffic management or barricading services. E. This section does not relieve the Contractor of any legal responsibilities or liabilities for the safety of the public. When equipment and materials to be used in the work zone are located within the right-of-way of any street or road, the traveling public shall be safeguarded by suitable and sufficient signs, lights, barricades, or other means furnished and maintained by the Contractor. F. Related Requirements 1. Section 01000 – General Specifications 1.2 MEASUREMENT AND PAYMENT A. Traffic Control, ………LSUM Traffic Control shall be paid for at the contract bid price per lump sum for the work described in the contract specifications and drawings. The following work items shall be included in the contract bid price per lump sum for Traffic Control, unless otherwise described: 1. Maintenance of Traffic (MOT) Plan for the construction influence Area. 2. ADA Work Plan for Maintaining traffic in the construction influence Area 3. Furnish, install, and remove all traffic control devices required, including temporary signs, barricades, channelizing devices, temporary pavement markings, barriers, lighted arrow and message boards, lighting, supports and stabilizing hardware, and all other items described herein. Nowak & Fraus Engineers Job I999 B. Any allowances in result of field changes to traffic control placement, such as placement adjustment, additional devices as directed by the Authority having jurisdiction, modifications or changes, shall be included in the contract bid price 1.3 REFERENCES A. Abbreviations and Acronyms 1. CIA – Construction Influence Area 2. ADA – Americans with Disability Act 3. ATSSA – American Traffic Safety Services Association 4. MDOT – Michigan Department of Transportation 5. MOT – Maintenance of Traffic 6. MMUTCD – Michigan Manual of Uniform Traffic Control Devices B. Definitions 1. Construction Influence Area (CIA) - The project and the area surrounding the project, as shown on the plans which has been determined by the Municipality to define the limits of responsibility for traffic control as specified herein. 2. Traffic Control Devices - Signs, signals, lighting devices, barricades, delineators, pavement markings, traffic regulators and all other equipment shown on the plans or determined by the Engineers as necessary for protecting and regulating traffic. 3. Local Traffic – Vehicular and pedestrian movement that has an origin or destination within the CIA. 4. Project Limits - The boundaries of the area in which the items under contract are being placed. 5. Traffic Lane - The portion of the traveled way for the movement of a single line of vehicles. 6. Traffic Regulator - A person properly dressed and equipped with the necessary signs as specified in the current Michigan Manual of Uniform Traffic Control Devices. C. Reference Standards 1. MMUTCD – Current Edition 2. MDOT – 2020 Standard Specifications for Construction 3. ATSSA – Quality Standard for Work Zone Traffic Control Devices 1.4 SUBMITTALS A. Comply with Specification Section 01300. B. Traffic Maintenance Plan(s), also known as “Maintenance of Traffic” (MOT) plans for each project area when any traffic lane is needed to be closed or establishing a temporary one-way traffic operation. The following information shall be included on the plan: 1. Street Names 2. Lane and Direction information. 3. Location of proposed lane closure, road closure, or impacted CIA. 4. Known facilities impacted such as metered parking spots 5. Placement, distance, and orientation of proposed traffic control devices 6. Modifications to existing traffic signal placement or timing (if required) C. ADA Work Plan (may be incorporated with a Traffic Maintenance Plan), containing the following information: Nowak & Fraus Engineers Job I999 1. Street names 2. Known pedestrian routes including sidewalks, trails, bicycle routes and similar facilities. 3. Clearly show detours and outline the access and routes around the project work area. 4. Representation of traffic control devices and placement where required. D. Safety Supervisor Designation 1. Written document containing contact information of a Contractor designated Safety Supervisor for traffic control devices. This information will be made known to municipal emergency authorities in order for immediate communication needed for emergencies, overnight, non-work periods, and holiday periods at such times where construction operations are not in progress. 1.5 QUALITY ASSURANCE A. All traffic control devices and materials including signs, barricades, vertical panels, drums, warning lights, arrow boards, and changeable message signs shall meet the requirements of American Traffic Safety Services Association (ATSSA) “Quality Standard for Work Zone Traffic Control Devices.” B. Temporary traffic control devices must meet the design requirements of the MMUTCD, Part 6, Materials Quality Assurance Procedures Manual. C. Temporary traffic control devices must meet the design requirements of the MDOT 2020 Standard Specifications for Construction, Section 922 – Temporary Traffic Control Materials. 1.6 ADMINISTRATIVE REQUIREMENTS A. Coordinate work under this Contract with authorities having jurisdiction. B. Load restrictions: 1. Comply with all legal load restrictions when hauling materials on public roads. C. Follow all special provisions and procedures listed in issued Permit(s). 1.7 DELIVERY, STORAGE, AND HANDLING A. No materials or equipment shall be stored within 15 feet of a traveled roadway, unless otherwise provided or specifically authorized. B. Equipment and material stored in a designated roadway shall be marked at all times. C. Equipment stored between the side ditches or within 5 feet behind any raised curbs shall be clearly marked with a lighted device at all times. 1.8 FIELD OR SITE CONDITIONS A. Changes to Traffic Control Device Placement or Deviations from Approved Plans. 1. Submit a request or proposed plan revision to the Engineer, or authority having jurisdiction. Additional traffic control devices with in the CIA required because of approved deviations from stage construction shall be furnished, installed and Nowak & Fraus Engineers Job I999 maintained by the Contractor at no additional cost to the Municipality, and must be properly placed before any such deviating stage construction can commence. B. Adjustments to placement of traffic control device(s) may be required if observed vehicular traffic or pedestrian traffic are not abiding to intended plan. 1.9 WARRANTY A. Not Used. PART 2 PRODUCTS: 2.1 MATERIALS A. Temporary Concrete Barrier and Endings a. In accordance with MDOT 2020 Standard Specification for Construction Section 922 b. Includes concrete barrier, endings, and associated hardware and impact attenuators must meet or exceed NCHRP-350 Test Level 3 or MASH Test Level 3 requirements. B. Temporary Guardrail a. In accordance with MDOT 2020 Standard Specification for Construction Section 922 C. Temporary Pavement Markings a. In accordance with MDOT 2020 Standard Specification for Construction Section 922 b. Includes painted lines, pavement marking tape, and temporary raised pavement markers. 2.2 EQUIPMENT A. Temporary Signs 1. Sign Panel and Supports a. In accordance with MDOT 2020 Standard Specification for Construction Section 922 2. Reflective Sheeting a. In accordance with MDOT 2020 Standard Specification for Construction Section 922 3. Legend a. In accordance with MDOT 2020 Standard Specification for Construction Section 922 4. Sign Covers a. In accordance with MDOT 2020 Standard Specification for Construction Section 922 5. Regulator hand-held signs shall be double-faced in accordance with MDOT’s “R1-1a” Stop/Slow warning sign present at each end of the CIA. Red flags are permitted for emergency use only. Between sunset and sunrise, regulator signs are required to be illuminated and may include the use of a red glow cone. Nowak & Fraus Engineers Job I999 B. Channelizing Devices 1. All channelizing devices including cones, drums, and type III barricades shall meet reflective sheeting requirements in accordance with MDOT 2020 Standard Specification for Construction Section 922 a. Cones 1) Color: Orange 2) Minimum Height: 28 Inches 3) Impact resistant material that minimizes damage to vehicular collisions. b. Drums 1) Color: Orange 2) Low-Density Polyethylene 3) Drum Striping meeting MDOT WZD-125 c. 42-Inch Channelizing Devices 1) In accordance with MDOT 2020 Standard Specification for Construction Section 922 d. Temporary Tubular Markers 1) In accordance with MDOT 2020 Standard Specification for Construction Section 922 e. Type III Barricades 1) In accordance with MDOT 2020 Standard Specification for Construction Section 922 f. Temporary Delineator Panels and Flexible Delineators. 1) In accordance with MDOT 2020 Standard Specification for Construction Section 922 C. Temporary Lighting Devices 1. Lighted Arrow, Types B and C a. In accordance with MDOT 2020 Standard Specification for Construction Section 922 2. Warning Lights a. In accordance with MDOT 2020 Standard Specification for Construction Section 922 3. Portable Changeable Message Signs a. In accordance with MDOT 2020 Standard Specification for Construction Section 922 D. Temporary Traffic Signals and Street Lighting 1. In accordance with MDOT 2020 Standard Specification for Construction Section 922 E. Temporary Portable Traffic Signal System 1. In accordance with MDOT 2020 Standard Specification for Construction Section 922 F. Traffic Regulator Regulator Equipment 1. MDOT R1-1a Stop/Slow Sign and Stop/Slow Sign Paddle. 2. High Visibility Safety Apparel 3. Traffic Regular Apparel 4. Two-Way Handheld Radio Communication System G. Temporary Bridges Nowak & Fraus Engineers Job I999 1. Bridges over pavement shall be of a design approved by a licensed Engineer in the State of Michigan. The length of pavement gaps shall be directed by the Engineer and haps shall remain open until the adjacent concrete pavement has attained a modulus of rupture of at least 550 p.s.i. PART 3 EXECUTION: 3.1 EXAMINATION A. Review the maintenance of traffic plans and specifications prior to the start of work. B. Existing warning and regulatory signs in the CIA shall not be taken down but shall be maintained during the progress of the work in their approximate normal position. 3.2 PREPARATION A. Furnish, fabricate, and transport all traffic control devices and materials to the designated storage location, yard, or staging area in the project area. B. Clean, repaint, re-reflectorize, or replace any traffic control devices that do not meet visibility or legibility material requirements. This shall include materials damaged by ultraviolent light, scratches, delamination, dust or debris coverings, and/or peeling. C. In locations where traffic is to be maintained over pavement to be removed during a succeeding stage of construction, breaking operations shall not begin until immediately before pavement removal. 3.3 INSTALLATION A. Place, Install, and/or implement traffic control devices for vehicular and pedestrian traffic in the construction influence area (CIA) in accordance with approved traffic control plans or typical standard detail. 1. All Warning Signs shall meet the following placement criteria: a. Any sign placed during the hours of darkness shall be adequately lighted with at least one (1) yellow, battery operated flashing light. b. All Warning signs in use during hours of daylight may be supplemented with high-level warning devices consisting of fluorescent orange flags positioned above the signs. c. Placed on all cross streets and intersections where construction activities may be encountered. 2. Local Traffic Requirements: a. In all cases, provide and maintain in a safe condition, including snow and ice removal, such driveways, temporary roadways, bypasses, sidewalks, or temporary structures as may be necessary to provide vehicular and pedestrian ingress and egress for the public adjacent to the improvements. b. Provide free access to all municipal, commercial, residential entrances, fire hydrants, and water and gas valves located in the CIA. 3. Through Traffic Requirements: a. Maintain the planned detour for through traffic. b. Provide access to all emergency vehicles. Nowak & Fraus Engineers Job I999 c. Maintain the street affected by the CIA being used by traffic, including periods of suspension of the work. d. Provide access to the jurisdiction having authority in the CIA. e. Provide and implement temporary ramps, bridges, and trench crossings necessary to accommodate through traffic and the general public. 4. Traffic Control Requirements: a. Remove or Cover Detour signs when not in use to avoid confusion. b. If existing regulatory or warning signs need to be relocated or modified, provide suitable supports and modify in accordance with the approved traffic control plan. Where deviations are required, obtain approval of the Engineer or the authority having jurisdiction. Maintenance of existing traffic control devices remain the responsibility of the maintaining agency. c. The function of existing ‘Stop’ or ‘Yield’ signs shall be retained at all times regardless on whether their position needs to be modified. d. Existing signs that need to be relocated laterally shall be in accordance with the MMUTCD. e. Restore all relocated or modified signs to the existing condition prior to construction. f. When required to divert flow of traffic from normal channel to another channel, the channel for such diverted traffic shall be clearly marked with cones, drums, barricades, vertical panels, pavement markings, and/or flashing arrow panel(s). This method of marking shall also be used where work is being done adjacent to the part of the roadway in use by the public or where work is being done on the shoulder where the roadway is being used by the public. 5. Pedestrian or Non-motorized Traffic Control Requirements: a. Maintain all facilities in accordance with the Americans with Disability Act. Temporary facilities shall be equivalent to or better than the route a person would have encountered prior to construction activity. b. Close and detour any sidewalk ramps and crosswalk areas to pedestrian traffic that are impacted by the work. c. Provide temporary pedestrian covers on existing signal heads when a crosswalk or ramp is affected. d. Keep sidewalk areas clear of any equipment or materials at all times on sidewalks intended to be open to pedestrian traffic. 6. Conduct operations and use of equipment in order to provide two-way traffic throughout the entire length of the project. When one-way traffic through a construction area is required, provide a Traffic Regulator at each end of the one-way section. Traffic Regulators shall communicate using a two-way radio communication device. B. Regulate all one-lane, two-way traffic with a minimum of two (2) traffic regulators 1. Traffic Regulators are required to maintain constant communication in the CIA at the opposite ends of each restricted area. 2. Regulate vehicular traffic entering and exiting the one-way restricted CIA in accordance with MMUTCD. A reflectorized hand-held sign doublefaced with the signs MDOT “R1-1a” ‘Stop’ and ‘Slow’ present at each end of the CIA. Red flags are permitted for emergency use only. Between sunset and sunrise, regulator signs are required to be illuminated and may include the use of a red glow cone. Nowak & Fraus Engineers Job I999 3. In lieu of flaggers (regulators), the Contractor may furnish, install, and operate a temporary traffic signal or signals to regulate traffic, approved by the Engineer or Authority having Jurisdiction. C. At specific locations shown on the plans where special problems in handling of through traffic are involved, the construction shall be by the part-width method, one lane at a time or half of an intersection at a time while through traffic is being maintained on the remaining lanes and shoulders. Temporary widening and surfacing of the shoulders may be required. D. Intersections of minor roads and streets, where traffic can be taken care of reasonably by temporary re-routing, the crossing may be closed upon approval of the Engineer or Authority having jurisdiction. E. All moving equipment operating in traffic areas shall operate with headlights turned on or a safety beacon or safety strobe system turned on. F. Temporary Roads and Shoulder 1. Where shoulders, detours and/or temporary roads are used to maintain traffic, they shall be graded, surfaced and treated for dust at such times and locations and in such amounts as directed by the Engineer. 2. The roadway shall be graded and maintained in a condition satisfactory for traffic during the construction of the project. Should the construction work be suspended due to weather conditions or for any other reason, sufficient labor, materials and equipment shall be ready for immediate use at all times for proper maintenance. 3. When temporary road and drives are no longer needed, they shall be removed as part of this work. Restoration shall be considered incidental to the Contract unless a provision is provided elsewhere in this Contract. No additional compensation will be allowed. G. Lighting Requirements: 1. Where specified, furnish and install lighting devices on signs or traffic control devices. 2. When the shoulders at the edges of pavement are low, high, soft or rough, while maintaining traffic on pavement, place and maintain a sufficient number of approved lighted devices to warn traffic adequately during the hours of darkness. 3. Lights shall be placed along the edge of the pavement with a maximum distance of 50 feet between lights or as specified by the Engineer. 4. Lights shall be spaced more closely on curves, at intersections and/or where required. H. Temporary or permanent traffic signs, in addition to those placed within the CIA by the contractor may be placed within the CIA by the municipality or another contractor working in the same area or on an adjacent project, or other authorized agency, when approved by the Engineer. Such temporary or permanent signs shall only be those required for the safety and direction of traffic because of operations other than the Contractor's operations. Such signs shall be the responsibility of the agency placing them and shall be protected from damage and shall not be removed unless authorized by the Engineer. Nowak & Fraus Engineers Job I999 3.4 FIELD QUALITY CONTROL A. Not Used. 3.5 NON-CONFORMING WORK A. When traffic control devices are deficient, inadequate, or improper, or conditions within the CIA are such that safety is adversely affected, the Contractor is required to take corrective action. B. A stop-work order may be issued by the Owner or Engineer if the Contractor fails to comply promptly with unsafe conditions. C. Failure to provide ingress or egress to police and emergency responding services. 3.6 MAINTENANCE A. Clean all traffic control devices free from dust, contaminants, or foreign debris in order to maintain legibility and refractory properties of devices among the public. B. Replace all detour signs, traffic control signs, barricades, construction lighting, and all other traffic control devices whenever damaged, stolen, or vandalized. END OF SECTION Nowak & Fraus Engineers Job I999 SECTION 02734 MANHOLE REPAIR PART 1 GENERAL: 1.1 SUMMARY A. This Section shall include all work, materials, labor, and equipment necessary to repair deteriorated or structurally failed manhole components including, but not limited to frame, cover, adjustment section, chimney section, and masonry repair in accordance with the project drawing details. B. Related Requirements 1. Section 02730 – Open-cut Sewers 2. Section 02731 – Open-cut Sewers Pipe Material 3. Section 02735 – Cementitious Patching and Infiltration Control for Manholes 4. Section 02736 – Cementitious Monolithic Interior Manhole Linings 5. Section 02737 – Polymer Monolithic Interior Manhole Linings 6. Section 02738 – Thermoplastic Sheet Lining Systems for Sewer Manholes 1.2 MEASUREMENT AND PAYMENT A. Sanitary Structure Repair, Type [Num]……………………………………………EA Manhole repair shall be paid for at the contract bid price per each manhole repaired, in accordance to the type indicated on the contract drawings and details. The following work items shall be included in the contract bid price, unless otherwise described. 1. Remove existing surfacing in accordance with the contract drawings 2. Remove existing frame and cover 3. Salvage existing frame and cover, if required 4. Demolition of deteriorated materials 5. Construct manhole adjustment, chimney, or riser section in accordance with the contract drawings 6. Installation of seal rings, butyl seals, and bolt down hardware in accordance with the contract drawings. 7. Install new frame and cover in accordance with the contract drawings. 8. Temporary pavement, if required. 9. Restore surfacing, including pavement if required. 10. Clean Manhole from demolition debris as described herein. 11. MACP Inspection 12. All additional items described herein as incidental to the work. 1.3 REFERENCES A. Abbreviations and Acronyms 1. ASTM – American Society for Testing and Materials 2. CSE – Confined Space Entry / Entrance 3. EGLE – State of Michigan Department of Environment, Great Lakes, and Energy. Nowak & Fraus Engineers Job I999 4. MIOSHA – Michigan Occupational Safety and Health Administration 5. NASSCO – National Association of Sewer Service Companies B. Reference Standards 1. OHSA a. OSHA Standard No. 1910.146 – “Occupational Safety and Health Standards – Permit Required Confined Spaces” 2. NASSCO a. Specification Guideline for Manhole Rehabilitation 1.4 SUBMITTALS A. Comply with Specification Section 01300. B. Shop Drawings for Materials: 1. Masonry Units 2. Mortar 3. Manhole Structure Frame and Cover 4. Concrete Grade Ring 5. Elastic Joint Seal 6. Elastomeric Sealant 7. Geomembrane 1.5 QUALITY ASSURANCE A. Use only materials that are suitable for sewer systems. B. Visually inspect all products, materials, and equipment delivered to the project site for compliance with the specifications and physical condition. Any defective materials shall be removed from the project site. 1.6 ADMINISTRATIVE REQUIREMENTS A. Obtain access rights from private property owners when access across private property is necessary to reach access manholes due to easement congestion which limits equipment travel within existing easements, unless provided by Owner. B. Safety Information 1. Workspace is subject to hazardous and/or combustible materials commonly associated with sewer systems. 2. Contractor is solely responsible for site safety and safety of its personnel and equipment throughout the project. 3. Comply with applicable requirements of OSHA, specifically Standard No. 1910.146 – “Occupational Safety and Health Standards – Permit Required Confined Spaces” 4. Provide all required safety barricades, scaffolding, fall hazard warnings, and trip- hazard mitigations 5. Provide all personal protection gear, including gloves, high visibility clothing, gloves, respirators, and others required. C. Contractor’s Presence at the work-site Nowak & Fraus Engineers Job I999 1. No open excavations or manhole openings are allowed to remain open unattended at any time. If required to leave the work-site, securely seat the cover to the frame of the manhole, or provide a steel-plate temporary covering suitable for H-20 Loading. D. Water Use 1. Municipal Hydrants a. The municipal authority over the water distribution system in the project site area may elect to provide water. b. Follow all special provisions for Water Usage and obtaining hydrant permits. c. At no time shall the Contractor operate any valve or hydrant. Contact the Owner to coordinate with hydrant operations for water usage. 2. Privately owned Hose Spigots a. The Contractor is not allowed to obtain water from privately owned residential homes and businesses to perform the work described in this specification. 1.7 DELIVERY, STORAGE, AND HANDLING A. Reject material observed to be defective or damaged due to manufacture or shipping. Remove rejected material from job site, and replace under the Owner or Owner’s Representative’s Direction. Repair or replacement of defective or damaged material will be at no additional cost to the Owner. B. Provide transportation and handling from any designated storage facility to the point of application. C. Provide Dust Protection Measures while mixing materials. Do not handle or mix materials in windy conditions. D. Provide a designated trash or waste container for all unused materials, trash, and used packing materials. 1.8 FIELD OR SITE CONDITIONS A. Manhole structures are constructed in a variety of different materials, sizes, and configurations. Verify all dimensions and space constraints for all structures to receive a repair. 1.9 WARRANTY A. Not Used. PART 2 PRODUCTS: 2.1 MATERIALS A. Masonry Units 1. Concrete brick shall conform to the requirements of ASTM C55-75, Grade N-1 and concrete block shall conform to the requirements of ASTM C139-73 with the following exceptions. Nowak & Fraus Engineers Job I999 a. Minimum compressive strength of 5500 psi at 28 days. b. Minimum proportion of cement in the concrete mixture 564 lb/c.yd. of concrete. The mixture shall contain 6% ( 1-1/2%) engrained air. The maximum water adsorption shall not exceed 5 lbs/c.ft. c. Block Shape: 1) Solid curved blocks with the inside and outside surfaces curved to the required radii. 2) The clocks shall have tongue and groove or other approved type of joint at the ends so that the units interlock to form a strong, rigid structure. 3) Curved blocks shall have the inside and outside surfaces parallel. d. Block Size: 1) 18 inches maximum for length, 8” maximum for depth (height), and 6” maximum for width (thickness) nominal dimension. 2) The length shall be measured along the chord on the convex face of the block. 3) The tolerances of ASTM C 139-73 shall apply. 4) Where the specified wall thickness on the standard plans is 12 inches, a multiple block wall of two 6 inch wide blocks is permitted. 5) All blocks in one structure shall be of the same height dimension. 6) The blocks shall be designed for length so that only full length or half length blocks are required to lay the circular wall of any one course. 7) Blocks intended for use in the cones or tops of manholes or other structures shall have such shape as maybe required to form the structure as shown on the plans with inside and outside joints not to exceed 1/4 inch in thickness. B. Mortar 1. ASTM C-270 Type M a. Three (3) parts sand and one (1) part a mixture of 50% portland cement Type 1A and 50% masonry cement b. One (1) part Type IIA Portland Cement and two and one-half (2-1/2) parts masonry sand. No lime shall be used in the mortar. c. Minimum entrained air content of 12%. C. Frames and Covers 1. Refer to the Contract Drawings and Standard Drawing Details. 2. Lettering on the cover shall be as required by the Owner. D. Concrete Grade Rings 1. Minimum compressive strength of 4,000 psi at 28 days. 2. Steel reinforced in conformance with ASTM C-478. 3. Minimum thickness of three (3) inch. 4. Refer to the Contract Drawings and Standard Drawing Details for orientation and placement. E. Elastic Joint Seal 1. The exterior joint between the manhole frame and the brick block or grade ring adjustment section (chimney) shall be sealed by using any of the following materials or approved equal: a. Polyurethane joint sealant Nowak & Fraus Engineers Job I999 b. Butyl rubber joint sealant F. Elastomeric Sealant 1. Butyl rubber sealant (Trowelable Grade) G. Geomembrane 1. PVC Geometric, in thickness 15 mil, Staff Industries. 2. Double layer of six (6) mil polyethylene wrap or single layer of ten (10) mil polyethylene wrap. 3. Or Approved Equal. H. Manhole Steps 1. Plastic Coated Steel meeting requirements of ASTM D-2146 2. Type II, Grade 48109 M.A. Industries P.S.I. Polypropylene or approved equal. 3. Provides foot recess suitably scored to provide non-slip surface. 4. Placed at 16” on center, 21” maximum below casting elevation and 24” maximum above structure bottom or top of fillet. 2.2 EQUIPMENT A. Rotary cutting blade 1. Carbide cutting teeth suitable to core through concrete and asphalt surfaces 2. Minimum cutting diameter: 52 inches. 3. Portable debris shield 4. Speed-plate to accommodate casting seat diameters from 17 to 25.5 inches. B. Miscellaneous construction hand tools and power tools. PART 3 EXECUTION: 3.1 EXAMINATION A. Comply with Specification 02550 – Maintenance of Traffic B. Identify manhole access structure openings indicated on the project drawings. C. Identify any conditions that differ from the Drawings and specifications provided that may compromise the repair to the Owner or Owner’s Representative. 3.2 PREPARATION A. Inspection of Manhole 1. Evaluate existing manhole to determine the necessary steps and materials to make the repair. 2. Confirm diameter or size. B. Procure, transport, and handle the specified materials to the work location or designated storage location in the project area. Nowak & Fraus Engineers Job I999 3.3 INSTALLATION A. Perform demolition of all deteriorated materials and features in accordance with the contract drawing details. 1. Salvage existing Frame and Cover (if required) a. Remove all dissimilar materials from the frame casting (concrete, grout, or other foreign materials) b. Transport to a designated storage location, if required by Owner. During transport, secure the cover to the pairing casting using three (3) or more wires composed of six (6) gauge wire, at minimum. c. All non-usable, broken, cracked, or defective castings and covers shall be removed and disposed of. d. Material Stockpiles cannot be placed in any area deemed unsafe or undesirable by the Owner or Engineer. B. Re-construct manhole riser, adjustment section, and/or chimney with the materials in accordance with this specification and the contract drawings. 1. Manholes located in pavement areas: a. Match the existing rim elevation. Where deteriorated conditions are present, it may be required to raise or lower the rim elevation as directed. b. Where a rim elevation is not provided, final rim elevation shall be flush with the final pavement elevation for manholes located in pavement areas. c. Manhole casting orientations shall be set on an angle to best match pavements with varying crown or slope. d. All elevation modifications shall be done by adding or removing the required number of masonry unit courses or stacked rings to achieve the desired elevation. 2. Manholes located in grass areas: a. Where the manhole frame and/or chimney will be exposed, one of the following exterior finish methods shall be utilized, as directed by the engineer. There shall be no additional payment for the method utilized. 1) Elastomeric seals, Geomembrane and backfill to cover chimney and frame. 2) Exterior group (backplaster) 1/2” minimum thickness and backfill to original grades. 3. Manholes located rear yard easements: a. The Contractor is responsible for determining the appropriate means, methods, and equipment required based on the access restriction, surfacing, and soil conditions. Hand labor may be required. Any private property, landscaping, etc., damaged by Contractor, shall be replaced at no additional cost to the Owner. C. Water for concrete and for mortar shall be clean and fresh, free from oil, acids and organic matter. D. Apply all exterior sealing materials in accordance with the manufacturer’s instructions. 3.4 REPLACEMENT OF SURFACINGS AND PAVEMENTS A. Pavement Nowak & Fraus Engineers Job I999 1. The removal of the catch basin ring/cover and chimney (as applicable) shall be accomplished by making a square cut in the pavement as shown in the pavement replacement detail(s) or a rotary core. The Contractor shall be paid only for the pay limits shown. Any additional pavement removed for the contractor’s convenience shall be replaced at no additional expense to the Owner. 2. All material removed that is not satisfactory for backfill shall be disposed of in accordance with General Specifications. 3. Backfill material shall be compacted to the unit density shown on the detail sheet and approved by the Engineer prior to pavement replacement. Testing of the backfill material shall be as required. 4. Concrete pavement replacement shall be in accordance with the details shown on the plans. Asphalt surfacing plus base shall conform to the existing pavement. It shall be compacted and placed to the same elevation and grade as the existing pavement. All disturbed asphalt or concrete pavement shall be sawcut and replaced. 5. All pavement replacements not satisfactorily done by the Contractor shall be reworked at no expense to the Owner. B. Gravel Surfacings 1. Gravel surfacing shall conform to the existing surface material, elevation and grade. C. Established Lawn Areas 1. Backfill around manhole with suitable excavated material mechanically compacted to prevent settlement. 2. Install topsoil, fertilizer and sod to be in accordance with General Specification. 3. Sod is to be kept moist for fourteen days to promote growth. D. Native vegetation or Grass Fields 1. Backfill around manhole with suitable excavated material mechanically compacted to prevent settlement. 2. Topsoil, fertilizer and seed to be in accordance with the General Specification. 3. Install bio-degradable straw erosion control blanket. 3.5 FIELD QUALITY CONTROL A. Testing of pavement materials shall be in accordance with the contract specifications for concrete and asphaltic materials. 3.6 NON-CONFORMING WORK A. Non-conforming work is any work outside of the acceptable tolerances for the item of work identified within these specifications, which is considered to affect the performance and operation of the products used. 1. Frames not securely fastened to the manhole cover. 2. Use of newly installed products that are damaged. 3. Construction debris and demolition materials left inside the manhole. 4. Washout or settlement of surfacing restoration materials. Nowak & Fraus Engineers Job I999 3.7 CLEANING A. Clean and remove all demolition materials, dirt, cementitious materials that drip, or other foreign items that fall into the manhole structure during the work described herein. B. Clean up and dispose of trash or disposable personal protection equipment used during the work. END OF SECTION Nowak & Fraus Engineers Job I999 SECTION 02735 CEMENTITIOUS PATCHING AND INFILTRATION CONTROL FOR MANHOLES PART 1 GENERAL: 1.1 SUMMARY A. This Section shall include all work, materials, labor, and equipment necessary to provide non- structural infiltration control and surface preparation in the interior wall areas of manhole structures prior to installing a structural rehabilitative lining. The work described in this Section includes the stoppage of minor active leaks using cartridge injected chemical grouts and hydraulic cement patching products. This section also includes cementitious patching and resurfacing of deteriorated substrates, bench areas, voids, and drainage inverts found in manhole structures. B. The work described in this Section is required as part of surface preparation prior to installing monolithic spray-applied cementitious or polymer structural liners. C. This specification is intended to cover the work required to seal leaks defined in the National Association of Sewer Service Companies (NASSCO) Manhole Assessment Certification Program (MACP) as Infiltration Weeper (IW) or Infiltration Dripper (ID) observations from within the manhole wall in order to seal out groundwater until rehabilitation or the installation of a protective lining can be installed successfully. D. Related Requirements 1. Section 02141 – Temporary Bypass Pumping 2. Section 02734 – Manhole Repair 3. Section 02736 – Cementitious Monolithic Interior Manhole Linings 4. Section 02737 – Polymer Monolithic Interior Manhole Linings 5. Section 02738 – Thermoplastic Sheet Lining Systems for Sewer Manholes 1.2 MEASUREMENT AND PAYMENT A. All costs for the work described in this section shall be factored into the other contract bid prices. No separate pay item is provided. 1.3 REFERENCES A. Abbreviations and Acronyms 1. ASTM – American Society for Testing and Materials 2. CSE – Confined Space Entry / Entrance 3. ICGA – Infiltration Control Grouting Association 4. MACP – Manhole Assessment and Certification Program 5. MIOSHA – Michigan Occupational Safety and Health Administration 6. NASSCO – National Association of Sewer Service Companies B. Reference Standards 1. ASTM a. C 150 – Standard Specification for Portland Cement Nowak & Fraus Engineers Job I999 b. C 595 – Standard Specification for Blended Hydraulic Cements c. C 1157 – Standard Performance Specification for Hydraulic Cement 2. OHSA a. OSHA Standard No. 1910.146 – “Occupational Safety and Health Standards – Permit Required Confined Spaces” 3. NASSCO a. Specification Guideline for Manhole Rehabilitation 1.4 SUBMITTALS A. Comply with Specification Section 01300. B. Non-Structural Hydraulic Cement C. Non-Structural Cementitious Patching Products D. Cartridge-injected Liquid Prepolymer Chemical Grout E. Dry Oakum 1.5 QUALITY ASSURANCE A. Use only materials that are suitable for sewer systems. B. Visually inspect all products, materials, and equipment delivered to the project site for compliance with the specifications and physical condition. Any defective materials shall be removed from the project site. 1.6 ADMINISTRATIVE REQUIREMENTS A. Obtain access rights from private property owners when access across private property is necessary to reach access manholes due to easement congestion which limits equipment travel within existing easements, unless provided by Owner. B. Safety Information 1. Workspace is subject to hazardous and/or combustible materials commonly associated with sewer systems. 2. Contractor is solely responsible for site safety and safety of its personnel and equipment throughout the project. 3. Comply with applicable requirements of OSHA, specifically Standard No. 1910.146 – “Occupational Safety and Health Standards – Permit Required Confined Spaces” 4. Provide all required safety barricades, scaffolding, fall hazard warnings, and trip- hazard mitigations 5. Provide all personal protection gear, including gloves, high visibility clothing, gloves, respirators, and others required. C. Contractor’s Presence at the work-site 1. No open excavations or manhole openings are allowed to remain open unattended at any time. If required to leave the work-site, securely seat the cover to the frame of the manhole, or provide a steel-plate temporary covering suitable for H-20 Loading. Nowak & Fraus Engineers Job I999 D. Water Use 1. Municipal Hydrants a. The municipal authority over the water distribution system in the project site area may elect to provide water. b. Follow all special provisions for Water Usage and obtaining hydrant permits. c. At no time shall the Contractor operate any valve or hydrant. Contact the Owner to coordinate with hydrant operations for water usage. 2. Privately owned Hose Spigots a. The Contractor is not allowed to obtain water from privately owned residential homes and businesses to perform the work described in this specification. 1.7 DELIVERY, STORAGE, AND HANDLING A. Reject material observed to be defective or damaged due to manufacture or shipping. Remove rejected material from job site, and replace under the Owner or Owner’s Representative’s Direction. Repair or replacement of defective or damaged material will be at no additional cost to the Owner. B. Follow the Manufacturer’s instructions for on-site storage conditions. Storage must be performed in the Manufacturer’s original container. C. Provide transportation and handling from any designated storage facility to the point of application. D. Provide Dust Protection Measures while mixing materials. Do not handle or mix materials in windy conditions. E. Provide a designated trash or waste container for all unused materials, trash, and used packing materials. 1.8 FIELD OR SITE CONDITIONS A. Manhole structures are constructed in a variety of different materials, sizes, and configurations. Verify all dimensions and space constraints for all structures to receive a repair. 1.9 WARRANTY A. Not Used. PART 2 PRODUCTS: 2.1 MATERIALS A. Non-Structural Hydraulic Cement (also known as Water Plug). 1. General Properties: a. Contains cement and clay mixtures that is able to react/perform in the presence of water, including portland or calcium aluminate cement. b. Designed to stop active leaks under low to moderate pressure. Nowak & Fraus Engineers Job I999 c. Designed to repair cracks in concrete and masonry substrates by trowling or hand-applied applications. d. Rapid Setting with sulfide resistance e. The cured mortar must withstand submergence in water without degradation and shall not be biodegradable. f. The resultant mortar formation must be homogeneous and prevent the passage of water (infiltration) through the pipe joint/cracks, and lift holes. g. The cured mortar should be chemically stable and resistant to organics found in sewage. 2. Performance Properties: Property Standard Minimum Value Compressive Strength ASTM C-109 1,000 psi – 1 hour 2,500 psi – 24 hours Initial Set Time ASTM C-191 ASTM C-403 60 seconds Sulfate Resistance ASTM C-88 ASTM C-267 25 Cycles / Min 0% at 15 Cycles Freeze/Thaw ASTM C-666 100 Cycles Expansion ASTM C-827 0.10% Bond Strength ASTM C-321 1 Hour >400 psi 24 Hours > 1,000 psi Pull Out Strength ASTM C-234 14,000 lb 3. All products used must be of the same System (mixes, additives, modifiers) and cannot be mixed or changed with different manufacturers. 4. Pre-Approved Products (not listed in any particular order): a. Vortex 1) Parson Quick-Plug 2) Parson RPM Calcium Aluminate 3) Quadex Quad-Plug b. Sauereisen 1) Instaplug F-180 c. Strong Company, Inc. 1) Strong-Seal Strong-Plug d. IPA Systems 1) Octoplug or Ipanex e. AP/M Permaform 1) Permacast-Plug f. Madewell Products Corporation 1) Mainstay ML-10 Hydraulic Cement Mortar g. Epoxytec 1) Hydrxx-1 or Hydrxx-3 Water-Stop Hydraulic Cement h. Approved Equal B. Non-Structural Cementitious Patching Products 1. General Properties: a. Contains cement and clay mixtures that is able to react/perform in the presence of water, including portland or calcium aluminate cement. b. Designed to repair cracks in concrete and masonry substrates by trowling or hand-applied applications. Nowak & Fraus Engineers Job I999 c. Rapid Setting with sulfide resistance d. The cured mortar must withstand submergence in water without degradation and shall not be biodegradable. e. The resultant mortar formation must be homogeneous and prevent the passage of water (infiltration) through the pipe joint/cracks, and lift holes. f. The cured mortar should be chemically stable and resistant to organics found in sewage. 2. Performance Properties: Property Standard Minimum Value Compressive Strength ASTM C-109 1,500 psi – 1 hour 2,000 psi – 24 hours 3,000 psi – 28 days Bond Strength ASTM C-882 1,500 psi – 28 days Shrinkage ASTM C-596 0% at 90% Humidity Placement Time 5-15 minutes Initial Set Time ASTM C-403 15-30 minutes 3. All products used must be of the same System (mixes, additives, modifiers) and cannot be mixed or changed with different manufacturers. 4. Pre-Approved Products (not listed in any particular order): a. Protective Liner Systems 1) PLS-506 Microsilica Bench and Invert Repair b. Madewell Products Corporation 1) Mainstay ML-72FS Patching mortar c. Strong-Seal Products 1) QSR Calcium Aluminate cement mortar Invert Repair 2) Bench Mix d. Vortex 1) Quadex Hyperform Rapid Set Patching Material e. Approved Equal C. Cartridge-injected Liquid Prepolymer Chemical Grout 1. General Properties: a. While being injected, the grout must be able to react/perform in the presence of water (groundwater). b. Zero shrinkage c. The cured grout must withstand submergence in water without degradation and shall not be biodegradable. d. The resultant grout formation must be homogeneous and prevent the passage of water (infiltration) through the pipe joint/cracks, and lift holes. e. The cured grout should be chemically stable and resistant to organics found in sewage. f. Grout cannot interfere with the receiving Sewage Treatment Plant operations or Pumping Stations downstream of the grouting location. g. Injectable though two-part hand-held tool with a spring-loaded trigger, which is sized to fit in the spaces in the manhole. 2. Performance Properties: a. Capable of stopping leaks up to 50 gallons per minute b. Hydrophobic properties c. Expands up to ten to twelve times liquid volume d. Contain a controllable reaction time between 10 seconds to 2 minutes Nowak & Fraus Engineers Job I999 e. Reacts to produce a homogeneous, chemically stable, non-biodegradable film or flexible gel that stabilizes with the soil. f. Contain ability to modify density and gel strength by the use of approved additives. 3. All products used must be of the same Chemical Grout System (grouts, additives, modifiers) and cannot be mixed or changed with different manufacturers. 4. Pre-Approved Products (not listed in any particular order): a. Polyurethane Grout 1) Vortex a) Parson Seal-Tite Duel-Cartridge Injection b) Quadex I&I Guard PRF Cartridge c) Quadex I&I Guard SCF-200 Cartridge 2) Sauereisen a) F-370 Duel-Cartridge Injection b. Approved Equal D. Oil-Free Oakum 1. Oil-free oakum meeting Federal Specification HH-P-117. 2. Contains loose weaves to allow rapid absorption 3. Sized to be inserted into small crevices found in the project. E. Injection Ports 1. Designed to be used for polyurethance and epoxy grouts 2. Accomodates common hydraulic fittings 3. Contains necessary zerk fittings. 2.2 EQUIPMENT A. Contractor shall provide all the work to perform the work described in this section, including power equipment, grout and masonry mixing equipment, hand tools, scaffolding, confined space entry hoisting equipment, and all other related equipment in a safe manner. PART 3 EXECUTION: 3.1 EXAMINATION A. Identify access points to each manhole structure to receive entry and prepare for examination, patching, and grouting work items. B. Identify active leaks prior to cleaning the substrate in the manhole. C. Identify any conditions that differ from the Reports or Drawings provided and notify the Owner. 1. Sewer Defects classified by MACP Suitable for patching and leak control products: a. Pin-Holes b. Surface imperfections c. Non-structural cracks and voids in wall areas where leaks may be present. d. Leaks at joints. e. Infiltration Drippers, Weepers, Runners, Gushers f. Leaks occurring around the circumference of break-in lateral tap connections. Nowak & Fraus Engineers Job I999 g. Imperfections, voids, and chips in bench and invert channel areas. h. Voids between masonry units. 3.2 PREPARATION A. Comply with Section 02142 – Temporary Bypass Pumping (where required) B. Comply with Section 02734 – Manhole Repair (where required) 1. Manholes featuring structural damage in the chimney or adjustment areas shall be repaired prior to applying non-structural leak-control products, patching products, or applying a structural lining system. Sewer Defects classified by MACP include a. Cracked, fractured, or broken concrete grade rings b. Cracked, fractured, broken, or deteriorated masonry units between the top of cone and bottom of casting frame. c. Significant wall loss or voids with soil visible. 2. Severe structural damage to manholes, where wall sections are deformed or unstable, are required to be replaced. C. Cleaning of Manhole Structures 1. Comply with Section 02751 – Cleaning of Sewer Lines 2. All foreign material shall be removed from the manhole wall and bench using a high pressure water spray (minimum 3,000 psi). If grease, chemicals, previous coatings or linings, or other surface contaminants are present, the substrate shall be cleaned with steam, chemical cleaning compounds, or surface abrading as necessary to provide a clean substrate. Loose and protruding brick, mortar, and concrete shall be removed using a mason's hammer and chisel and/or scraper D. Inspection of Manhole Structures 1. Comply with Section 02704 – Internal Sewer Inspection E. Covers shall be placed over the invert drainage area to prevent extraneous material from entering the sewer lines. F. Mixing of Cement Materials 1. For each pound of product, mix the product with the amount of water specified by the Manufacturer. 2. The required amount of water shall be added to the pail or bowl first, followed by the product. 3. The product shall be mixed by hand, spoon, or trowel until a slurry consistency is achieved. Mixing shall occur near the application site and in amounts that can be applied within 1 minute. Only enough water shall be used to achieve the desired consistency. 4. Mixing shall not be required when applying dry product directly to leak. 3.3 INSTALLATION A. Inject all active leaks with injectable grout, water plugs, and/or oakum systems depending on the size and irregularities of the defect. Oakum shall be neatly packed into cavity areas prior to placing water plug material. 1. Each grout injection is applied to a single location. During the grouting process, groundwater may be diverted to other defects, and it is common for water to Nowak & Fraus Engineers Job I999 subsequently appear at a different location that was previously dry. The repairs should be periodically monitored and additional injections may be required. B. Application of Instant-setting Hydraulic Cement Materials 1. The instant-setting material shall be quickly and firmly applied by hand or trowel directly to leak. For dry application, the material shall be firmly held in place to allow infiltrating water to harden the material. Firm pressure shall be constantly applied until material has set. 2. Some leaks may require weep holes to localize the infiltration during application. Weep holes shall be plugged with the instant-setting patching material prior to application of other lining systems. 3. When severe infiltration exists, pressure grouting may be required by using a cementitious grout or chemical grout. Manufacturer’s recommendations shall be followed when pressure grouting is required. C. Application of cementitious patching products for concrete and masonry substrates. 1. Void Repair a. Place the patching material directly into the void by hand or trowel, applying pressure and holding in position until material remains in place. Do not trowel the patching material to a smooth finish. 2. Invert Repair a. After surface preparation has been completed, the covers shall be removed. All remaining loose material shall be removed and the substrate shall be washed again. b. Invert repair shall be performed on all inverts with visible damage or where infiltration is present. After blocking flow through the manhole and thoroughly cleaning the invert, the patching material shall be applied to the invert in an expeditious manner. The patching material shall be troweled uniformly onto the damaged invert at a minimum thickness of 1/2 inch at the invert extending out onto the bench of the manhole sufficiently to tie into the structural monolithic liner to be spray applied later. The finished invert surfaces shall be smooth and free of ridges. Flow may be re-established in the manhole based on the set time specified by the manufacturer. 3. Repair and resurfacing of bench areas a. The covers shall be removed and any bench repairs shall be made at this time. The patching material shall be applied in such a manner that a gradual slope is produced from the walls to the invert with the thickness at the invert to be no less than 1/2 inch. The wall/bench intersection shall be rounded to a uniform radius the full circumference of the intersection. D. Apply materials using trolling beginning at the bottom of the manhole. The following features shall be patched: 1. Voids in concrete bench 2. Voids in channel 3. Voids in existing masonry structure 4. Pipe Seal Areas 5. Gaps and Annular Space in Chimney (if present) 6. Holes from Manhole Steps removed 7. Voids in and around step supports. Nowak & Fraus Engineers Job I999 3.4 FIELD QUALITY CONTROL A. All dry-mix products shall be mixed in accordance with the Manufacturer’s instructions. B. Do not allow products to enter sewage flow. 3.5 NON-CONFORMING WORK A. Non-conforming work is any work outside of the acceptable tolerances for the item of work identified within these specifications that is considered to affect the performance and/or future maintenance of the new lining. B. The finished work shall be continuous over the entire length of the defects patched and be free from visual defects such as foreign inclusions, dry spots, cavities, shrinkage cracking, pinholes, and delamination. Patches shall be uniform, smooth, and free of micro-cracking. 1. Any visual defects shall be repaired at the Installation Contractor’s expense in a manner mutually agreed upon by the Owner and the Installation Contractor. 3.6 CLEANING A. All residual materials that hardens in locations not intended shall be cleaned and removed. 3.7 CLOSEOUT ACTIVITIES A. Not Used END OF SECTION Nowak & Fraus Engineers Job I999 SECTION 02736 CEMENTITIOUS MONOLITHIC INTERIOR MANHOLE LININGS PART 1 GENERAL: 1.1 SUMMARY A. This Section shall include all supervision, materials, labor, and equipment necessary to provide a structurally enhanced monolithic liner or coating for rehabilitating manhole access structures and special sewer structures, including surface preparation, cleaning, leak control, masking, lining or coating application, and clean-up of work site. The cured lining system shall be monolithic with proper sealing connections to all un-surfaced areas. The lining system shall form a continuous, tight-fitting, impermeable surface that is suitable for municipal sewage systems, chemically resistant to domestic sewage, and abrasion resistant. B. This Section is intended to cover the work required to apply cementitious-based mortar linings for municipal underground sewer structures. The installation method includes hand-applied, spray-applied, and centrifugally casted applications. Cementitious mortar lining systems include calcium aluminates, epoxy-modified systems, micro-silica cement systems, and composite/hybrid lining systems designed for sewer systems that may be sprayed-in-place, hand applied, or spin-casted using a rotary device. C. This Section does not include polymer-based linings (epoxy, polyurea, polyurethane) D. Related Requirements 1. Section 02141 – Temporary Bypass Pumping 2. Section 02704 – Internal Sewer Inspection 3. Section 02734 – Manhole Repair 4. Section 02735 – Cementitious Patching and Infiltration Control for Manholes 5. Section 02737 – Polymer Monolithic Interior Manhole Linings 6. Section 02766 – Packer Injection of Chemical Grout for Pre-Rehabilitation 1.2 MEASUREMENT AND PAYMENT A. Manhole Lining, Cementitious ………Vft Manhole Lining shall be paid for at the contract bid price per vertical foot for actual linear of coating installed in the field, complete in place, including all surface preparation, primary infiltration and leak control, and clean-up. Measurement shall be from the lowest invert elevation in the manhole to the top of manhole rim opening. The following work items shall be included in the contract bid price per vertical foot, unless otherwise described 1. Locate and Identify Manhole 2. Bypassing of flow. 3. Pre-installation cleaning 4. Surface Preparation including scraping, washing, or high-pressure water blasting 5. Filling or patching voids in masonry or concrete substrates 6. Sealing of leaks Nowak & Fraus Engineers Job I999 7. Masking of areas and drip/overspray protection of surrounding areas. 8. Installation of lining or coating 9. Clean-up and disposal of installation supplies including tapes, paper masking, gloves, waste, and other disposable items. 10. Testing 11. All additional items described herein as incidental to the work. Any additives, chemical modifications, installation methods, or other changes in work necessary shall be included in the contract bid price B. Manhole Lining, Composite Cementitious Liner with Polymer Top Coat ………Vft Manhole Lining shall be paid for at the contract bid price per vertical foot for actual linear of coating installed in the field, complete in place, including all surface preparation, primary infiltration and leak control, and clean-up. Measurement shall be from the lowest invert elevation in the manhole to the top of manhole rim opening. The following work items shall be included in the contract bid price per vertical foot, unless otherwise described 1. Locate and Identify Manhole 2. Bypassing of flow. 3. Pre-installation cleaning 4. Surface Preparation including scraping, washing, or high-pressure water blasting 5. Filling or patching voids in masonry or concrete substrates 6. Sealing of leaks 7. Masking of areas and drip/overspray protection of surrounding areas. 8. Installation of lining or coating 9. Clean-up and disposal of installation supplies including tapes, paper masking, gloves, waste, and other disposable items. 10. Testing 11. All additional items described herein as incidental to the work. Any additives, chemical modifications, installation methods, or other changes in work necessary shall be included in the contract bid price This work should be priced as an alternate in the proposal form. 1.3 REFERENCES A. Abbreviations and Acronyms 1. NASSCO – National Association of Sewer Service Companies 2. MACP – Manhole Assessment Certification Program 3. NACE – National Association of Corrosion Engineers B. Reference Standards 1. ASTM a. ASTM C 78 – Standard Test Method for Flexural Strength of Concrete; Using Beam with Third Point Loading b. ASTM C 109 – Standard Test Method for Compressive Strength of Hydraulic Cement Mortars c. ASTM C 150 – Standard Specification for Portland Cement Type I Nowak & Fraus Engineers Job I999 d. ASTM C 157 – Standard Test Method for Length Change of Hardened Hydraulic-Cement Mortar and Concrete e. ASTM C 157/M-06 – Standard Test Method for Lengt Change of Hardened Hydraulic-Cement Mortar and Concrete f. ASTM C 267 – Test Methods for Chemical Resistance of Mortars, Grouts, and Monolithic Surfacings and Polymer Concretes. g. ASTM C 293 – Standard Test Method for Flexural Strength of Concrete Using Beam with Center-Point Loading h. ASTM C 307 – Standard Test Method for Tensile Strength of Chemical- Resistant Mortar Grouts and Monolithic Surfacings i. ASTM C 309 - Specification for Liquid Membrance-Forming Compounds for Curing Concrete j. ASTM C 321-00 – Standard Test Method for Flexural Strength of Hydraulic- Cement Mortars k. ASTM C 348 – Standard Test Method for Flexural Strength of Hydraulic- Cement Mortars l. ASTM C 494-86 – Standard Specification for Chemical Admixtures for Concrete m. ASTM C 496 – Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens (M-04e1) n. ASTM C 580 – Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concrete o. ASTM C 596 – Standard Test Method for Drying Shrinkage of Mortar Containing Hydraulic Cement p. ASTM C 666 – Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing q. ASTM C 882-05 – Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Shear r. ASTM D 638 – Standard Test Method for Tensile Properties of Plastics s. ASTM D 4227 – Standard Practice for Qualification of Coating Applicators for Application of Coatings to Concrete Surfaces t. ASTM D 4787 – Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates u. ASTM F 2551 – Standard Practice for Installing a Protective Cementitious Liner System in Sanitary Sewer Manholes v. ASTM F 2414 – Standard Practice for Sealing Sewer Manholes Using Chemical Grouting 2. NASSCO a. Manhole Rehabilitation Performance Specification 1.4 SUBMITTALS A. Comply with Specification Section 01300. B. Sample Notification of Sewer Work for Lateral Sewers Connected to Manhole Structures C. Cementitious Mortar Lining System 1. Manufacturer’s Product Brochure or Information Sheet 2. Technical data sheet: a. Procedure for preparation and temperature changes Nowak & Fraus Engineers Job I999 b. Instructions for mixing c. Information for Product Additives 3. Material Safety Data Sheet D. Safety Plan Document 1. Contractor’s Access and Confined Space Procedures 2. Emergency Information (Nearest hospital/medical center, posted hazards, phone numbers) 3. Cleanup Procedures and Washout Information 4. Mitigations for trip and fall hazards 1.5 QUALITY ASSURANCE A. Documentation of Qualifications and Experience 1. One (1) Superintendent or Foreman for each crew 2. Completion of installation course by Lining Manufacturer (if Applicable) 3. Confined Space Entry Training 4. NASSCO MACP Trained Staff 1.6 ADMINISTRATIVE REQUIREMENTS A. Obtain access rights from private property owners when access across private property is necessary to reach access manholes due to easement congestion which limits equipment travel within existing easements, unless provided by Owner. B. Lateral Sewers Connected to Manhole Structures 1. Provide 24 to 48-hour notification of work to private property owners whose building lateral is directly connected to the manhole and will be out of service during installation, and restoration processes. Notification shall include: a. Be in writing via door hanger, door flier, or U.S. Mail in advance of service loss (excluding weekends and holidays) b. Clearly state purpose of the work. c. Advise all affected customers against water usage until the sewer line is placed back in service. d. Include a 24-hour contact telephone number for questions regarding the work. 2. Service outage for any property cannot exceed 24 hours. C. Safety Information 1. Workspace is subject to hazardous and/or combustible materials commonly associated with sewer pipes. 2. Contractor is solely responsible for site safety and safety of its personnel and equipment throughout the project. 3. Comply with applicable requirements of OSHA, specifically Standard No. 1910.146 – “Occupational Safety and Health Standards – Permit Required Confined Spaces” 4. Provide all required safety barricades, scaffolding, fall hazard warnings, and trip- hazard mitigations 5. Provide all personal protection gear, including gloves, high visibility clothing, gloves, respirators, and others required. D. Contractor’s Presence at the work-site 1. No Equipment is allowed to remain in a sewer pipe during the following conditions: Nowak & Fraus Engineers Job I999 a. After reinstating flow to the sewer by removing the bypass pumping system b. While the contractor is not actively working 2. No Manhole cover is allowed to remain open unattended at any time. If required to leave the work-site, the contractor is required to securely seat the cover to the frame of the manhole. E. Water Use 1. Municipal Hydrants a. The municipal authority over the water distribution system in the project site area may elect to provide water. b. Follow all special provisions for Water Usage and obtaining hydrant permits. c. At no time shall the Contractor operate any valve or hydrant. Contact the Owner to coordinate with hydrant operations for water usage. 2. Privately owned Hose Spigots a. The Contractor is not allowed to obtain water from privately owned residential homes and businesses to perform the work described in this specification. 1.7 CLOSEOUT SUBMITTALS A. Not Used. 1.8 DELIVERY, STORAGE, AND HANDLING A. All Lining Materials are required to be delivered to the job-site in unopen, original containers from the Manufacturer. B. Reject material observed to be defective or damaged due to manufacture or shipping. Remove rejected material from job site, and replace under the Owner or Owner’s Representative’s Direction. Repair or replacement of defective or damaged material will be at no additional cost to the Owner. C. Provide transportation and handling from any designated storage facility to the point of application. D. Follow all Manufacturer’s instructions for field storage requirements for open containers. Packing of component materials must meet all field storage requirements provided by the Manufacturer. 1. Maintain material temperature more than 32 degrees F and less than 120 degrees F. while in storage or staging. Do not store materials in direct sunlight or freezing conditions. 2. Store materials in areas that deter tampering or theft. E. Provide Dust Protection Measures while mixing materials. Do not handle or mix materials in windy conditions. F. Provide a designated trash or waste container for all unused materials, trash, and used packing materials. Nowak & Fraus Engineers Job I999 1.9 FIELD OR SITE CONDITIONS A. Manhole structures are constructed in a variety of different materials, sizes, and configurations. Verify all dimensions and space constraints for all structures to receive a lining application. 1.10 WARRANTY A. Warranty the installed product for a period of two (2) year Maintenance and Guarantee Bond. B. Defects such as delamination, peeling, spalling, pitting, or substrate bond failure shall be repaired at the Contractor’s expense under the contract warranty period. C. During the warranty period, repair any defects which will affect the integrity or strength of the liner in a manner mutually agreed by the Owner and the Contractor. PART 2 PRODUCTS: 2.1 MATERIALS A. Cementitious Mortar Lining System 1. General Properties: a. The lining should eliminate water leakage into the manhole and prevent water or water vapor to leak out of the manhole. b. Prevent corrosion and resistance to chemicals found in municipal sewage systems c. Provide structural build-back on masonry and concrete surfaces. d. Contain high bonding properties to substrates found in sewer systems. e. Products shall include all required Primers and accessories indicated by the Manufacturer. 2. Performance Properties: Property Standard Value (minimum) Compressive Strength ASTM C-109 10,000 psi (28 Day) Flexural Strength ASTM C-293 1,400 psi (28 Day) Tensile Strength ASTM C-496 850 psi (28 day) Shrinkage ASTM C-596 0% (28 Day) at 90% humidity Bond Strength ASTM C-882 3,000 psi (28 Day) 3. Pre-Approved Products, not listed in any specific order: a. Cementitious Linings: b. Sauereisen 1) Sewer Gard No. 210 series (RS for Rotary, S for Spray Applied, 210SN Sprayable, XROL for rollable applications) and 209/209FS Hi-Build Filler Compound. Optional Accessories: a) F-180 Insta-Plug b) F-370 Chemical Grout c) F-190 H2OPRUF Injection Material Nowak & Fraus Engineers Job I999 c. Madewell Products Corporation 1) Mainstay ML72HP d. Protective Liner Systems (formally Stehr USA) 1) PerpetuCrete 2) PLS-507 PerpetuCrete MSC 3) PLS-508 PerpetuCrete CA e. Strong-Seal Products 1) SewperCoat f. EpoxyTec 1) MortarTec Cladliner 2) MortarTec Ceramico 3) MortarTec Silicate g. Vortex 1) AluminaLiner Calcium Aluminate Mortar 2) QM-1 Restore Cement-based Mortar 3) Parson MH Liner (Portland Cement-based Microsilica Mortar) 4) Parson CA Liner 100 (100% Calcium Aluminate fiber reinforced microsilica) h. Approved Equal i. Composite Lining Systems (cementitious mortar backing with a polymer top coating) 1) Madewell a) Mainstay ML72HP Mortar with Epoxy Top Layer 2) PPG Industries – Raven Lining Systems a) Raven AquataFlex 505/506 3) Vortex a) Composite Liner System (Parson MH Liner with Parsonpoxy SEL-80 Top Coat) 2.2 EQUIPMENT A. Application Equipment 1. Apply Lining System based on the Manufacturer’s requirements. The equipment required to perform the installation is dependent on the lining system and installation technique. a. Spray-Applied Methods 1) Piston-primed Airless pumps 2) Properly sized Gun-Tip based on the Manufacturer’s recommendations. 3) Material Hoses 4) Air Compressor 5) Moisture Air Dryers b. Hand-Applied Methods 1) Common Masonry Hand-Tools (Trowels, tuck point, brush, squeegee) 2) Buckets or Pails c. Rotary Spray or Centrifugally Spun Methods 1) Appropriately sized Rotor-Stator Nowak & Fraus Engineers Job I999 2) Carousel 3) Airless Pumps 4) Material Hoses 5) Compressors 6) Moisture Air Dryers 2. Power requirements for mixing and application equipment 3. Disposable Masking supplies (tape, masking materials, over spray protection, mixing supplies, surplus containers B. Applicator Training 1. Lining System Products shall be applied by trained applicators. PART 3 EXECUTION: 3.1 EXAMINATION A. Identify access points to each manhole structure to receive entry and prepare for lining work items. B. Identify any conditions that differ from the Drawings and specifications provided and notify the Owner. 1. Sewer Defects classified by MACP Suitable to apply lining: a. Pin-Holes b. Surface imperfections c. Cracks in masonry or pre-cast concrete d. Surface damage in concrete e. Scaled brick surfaces f. Minor cracks or fractures in adjustment section materials 2. Sewer Defects classified by MACP not suitable to apply lining: a. Collapsed Chimney Section b. Undermined Adjustment Sections (missing brick or block underneath frame) c. Partially Collapsed Pipe d. Any manhole scheduled for replacement. C. Coordinate notifications to users for any sewer requiring bypass pumping or connected laterals requiring flow restrictions prior to the start of work. 3.2 PREPARATION A. Comply with Specification 02550 – Maintenance of Traffic B. Comply with Specification 02141 – Temporary Bypass Pumping C. Inspection of Manhole 1. Inspect Manhole to determine the location of any flaws that would preclude the application of the liner. 2. Confirm diameter or size. 3. Identify all required surface preparation steps in accordance with the Manufacturer’s requirements. 4. For lateral tap connection connected to manholes, determine the source of the lateral Nowak & Fraus Engineers Job I999 5. Inspect all pipe seals 6. Inspect the channel and bench areas where applicable 7. All costs associated with pre-installation inspection of pipelines shall be included in the cost of the project unless separate pay items are included in the Proposal for the specific work item described. D. Comply with Section 02734 – Manhole Repair 1. Manholes featuring structural damage in the chimney or adjustment areas shall be repaired prior to applying non-structural leak-control products, patching products, or applying a structural lining system. Sewer Defects classified by MACP include: a. Cracked, fractured, or broken concrete grade rings b. Cracked, fractured, broken, or deteriorated masonry units between the top of cone and bottom of casting frame. c. Significant wall loss or voids with soil visible. 2. Severe structural damage to manholes, where wall sections are deformed or unstable, are required to be replaced. E. Comply with Specification 02735 – Cementitious Patching and Infiltration Control for Manholes 1. Plug all voids, cracks, or holes where active infiltration or leaks is occurring in the substrate material receiving the lining system, including Infiltration Drippers, Weepers, Runners, Gushers. F. Comply with Section 02751 – Cleaning of Sewer Lines 1. Remove all contaminants including oils, grease, existing coatings, waxes, form release, efflorescence, sealers, salts, or other sanitary debris. Cleaning shall not damage structural components of the manhole. Cleaning methods may include: a. high pressure water cleaning or jetting b. abrasive or shot blasting c. grinding d. scarifying e. Chemical stripping or use of heavy duty detergents or surfactants f. hot water blasting g. hand-scraping 2. Rinse out all debris located on the manhole frame seat. 3. Wash concrete and masonry substrates with an etching solution (20% muratic acid) on masonry brick wall systems containing deposits. 4. Clean heavily soiled concrete or brick masonry substrates with a dilute solution of chlorine to diminish microbiological bacteria growth. G. Remove deteriorated steps. Grind off studs for metal steps. Provide a temporary ladder or man-entry cable/harness as required for egress. H. Temporarily remove interior drop connection components necessary to install the lining. 3.3 INSTALLATION A. Dry the manhole interior using an air blower where lining materials require a dry or Saturated Surface Dry (SSD) condition. Nowak & Fraus Engineers Job I999 B. Application procedures shall conform to the Manufacturer of the interior surfacing system, including material handling, mixing, handling, and environmental controls during application, safety, and equipment. C. Install any required bonding anchors required in accordance with the Manufacturer’s instructions. D. Install depth gauges at various locations inside the structure. 1. Minimum thickness: 0.5-inch E. Apply the Lining system to all interior walls, transition areas, bench and invert areas. All Application methods must be specified and approved by the Lining System Manufacturer: 1. TROWEL HAND-APPLIED METHOD a. Apply a monolithic layer uniformly to the walls, bench, and interior surfaces to be lined based on the thickness as specified. The cured surfacing shall be monolithic with proper sealing connections to all unsurfaced areas and placed and cured in accordance with the lining system manufacturer. 2. SPRAY-APPLIED METHOD a. Specially designed spray application equipment shall be used to apply each coat until the specified thickness is achieved. The equipment shall be calibrated to supply the correct mixing ratios of the lining system material. b. Use a low-velocity spray application nozzle using air to create a uniform spray out of the nozzle. c. Start the lining application at the manhole invert area, and progress up the wall and corbel areas and end at the bottom of the frame. d. Apply a monolithic layer uniformly to the walls, bench, and interior surfaces to be lined based on the thickness as specified. The cured surfacing shall be monolithic with proper sealing connections to all unsurfaced areas and placed and cured in accordance with the lining system manufacturer. 3. CENTRIFUGAL SPIN-CAST METHOD a. Position the high-speed rotating applicator device at the center of the manhole at either the top of the manhole chimney or the lowest elevation in the wall. b. Apply a monolithic layer to the specified thickness by raising or lowering the centrifugally cast applicator at a controlled speed. c. Where specified by the Manufacturer, perform multiple passes until the desired thickness and surface texture is achieved. d. Spray or hand-applied methods may be used on conjunction to fill minor surface depth deviations in the existing manhole substrate. e. Apply a broom or brush finish if required F. The termination point of the Lining system is the bottom edge of the casting frame. G. Remove all hoses, installation equipment, and masking materials form the manhole. H. Seat the Manhole Cover to the Frame no later than 20 minutes after lining application is complete in order to avoid moisture loss due to sunlight in the upper portion of the manhole. I. Remove or Clean any residual material surrounding the manhole opening in result of drippage, overspray, or spill or materials. Nowak & Fraus Engineers Job I999 J. For composite lining systems using spray applied polymer top coats, allow the cementitious liner to cure based on the Manufacturer’s requirements prior to adding the polymer top-coat. 3.4 FIELD QUALITY CONTROL A. The cured finish shall be free of defects including pitting, air bubbles, and cracks. Transitions and edges shall be smooth. Lining thickness shall be uniform throughout the entire application and free of dips, cavities, dry-pockets, inconsistencies with color, and/or blemishes from shrinkage. B. Testing of the installed lining system shall be required by the Contractor using an approved, licensed third-party testing company. A wet film thickness gage shall be used during application to ensure a monolithic coating with a uniform thickness during application. C. Wet-film gauge thickness tests shall be performed every three (3) vertical feet and documented by the Contractor. 3.5 NON-CONFORMING WORK A. Non-conforming work is any work outside of the acceptable tolerances for the item of work identified within these specifications that is considered to affect the performance and/or future maintenance of the new lining. B. The finished lining shall be continuous over the entire length of the liner and be free from visual defects such as foreign inclusions, dry spots, cavities, shrinkage cracking, pinholes, and delamination. 1. Any visual defects shall be repaired at the Installation Contractor’s expense in a manner mutually agreed upon by the Owner and the Installation Contractor. END OF SECTION Nowak & Fraus Engineers Job I999 SECTION 02737 POLYMER MONOLITHIC INTERIOR MANHOLE LININGS PART 1 GENERAL: 1.1 SUMMARY A. This Section shall include all work, materials, labor, and equipment necessary to provide a structurally enhanced monolithic liner or coating for rehabilitating manhole access structures and special sewer structures, including surface preparation, cleaning, leak control, masking, lining or coating application, and clean-up of work site. The cured lining system shall be monolithic with proper sealing connections to all un-surfaced areas. The lining system shall form a continuous, tight-fitting, impermeable surface that is suitable for municipal sewage systems. The liner is required to be chemically resistant to domestic sewage and abrasion resistant. B. This Section is intended to cover the work required to apply polymer-based mortar linings for municipal underground sewer structures. The installation method includes hand-applied, spray-applied, and centrifugally casted applications. Polymer lining systems include epoxy (100% solids), polyurea, aliphatic and aromatic polyurethanes, and composite varieties that may be sprayed-in-place, hand applied, or spin-casted using a rotary device. C. This Section does not include cementitious-based mortar lining systems or Geopolymer lining systems for manholes. D. Related Requirements 1. Section 02141 – Temporary Bypass Pumping 2. Section 02704 – Internal Sewer Inspection 3. Section 02735 – Cementitious Patching and Infiltration Control for Manholes 4. Section 02736 – Packer Injection of Chemical Grout for Pre-Rehabilitation 1.2 MEASUREMENT AND PAYMENT A. Manhole Lining, Polymer- ………Vft Manhole Lining shall be paid for at the contract bid price per vertical foot for actual linear of coating installed in the field, complete in place, including all surface preparation, primary infiltration and leak control, and clean-up. Measurement shall be from the lowest invert elevation in the manhole to the top of manhole rim opening. The following work items shall be included in the contract bid price per vertical foot, unless otherwise described 1. Locate and Identify Manhole 2. Bypassing of flow. 3. Pre-installation cleaning 4. Surface Preparation including scraping, washing, or high-pressure water blasting 5. Filling or patching voids in masonry or concrete substrates 6. Sealing of leaks 7. Masking of areas and drip/overspray protection of surrounding areas. Nowak & Fraus Engineers Job I999 8. Installation of lining or coating 9. Clean-up and disposal of installation supplies including tapes, paper masking, gloves, waste, and other disposable items. 10. Testing 11. Post rehabilitation MACP inspection 12. All additional items described herein as incidental to the work. Any additives, chemical modifications, installation methods, or other changes in work necessary shall be included in the contract bid price. B. Manhole Lining, Composite Cementitious Liner with Polymer Top Coat ………Vft Manhole Lining shall be paid for at the contract bid price per vertical foot for actual linear of coating installed in the field, complete in place, including all surface preparation, primary infiltration and leak control, and clean-up. Measurement shall be from the lowest invert elevation in the manhole to the top of manhole rim opening. The following work items shall be included in the contract bid price per vertical foot, unless otherwise described 1. Locate and Identify Manhole 2. Bypassing of flow. 3. Pre-installation cleaning 4. Surface Preparation including scraping, washing, or high-pressure water blasting 5. Filling or patching voids in masonry or concrete substrates 6. Sealing of leaks 7. Masking of areas and drip/overspray protection of surrounding areas. 8. Installation of lining or coating 9. Clean-up and disposal of installation supplies including tapes, paper masking, gloves, waste, and other disposable items. 10. Testing 11. All additional items described herein as incidental to the work. Any additives, chemical modifications, installation methods, or other changes in work necessary shall be included in the contract bid price. This work should be priced as an alternate in the proposal form. 1.3 REFERENCES A. Abbreviations and Acronyms 1. CIGMAT – Center of Innovative Grouting Materials and Technology 2. NASSCO – National Association of Sewer Service Companies 3. MACP – Manhole Assessment Certification Program 4. NACE – National Association of Corrosion Engineers B. Reference Standards 1. ASTM a. ASTM C 109 – Standard Test Method for Compressive Strength of Hydraulic Cement Mortars b. ASTM C 307 – Standard Test Method for Tensile Strength of Chemical- Resistant Mortar Grouts and Monolithic Surfacings Nowak & Fraus Engineers Job I999 c. ASTM C 580 – Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concrete d. ASTM C 596 – Standard Test Method for Drying Shrinkage of Mortar Containing Hydraulic Cement e. ASTM C 882 – Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Shear f. ASTM D 543 – Resistance of Plastics to Chemical Reagents g. ASTM D 638 – Standard Test Method for Tensile Properties of Plastics h. ASTM D 695 – Compressive Properties of Rigid Plastics i. ASTM D 790 – Flexural Properties of Unreinforced and Reinforced Plastics j. ASTM D 792 – Standard Test Method for Density and Specific Gravity of Plastics by Displacement k. ASTM D 2240 – Standard Test Method for Rubber Property – Durometer Hardness l. ASTM D 4060 - Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abrader m. ASTM D 4227 – Standard Practice for Qualification of Coating Applicators for Application of Coatings to Concrete Surfaces n. ASTM D 4787 – Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates o. ASTM D 7234 – Pull-off Strength of Coatings Using a Portable Adhesion Tester p. ASTM G 210 – Standard Practice for Operating the Severe Wastewater Analysis Testing Apparatus 2. CIGMAT a. Evaluation of Liner System for Wastewater Concrete and Clay Brick Facilities 3. NACE a. SSPC SP-13 NACE No. 6 - Surface Preparation of Concrete. b. SP0188 – Performing Holiday Detection 4. NASSCO a. Manhole Rehabilitation Performance Specification Guideline 1.4 SUBMITTALS A. Comply with Specification Section 01300. B. Sample Notification of Sewer Work for Lateral Sewers Connected to Manhole Structures C. Polymer Lining Material or System 1. Manufacturer’s Product Brochure or Information Sheet 2. Technical data sheet: a. Procedure for preparation and temperature changes b. Instructions for mixing c. Information for Product Additives 3. Material Safety Data Sheet D. Safety Plan Document 1. Contractor’s Access and Confined Space Procedures Nowak & Fraus Engineers Job I999 2. Emergency Information (Nearest hospital/medical center, posted hazards, phone numbers) 3. Cleanup Procedures and Washout Information 4. Mitigations for trip and fall hazards 1.5 QUALITY ASSURANCE A. Documentation of Qualifications and Experience 1. One (1) Superintendent or Foreman for each crew 2. Completion of installation course by Lining Manufacturer (if Applicable) 3. Confined Space Entry Training 4. NASSCO MACP Trained Staff 1.6 ADMINISTRATIVE REQUIREMENTS A. Obtain access rights from private property owners when access across private property is necessary to reach access manholes due to easement congestion which limits equipment travel within existing easements, unless provided by Owner. B. Lateral Sewers Connected to Manhole Structures 1. Provide 24 to 48-hour notification of work to private property owners that are connected to the sewer being lined whose building laterals will be out of service during installation, and restoration processes. Notification shall include: a. Be in writing via door hanger, door flier, or U.S. Mail in advance of service loss (excluding weekends and holidays) b. Clearly state purpose of the work. c. Advise all affected customers against water usage until the sewer line is placed back in service. d. Include a 24-hour contact telephone number for questions regarding the work. 2. Service outage for any property cannot exceed 24 hours. C. Safety Information 1. Workspace is subject to hazardous and/or combustible materials commonly associated with sewer pipes. 2. Contractor is solely responsible for site safety and safety of its personnel and equipment throughout the project. 3. Comply with applicable requirements of OSHA, specifically Standard No. 1910.146 – “Occupational Safety and Health Standards – Permit Required Confined Spaces” 4. Provide all required safety barricades, scaffolding, fall hazard warnings, and trip- hazard mitigations 5. Provide all personal protection gear, including gloves, high visibility clothing, gloves, respirators, and others required. D. Contractor’s Presence at the work-site 1. No Equipment is allowed to remain in a sewer pipe during the following conditions: a. After reinstating flow to the sewer by removing the bypass pumping system b. While the contractor is not actively working 2. No Manhole cover is allowed to remain open unattended at any time. If required to leave the work-site, the contractor is required to securely seat the cover to the frame of the manhole. Nowak & Fraus Engineers Job I999 E. Water Use 1. Municipal Hydrants a. The municipal authority over the water distribution system in the project site area may elect to provide water. b. Follow all special provisions for Water Usage and obtaining hydrant permits. c. At no time shall the Contractor operate any valve or hydrant. Contact the Owner to coordinate with hydrant operations for water usage. 2. Privately owned Hose Spigots a. The Contractor is not allowed to obtain water from privately owned residential homes and businesses to perform the work described in this specification. 1.7 CLOSEOUT SUBMITTALS A. Not Used. 1.8 DELIVERY, STORAGE, AND HANDLING A. All Lining Materials are required to be delivered to the job-site in unopen, original containers from the Manufacturer. B. Reject material observed to be defective or damaged due to manufacture or shipping. Remove rejected material from job site, and replace under the Owner or Owner’s Representative’s Direction. Repair or replacement of defective or damaged material will be at no additional cost to the Owner. C. Provide transportation and handling from any designated storage facility to the point of application. D. Follow all Manufacturer’s instructions for field storage requirements for open containers. Packing of component materials must meet all field storage requirements provided by the Manufacturer. 1. Maintain material temperature more than 32 degrees F and less than 120 degrees F. while in storage or staging. Do not store materials in direct sunlight or freezing conditions. 2. Store materials in areas that deter tampering or theft. E. Provide Dust Protection Measures while mixing materials. Do not handle or mix materials in windy conditions. F. Provide a designated trash or waste container for all unused materials, trash, and used packing materials. 1.9 FIELD OR SITE CONDITIONS A. Manhole structures are constructed in a variety of different materials, sizes, and configurations. Verify all dimensions and space constraints for all structures to receive a lining application. Nowak & Fraus Engineers Job I999 1.10 WARRANTY A. Warranty the installed product for a period of two (2) year Maintenance and Guarantee Bond. B. Defects such as delamination, peeling, spalling, pitting, or substrate bond failure shall be repaired at the Contractor’s expense under the contract warranty period. C. During the warranty period, repair any defects which will affect the integrity or strength of the liner in a manner mutually agreed by the Owner and the Contractor. PART 2 PRODUCTS: 2.1 MATERIALS A. Polymer Lining Lining System 1. General Properties: a. The lining should eliminate water leakage into the manhole and prevent water or water vapor to leak out of the manhole. b. Prevent corrosion and resistance to chemicals found in municipal sewage systems c. Provide structural build-back on masonry and concrete surfaces d. Contain high bonding properties to substrates found in sewer systems e. Lining Materials must be of the same Lining System manufacturer, and cannot be interchanged or mixed. f. Products shall include all required Primers and accessories indicated by the Manufacturer. 2. Performance Properties: Epoxy (100% Solids) Lining Systems: Property Minimum Tensile Strength (ASTM D 638) 7,000 psi Flexural Strength (ASTM D 790) 11,000 psi Compressive Strength (ASTM D 695) 10,000 psi Flexural Modulus (ASTM D 790) 425,000 psi Shore D Hardness 84-89 Color Not Specified Polyurethane Lining Systems: Property Minimum Minimum Compressive Strength (ASTM C579) – 6800psi (ASTM D638) 10,000psi Flexural Strength (ASTM C580) – 4600 psi (ASTM D790) 8,000psi Modulus of Elasticity (ASTM C580) – 3.3x105 psi (ASTM D790) 51,000 psi Tensile Strength (ASTM C307) – 2500 psi (ASTM D638) 3000 psi Polyurea Lining Systems: Property Minimum Minimum Compressive Strength (ASTM C579) – 6800psi (ASTM D638) 10,000psi Flexural Strength (ASTM C580) – 4600 psi (ASTM D790) 8,000psi Nowak & Fraus Engineers Job I999 Modulus of Elasticity (ASTM C580) – 3.3x105 psi (ASTM D790) 51,000 psi Tensile Strength (ASTM C307) – 2500 psi (ASTM D638) 3000 psi 3. Thickness of Application – Based on the Manufacturer’s recommendations or where noted on the contract drawings. Where not provided, the following may be used as guidance: a. Concrete (new): 80-100 mils b. Concrete (rough): 100-125 mils c. Masonry Brick: 125-150 mils d. Steel: 25-80 mils 4. Pre-Approved Products, not listed in any specific order: a. High-Build Epoxy Lining Systems: 1) Warren Environmental, Inc. a) S301-14 Spray b) M-301-18 Trowel c) S-301-20 Thermaflex d) SG-201 Injection Grout 2) Sauereisen a) Sewer Gard No. 210 series (RS for Rotary, S for Spray Applied, 210SN Sprayable, XROL for rollable applications) and 209/209FS Hi-Build Filler Compound. Optional Accessories: (1) F-180 Insta-Plug (2) F-370 Chemical Grout (3) F-190 H2OPRUF Injection Material 3) PPG Industries – Raven Lining System a) Raven 405 Epoxy System (FS, Trowel, WFS, HCR) b) Raven 150 Series Primers 4) EpoxyTec a) Series 451 CPP MH Epoxy Lining System b) CPP Trowel-Liner 5) Infrastructure Repair Systems, Inc. a) Infragard System Primer/Sealer and Top-Coat 6) Neopoxy LLC. a) NPR-5304 7) Protective Liner Systems (formally Stehr USA) a) PLS-613 PerpetuCOAT System b) PLS-614 PerpetuCOAT M 8) Source One Environmental a) GreyCoat Epoxy Coating System 9) Vortex a) Structure Guard series 100% Solids Epoxy (Water base, QS- Quick Spray, Rapid Set, or FM Epoxy Mastic varieties) b) Parsonpoxy SEL-80 b. Polyurethane Lining Systems: 1) SprayRoq Inc. a) SprayWall Lining System with Sprayshield AquaGuard 2) PPG Industries – Raven Lining Systems a) Raven 581 Nowak & Fraus Engineers Job I999 c. Polyurea Lining Systems: 1) Hydratech Engineered Products LLC a) PolySpray SS-100 2) OBIC a) 1000 Polyurea Lining System with 1500 series Primer, 1600 series Polyurethane Foam Backing Material b) 5000 Polyurea Lining System 3) Spectrum LLC. a) SpectraShield Liner System with Barrier Coat, Expanding Resurfacer, Primer, and SpectraPrep Coupling Agent 4) Infrastructure Coatings Corp. a) Aegis Polyurea Manhole Liner d. Composite Lining Systems (cementitious mortar backing with a polymer top coating) 1) Madewell a) Mainstay ML72HP Mortar with DS-5 series Epoxy top-coat. 2) PPG Industries – Raven Lining Systems a) Raven 705CA Mortar with 405 series polymer top-coat 3) Vortex a) Parson MH Liner with Parsonpoxy SEL-80 top-coat. 2.2 EQUIPMENT A. Application Equipment 1. Apply Lining System based on the Manufacturer’s requirements. The equipment required to perform the installation is dependent on the lining system and installation technique. a. Spray-Applied Methods 1) Piston-primed Airless pumps 2) Properly sized Gun-Tip based on the Manufacturer’s recommendations. 3) Material Hoses 4) Air Compressor 5) Moisture Air Dryers b. Hand-Applied Methods 1) Common Masonry Hand-Tools (Trowels, tuck point, brush, squeegee) 2) Buckets or Pails c. Rotary Spray or Centrifugally Spun Methods 1) Appropriately sized Rotor-Stator 2) Carousel 3) Airless Pumps 4) Material Hoses 5) Compressors 6) Moisture Air Dryers 2. Power requirements for mixing and application equipment 3. Disposable Masking supplies (tape, masking materials, over spray protection, mixing supplies, surplus containers B. Applicator Training Nowak & Fraus Engineers Job I999 1. Lining System Products shall be applied by trained applicators. PART 3 EXECUTION: 3.1 EXAMINATION A. Identify access points to each manhole structure to receive entry and prepare for lining work items. B. Identify any conditions that differ from the Drawings and specifications provided and notify the Owner. 1. Sewer Defects classified by MACP Suitable to apply lining: a. Pin-Holes b. Surface imperfections c. Cracks in masonry or pre-cast concrete d. Surface damage in concrete e. Scaled brick surfaces f. Minor cracks or fractures in adjustment section materials 2. Sewer Defects classified by MACP not suitable to apply lining: a. Collapsed Chimney Section b. Undermined Adjustment Sections (missing brick or block underneath frame) c. Any manhole scheduled for replacement d. Any condition identified by the Engineer C. Coordinate notifications to users for any sewer requiring bypass pumping or connected laterals requiring flow restrictions prior to the start of work. 3.2 PREPARATION A. Comply with Specification 02550 – Maintenance of Traffic B. Comply with Specification 02141 – Temporary Bypass Pumping C. Inspection of Manhole 1. Inspect Manhole to determine the location of any flaws that would preclude the application of the liner. 2. Confirm diameter or size. 3. Identify all required surface preparation steps in accordance with the Manufacturer’s requirements. 4. For lateral tap connection connected to manholes, determine the source of the lateral 5. Inspect all pipe seals. 6. Inspect the channel and bench areas where applicable. 7. All costs associated with pre-installation inspection of pipelines shall be included in the cost of the project unless separate pay items are included in the Proposal for the specific work item described. D. Comply with Section 02734 – Manhole Repair 1. Manholes featuring structural damage in the chimney or adjustment areas shall be repaired prior to applying non-structural leak-control products, patching products, or applying a structural lining system. Sewer Defects classified by MACP include: Nowak & Fraus Engineers Job I999 a. Cracked, fractured, or broken concrete grade rings b. Cracked, fractured, broken, or deteriorated masonry units between the top of cone and bottom of casting frame. c. Significant wall loss or voids with soil visible. 2. Severe structural damage to manholes, where wall sections are deformed or unstable, are required to be replaced. E. Comply with Specification 02735 – Cementitious Patching and Infiltration Control for Manholes 1. Plug all voids, cracks, or holes where active infiltration or leaks is occurring in the substrate material receiving the lining system, including Infiltration Drippers, Weepers, Runners, Gushers. F. Comply with Section 02751 – Cleaning of Sewer Lines 1. Remove all contaminants including oils, grease, existing coatings, waxes, form release, efflorescence, sealers, salts, or other sanitary debris. Cleaning shall not damage structural components of the manhole. Cleaning methods may include: a. high pressure water cleaning or jetting b. abrasive or shot blasting c. grinding d. scarifying e. Chemical stripping or use of heavy duty detergents or surfactants f. hot water blasting g. hand-scraping 2. Rinse out all debris located on the manhole frame seat. 3. Wash concrete and masonry substrates with an etching solution (20% muratic acid) on masonry brick wall systems containing deposits. 4. Clean heavily soiled concrete or brick masonry substrates with a dilute solution of chlorine to diminish microbiological bacteria growth. G. Remove deteriorated steps. Grind off studs for metal steps. Provide a temporary ladder or man-entry cable/harness as required for egress. H. Temporarily remove interior drop connection components necessary to install the lining. 3.3 INSTALLATION A. Dry the manhole interior using an air blower where lining materials require a dry or Saturated Surface Dry (SSD) condition. B. Application procedures shall conform to the Manufacturer of the interior surfacing system, including material handling, mixing, handling, and environmental controls during application, safety, and equipment. C. Install any required bonding anchors required in accordance with the Manufacturer’s instructions. D. Install depth gauges at various locations inside the structure 1. Minimum thickness: 0.5-inch Nowak & Fraus Engineers Job I999 E. Apply the Lining system to all interior walls, transition areas, bench and invert areas. All Application methods must be specified and approved by the Lining System Manufacturer: 1. TROWEL HAND-APPLIED METHOD a. For hard-to-reach areas, apply a monothlic layer uniformly to the walls, bench, and interior surfaces to be lined based on the thickness as specified. The cured surfacing shall be monolithic with proper sealing connections to all unsurfaced areas and placed and cured in accordance with the lining system manufacturer. 2. SPRAY-APPLIED METHOD a. Specially designed spray application equipment shall be used to apply each coat until the specified thickness is achieved. The equipment shall be calibrated to supply the correct mixing ratios of the lining system material. b. Use a low-velocity spray application nozzle using air to create a uniform spray out of the nozzle. c. Start the lining application at the manhole invert area, and progress up the wall and corbel areas and end at the bottom of the frame. d. Apply a monolithic layer uniformly to the walls, bench, and interior surfaces to be lined based on the thickness as specified. The cured surfacing shall be monolithic with proper sealing connections to all unsurfaced areas and placed and cured in accordance with the lining system manufacturer. 3. CENTRIFUGAL SPIN-CAST METHOD a. Position the high-speed rotating applicator device at the center of the manhole at either the top of the manhole chimney or the lowest elevation in the wall. b. Apply a monolithic layer to the specified thickness by raising or lowering the centrifugally cast applicator at a controlled speed. c. Where specified by the Manufacturer, perform multiple passes until the desired thickness and surface texture is achieved. d. Spray or hand-applied methods may be used on conjunction to fill minor surface depth deviations in the existing manhole substrate. e. Apply a broom or brush finish if required. F. The termination point of the Lining system is the bottom edge of the casting frame. G. Remove all hoses, installation equipment, and masking materials form the manhole H. Seat the Manhole Cover to the Frame no later than 20 minutes after lining application is complete in order to avoid moisture loss due to sunlight in the upper portion of the manhole. I. Remove or Clean any residual material surrounding the manhole opening in result of drippage, overspray, or spill or materials. 3.4 FIELD QUALITY CONTROL A. The cured finish shall be free of defects including pitting, air bubbles, and cracks. Transitions and edges shall be smooth. Lining thickness shall be uniform throughout the entire application and free of dips, cavities, dry-pockets, inconsistencies with color, and/or blemishes from shrinkage. B. Testing of the installed lining system shall be required by the Contractor using an approved, licensed third-party testing company. A wet film thickness gage shall be used during application to ensure a monolithic coating with a uniform thickness during application. Nowak & Fraus Engineers Job I999 C. Wet-film gauge thickness tests shall be performed every three (3) vertical feet and documented by the Contractor D. Holiday Detection Test (Spark Testing) may be used to identify pinholes, thin/non-uniform applied material, and any defects that may affect the life of the installed liner. 3.5 NON-CONFORMING WORK A. Non-conforming work is any work outside of the acceptable tolerances for the item of work identified within these specifications that is considered to affect the performance and/or future maintenance of the new lining. B. The finished lining shall be continuous over the entire length of the liner and be free from visual defects such as foreign inclusions, dry spots, cavities, shrinkage cracking, pinholes, and delamination. 1. Any visual defects shall be repaired at the Installation Contractor’s expense in a manner mutually agreed upon by the Owner and the Installation Contractor. END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 02 00 Oakland County Water Resources Commissioner Electrical Work - General 26 02 00 - 1 SECTION 26 02 00 – ELECTRICAL WORK- GENERAL PART 1 – GENERAL 1.1 SCOPE A. The following paragraphs describe the scope of work related to Electrical Trade under this Contract, including but not limited to the following: 1. Contractor will provide labor, materials, equipment, supervision, and incidental services necessary to complete all work as indicated on drawings and specified elsewhere in the Contract documents. B. Provide power service and make all connections to pump control panel, power distribution panel etc., and other field devices installed under other trades, as indicated on Drawings. C. Perform all tests on cables, wire, motors, controllers, and other equipment as specified in Section 26 29 10 and in individual equipment section of this specification as applicable. D. Procure all necessary permits, certificates, and other incidental services, whether described in these Specifications and Drawings or not, to provide a satisfactory operating electrical installation. E. Perform all operations necessary to install, adjust, and put into satisfactory operation all electrical equipment. 1.2 PERFORMANCE AND TESTS A. Workmanship will be first class in every respect and performed in a most thorough manner and in keeping with the best practice of the trade. Personnel will be properly licensed, skilled, and efficient in their respective parts of the work. B. All material and equipment will be new, without defects, and of the highest quality. C. Such tests as required for all component parts of the completed installation will be performed by Contractor to demonstrate the satisfactory functioning of all electrically operated equipment and wiring and the adequacy of the entire electrical system. D. Any equipment or materials furnished and installed under this Contract, which fail under test, will be repaired or replaced and then retested until satisfactory results are obtained, entirely at the expense of Contractor. Contractor will assume full responsibility for the proper functioning and quality of all mechanical installations to the extent that any breakdowns, deficiencies, or deterioration’s caused by poor, inferior equipment furnished by Contractor, materials, or method of installation will be promptly remedied, replaced or repaired by Contractor. E. Any correction required during the guarantee period and established following a survey of the installation at the end of the guarantee period will be modified as above. 1.3 EXISTING CONDITIONS AND RELOCATION A. Contractor, before submitting his proposal, will visit the Site and will be held responsible for having ascertained local conditions, such as location, accessibility, and general character of the Site, and the character and extent of and existing work adjacent to the Site. Contractor will fully examine all Drawings relating to the Work and will become completely informed as to the extent and character of the Work required and prevailing existing conditions. No allowances will be made for Contractor’s failure to avail himself of such information. 1.4 DRAWINGS – DIAGRAMMATIC A. Conduits and wiring are shown diagrammatically only. Contractor will furnish, install, and place in satisfactory condition, ready for operation, all conduits, cables, and all other material needed for power, and other electrical system indicated on the Contract Documents. Additional conduits and required wiring will be installed by Contractor for wherever needed to complete the installation of the specific equipment furnished. B. The Drawings and Specifications are complementary and are to be taken together to form the complete document. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 02 00 Oakland County Water Resources Commissioner Electrical Work - General 26 02 00 - 2 1.5 LOCATION – APPROXIMATE A. The locations of boxes, switches, and similar items as shown on the Contract Drawings are approximate only, and exact locations will be determined in the field. In case of interference with other work or of erroneous locations with respect to equipment or structures, Contractor will notify engineer and furnish all labor and materials to complete the Work in an approved manner, at no additional cost to Owner. 1.6 SHOP DRAWINGS A. Shop Drawings Submittals will be as per Section 01 3300 of this Specification. 1.7 CLEANING UP A. Contractor will perform cleaning in accordance with the requirements of Section 01 7700 of this Specification. 1.8 RECORD DRAWINGS A. Record ("As Built") Drawings will be submitted as specified in Project Records Section 01 7839 as applicable. As Work progresses, legibly record all field changes on a set of Project Contract Drawings. 1.9 DOCUMENTATION PROCEDURES A. Signed commitments are required. The transfer of electrical system to the Owner for operation will not proceed until guarantees, warranties, performance certifications, maintenance agreements, and similar commitments to be signed by Contractor and other entities have been executed and transmitted to engineer for placement in Owner’s records. In addition, copies of all elementary and point-to-point field wiring diagrams must be provided to the Owner prior to transfer. 1.10 PAINTING A. All shop painting will be accomplished at manufacturer facilities meeting ANSI standards and will be included in the Bid Price for equipment and material furnished under this Division. Touch up all scratched or base surfaces of factory-painted equipment will with the same color paints as used originally. PART 2 – PRODUCTS NOT USED PART 3 – EXECUTION NOT USED END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 02 10 Oakland County Water Resources Commissioner Codes and Fees 26 02 10 - 1 SECTION 26 02 10 – CODES AND FEES PART 1 – GENERAL 1.1 APPLICABLE CODES AND REQUIREMENTS A. Conformance: 1. All Work, equipment, and materials furnished will conform with the existing rules, requirements, and specification of the: a. Insurance Rating Organization having jurisdiction. b. National Electrical Code (NEC). c. National Electrical Manufacturers Association (NEMA). d. Institute of Electrical and Electronics Engineers (IEEE). e. Insulated Cable Engineers Association (ICEA). f. American Society of Testing Materials (ASTM). g. American National Standards Institute (ANSI). h. Underwriters Laboratories, Inc. (UL). i. National Board of Fire Underwriters (NBFU). j. National Fire Protection Association (NFPA). k. Michigan Department of Health (MDH). l. National Electrical Contractor's Association "Standard of Installation" (NECA). m. Joint Industrial Council (JIC). n. Instrument Society of America (ISA). o. Michigan Industrial Occupational Safety and Health Administration (MIOSHA). p. Requirements of the Occupational Safety and Health Administration (OSHA). q. All other applicable Federal, State and Local laws and ordinances. r. Rules of the local utility companies will be complied with. B. Non-Conformance: 1. Any paragraph of requirements in these Specifications or Drawings, deviating from the rules, requirements, and specifications of the above organizations, will be invalid and their requirements will hold precedent thereto. The Contractor will be held responsible for adherence to all rules, requirements, and specifications as set forth above. Any additional work or material necessary for adherence will not be allowed as an extra, but will be included in the Bid Price. Ignorance of any rule, requirement, or specification will not be allowed as an excuse for non-conformity. Acceptance by Engineer does not relieve the Contractor from the expense involved for the correction of any errors, which may exist on Drawings submitted or in the satisfactory operation of any equipment. 1.2 CERTIFICATION A. Inspection Certification: 1. Upon completion of the Work, The Contractor will obtain certificates of inspection and approval from the National Board of Fire Underwriters or similar inspection organization having jurisdiction and will deliver same to the Engineer, WRC and the City. 1.3 FEES A. Permits, Inspections, etc.: 1. The cost of procuring all permits, inspection services, fees for temporary and permanent electrical services will be included in the bid price. PART 2 – PRODUCTS Not Used Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 02 10 Oakland County Water Resources Commissioner Codes and Fees 26 02 10 - 2 PART 3 – EXECUTION Not Used END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 02 20 Oakland County Water Resources Commissioner Electrical Material and Methods 26 02 20 - 1 SECTION 26 02 20 – ELECTRICAL MATERIAL AND METHODS PART 1 – GENERAL 1.1 SCOPE OF WORK A. Provide labor, materials, equipment, supervision, and incidental services necessary, to complete all Work as indicated on Drawings and specified herein, including but not limited to: 1. Conduit and Fittings. 2. Boxes. 3. Miscellaneous Supports. 1.2 TESTING A. NOT USED 1.3 SUBMITTALS A. Submittals will be in accordance with Section 01 3300 - Project Submittals, of this Specification, and as otherwise specified herein. B. Provide data on each type of product specified in this section as applicable PART 2 – PRODUCTS 2.1 CONDUIT A. PVC-coated Rigid Steel Conduit, Elbows, and Couplings: Zinc-coated threaded steel per UL 6 "Specification for PVC coated Rigid Metal Conduit." Each length of conduit will be threaded on both ends. 1. Manufacturers: a. Allied. b. Pittsburgh. c. Steelduct. d. Triangle. e. Wheatland. f. Or equal. B. Flexible Steel Conduit: Per UL-1, "Flexible Steel Conduit." 1. Manufacturers: a. Carol. b. Electri-Flex. c. Triangle. d. Or equal. C. Liquid-Tight Flexible Steel Conduit: Per UL-1, "Flexible Steel Conduit," with a PVC Jacket. 1. Flexible conduit will not be smaller than ¾ trade size except as follows: a. ½ inch flexible conduit and fittings will be allowed only if equipment will not accept ¾ inch. 2. Flexible conduit will be limited to a maximum length of 3 feet unless otherwise shown or specified. 3. Slack will be provided to facilitate maintenance of the utilization equipment. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 02 20 Oakland County Water Resources Commissioner Electrical Material and Methods 26 02 20 - 2 4. Manufacturers: a. Carol. b. Electric-Flex. c. Sealtite. d. Or equal. 2.2 CONDUIT FITTINGS A. Fittings for Rigid Steel Conduit: Cast or Malleable Iron Bodies, Cadmium- or Zinc-Plated, with Taper Threads, screw attached cover plates, and gaskets. 1. Manufacturers: a. Appleton, "Form 35." b. Crouse-Hinds, Form 8". c. Pyle-National, Form R". d. Or equal. B. Expansion Fittings for Rigid Steel Conduit: Cast or Malleable Iron Bodies, with threaded end caps for receiving fixed and movable conduits, metallic pressure packing and copper bonding jumper assembly, and providing for a minimum of 2 inches movement of the conduit in either direction. 1. Manufacturers: a. Appleton, "Type XJ". b. Crouse-Hinds, "Type XJ". c. O-Z, "Type AX". d. Or equal. C. Conduit Unions, on Continuous Run: 1. Manufacturers: a. Appleton. b. Erickson. c. Or equal. D. Fittings for Flexible Steel Conduit: Malleable iron or steel, zinc- or cadmium-plated, securing the conduit by clamping action around the periphery of the conduit. 1. Manufacturers: a. Appleton. b. Midwest. c. Raco. d. Or equal. E. Fittings for Liquid-Tight Flexible Steel Conduit: Designed to maintain the Liquid-Tight feature of the installation. 1. Manufacturers: a. Appleton. b. Midwest. c. Raco. d. Or equal. F. Locknuts for Rigid Steel Conduit: Malleable iron steel, zinc- or cadmium-plated. G. Bushings for 1-inch and smaller Rigid Steel Conduits: Insulating plastic type of non-burnable thermosetting phenolic, conforming to Underwriters Laboratories requirements. Do not furnish nonrigid Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 02 20 Oakland County Water Resources Commissioner Electrical Material and Methods 26 02 20 - 3 plastic bushings. H. Bushing for 1-1/4-inch and Larger Rigid Steel Conduits: Malleable iron or steel, zinc- or cadmium-plated, with insulating insert of thermosetting plastic as specified for smaller conduit bushings, molded and locked into the bushing ring. 2.3 OUTLET BOXES A. Sheet Steel Boxes: Galvanized not less than No. 14-gauge, with knockout openings, single or multiple gang, with extensions, adapters, plaster rings, tile covers, fixture studs and cover plates. Furnish accessories with same gauge and finish as specified for boxes, except where special finishes are specified for covers and device plates. Provide sizes per NEC requirements for wiring space, except where minimum sizes are specified. 1. Manufacturers: a. Appleton. b. Steel City. c. Raco. d. Or equal. B. Cast or Malleable Iron Boxes: Galvanized or cadmium-plated, single or multiple gang with taper threaded hubs, adapters, and cover plates. Furnish cast metal, galvanized or cadmium-plated accessories, except where special device plates are specified. Furnish gaskets when located in areas requiring gaskets. Provide sizes per NEC requirements for wiring space, except where minimum sizes are specified. 1. Manufacturers: a. Appleton. b. Steel City. c. Raco. d. Or equal. 2.4 PULL AND JUNCTION BOXES A. Boxes less than 5 inches by 5 inches: Conform to Article 2.03, "Outlet Boxes." B. Sheet Metal Boxes: Code gauge, full seam welded with bent-in flanges seam welded at corner joints, screw fastened cover of same gauge as box. Fasten cover with machine screws. Galvanize box and cover after fabrication. Provide sizes conforming to NEC requirements for wiring space, except where boxes of larger size are indicated. Furnish gaskets when located in areas requiring gaskets. C. Cast or Malleable Iron Boxes: Code gauge, with threaded hubs or conduit bosses for field drilling and tapping, screw fastened cover of same gauge as box. Fasten cover with machine screws. Galvanize box and cover after fabrication. Provide sizes conforming to NEC requirements for wiring space, except where boxes of larger size are indicated. Furnish gaskets for boxes installed outdoors. 1. Manufacturers: a. Adalet – PLM. b. Crouse-Hinds. c. O-Z. d. Or equal. 2.5 CABLE TRAYS (NOT USED) 2.6 WIREWAYS A. Painted steel enclosure with hinged or screw fastened cover, bends, elbows, tees, crosses, adapters, and accessories as required, easily assembled into a complete system. Provide sizes per NEC requirements for wiring spaces, except where larger sizes are indicated. Furnish gaskets when located Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 02 20 Oakland County Water Resources Commissioner Electrical Material and Methods 26 02 20 - 4 in areas requiring gaskets. 1. Manufacturers: a. Square-D Co. b. Hoffman. c. Or Equal. 2.7 FIRE STOP MATERIAL A. Single component firestop for sealing through penetrations of fire rated walls and floors will be UL classified and listed for use in electrical circuit protection systems and through penetration fire stop systems in accordance with ASTM E 814 and UL 1479. 1. Manufacturers: a. Dow Corning, "Fire Stop". b. Standard Oil, "Fyre Putty". c. 3M, "Fire Dam 150". d. Or Equal. 2.8 MISCELLANEOUS A. Trapeze Hangers: 1. Manufacturers: a. B-Line. b. Kindorf. c. Powerstrut. d. Unistrut. e. Or Equal. B. Shielding Paint: 1. Manufacturers: a. Thomas & Betts "Kopr - Shield". b. Or Equal. C. Sealants: 1. Manufacturers: a. Dap, Inc., "Flexseal Two-Part Polysulfide Sealant". b. Pecora Corp., "GC-S Synthacaulk". c. Sonneborn, "Sonolastic Two Part". d. Or equal. PART 3 – EXECUTION 3.1 CONDUIT SYSTEMS A. Install Rigid Steel Conduit in all applications, except as otherwise specified or indicated. Drawings indicate the general location of conduits; however, Contractor will install these conduits in such a manner to avoid all interferences. B. Install flexible conduit in lieu of rigid conduit for final connection to equipment subject to vibration or movement and as indicated on Drawings. Use liquid-tight type flexible conduit in lieu of non-jacketed flexible conduit in damp or wet locations and for final connections to all 480-volt motors. Furnish and install minimum six (6) inches long wire mesh strain relief grip at each end of all liquid tight flexible metal conduits. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 02 20 Oakland County Water Resources Commissioner Electrical Material and Methods 26 02 20 - 5 C. Install conduit systems as indicated, as required by the NEC, and as specified. Install conduit sizes as indicated. Where conduit sizes are not indicated, install sizes per NEC requirements, except do not use conduit sizes smaller than 3/4-inch unless otherwise specified or indicated on Drawings. D. Install conduit exposed in all areas unless otherwise indicated or specified. E. Install exposed conduit runs parallel or perpendicular to walls, structural members or intersections of vertical planes and ceilings. Keep conduit at least 6 inches away from parallel runs of high temperature surfaces, such as steam or hot water pipes, and do not run conduit directly under cold water lines. F. Group conduits for common support where indicated, as practicable or as directed by Engineer. G. Do not install crushed or deformed conduits and avoid trapped runs in damp or wet locations. Take care to prevent the entrance of water and the lodging of concrete, plaster, dirt, or trash in conduit, boxes, fittings, and equipment during course of construction. Free conduit of obstructions or replace the conduits. Where conduit joints occur in concrete slabs, or in damp or wet locations, make joints watertight by applying an approved compound on the entire thread area before assembling. Draw up all conduit joints as tightly as possible. Cap exposed empty conduits, which do not terminate in outlets, panels, cabinets, etc., with standard galvanized plumbers pipe caps. Install pull lines in empty conduits. H. Core drill for individual conduits passing through concrete slabs and walls. Notify Engineer in advance of core drilling. Seal spaces around conduit with epoxy grout. I. Install conduit sleeves for all exposed conduits and cables passing through walls, and fill the void between sleeve and conduit with rubber caulking, as approved by Engineer, flush with the end of the sleeve to seal the opening. J. Make changes in direction of runs with symmetrical bends, fittings or pull boxes. Do not use bends around outside corners: use fittings for same. Install elbows, bends, and offsets having a minimum radius of curvature of 24 inches for 2-inch and 2-1/2-inch conduit, and 30 inches for 3-inch and larger conduit. Except where conduit runs are shown in exact detail, install pull points at not greater than 200- foot intervals in straight runs. Where bends are included between pull points, reduce this maximum permissible 200-foot separation between pull points by 50 feet for each 90-degree bend and 25 feet for each 45-degree bend. Figure deductions for all other angle bends on a similar basis. When bends are made in the field, make bends with an approved hickey or conduit bending machine. Make bends in 1- 1/4-inch and larger conduits with standard conduit ells where possible. K. Provide conduit nipples with two independent sets of threads. Do not use running threads on any part of the conduit system. Where conditions require joining two fixed conduits into a continuous run. Use a conduit union in place of running threads and coupling. L. Install expansion fittings in exposed conduit runs of excessive length, crossing building expansion joints, and elsewhere as indicated. M. Install double locknuts and bushings on all rigid conduit terminations. Increase length of conduit threads at terminations sufficiently to permit the bushing to be fully seated against the end of the conduit. N. Use one hole malleable iron galvanized pipe straps for support of single conduits, or clevis-type hangers. Support groups of conduit on trapeze hangers. Use threaded rod or pipe for hanger support. Do not use perforated strap or wire for conduit or hanger support. Use beam clamps of malleable iron or wrought steel with hook rods to grip the beam flange for conduit or hanger support; do not use C-clamp type fittings. Support exposed conduit at least every 8 feet if smaller than 2-inch, and every 10 feet if 2- inch and larger unless otherwise noted. O. Conduit will not be supported from architectural ceiling hangers, wires, or mechanical equipment. 3.2 OUTLET, DEVICE, PULL AND JUNCTION BOXES A. Outlet boxes for use with rigid steel conduit: Sheet steel for flush or concealed work in dry location; cast or malleable iron in exposed, or damp or wet locations. B. Pull and Junction Boxes for use with each type of Conduit: As specified for outlet boxes for each conduit type under above paragraphs. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 02 20 Oakland County Water Resources Commissioner Electrical Material and Methods 26 02 20 - 6 C. Install boxes in the wiring or raceway systems as required for pulling of wires, making connections, and mounting of devices. D. Install outlets for controlling lighting on the latch side of door where possible. E. Support boxes independent of conduit and secure rigidly in place. Install boxes used for fixture support such that they are capable of carrying 100 pounds. 3.3 CABLE TRAYS (NOT USED) 3.4 WIREWAYS A. Install wireways at locations as indicated. Where wireways are located on surfaces, do not install wireway in contact with such surfaces. Support wireway with not less than 1/4-inch separation from the surface. 3.5 FILED FABRICATED METAL WORK (NOT USED) A. Clean and prime paint field-fabricated metal work. B. After fabrication deburr, scrape, grind smooth, wire brush with power and degrease all metal work. 3.6 SEALANT WORK A. Surfaces or voids to receive sealant will be clean, free of debris and other contaminants, and dry. Voids will include backer rod to prevent seepage of material, through penetrations and include damming material to back up sealant. Apply material in quantities and methods of installation as specified within manufacturer’s instructions. END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 05 14 Oakland County Water Resources Commissioner Cable and Wire 600 Volts or Less 26 05 14 - 1 SECTION 26 05 14 – CABLE AND WIRE 600 VOLTS OR LESS PART 1 – GENERAL 1.1 SCOPE OF WORK A. Furnish, install, connect, test, and place in satisfactory operating condition, ready for service, all cable and wire rated through 600 volts as indicated on Contract Drawings and as specified herein, with the exception of internal wiring provided by electrical equipment manufacturers. The work of connecting cables to equipment, and devices will be considered a part of this Section. All hardware and fittings required for the installation of cable and wire system will be furnished and installed under this Section. 1.2 TESTING A. All tests will be performed with the requirements of the general conditions. The following tests are required. 1. Factory Test a. Furnish wire and cable on which standard factory test established by ASTM, ANSI, ICEA, and NEMA have been performed. 2. Field Test a. Wire and cable will be tested as per Section 26 2910 of this Specification, for wire and cable through 480-volt service. 1.3 SUBMITTALS A. Submittals will be in accordance with Section 01 3300 of this Specification and as otherwise specified herein. B. Submit product data on each type and size of cable with color coding schemes for branch circuit wiring. PART 2 – PRODUCTS 2.1 WIRE AND CABLE A. Furnish wire and cable per standard specification established for such material and construction by ASTM, ANSI, IPCEA, and NEMA, where applicable. Furnish copper conductors unless otherwise specified, not less than No. 12 AWG, except control conductors, which may be No. 14 AWG. All conductors will be stranded. All control conductors will be tinned copper. 1. Manufacturer: a. Anaconda b. Anixter c. Essex d. Or Equal B. Wire for General Interior and Exterior Use: Single conductor, annealed copper, NEC Type XHHW-2 rated 90 degrees C in dry locations and 75 degrees C in wet locations, 600 volts. C. Wire for Underground Use: Single conductor annealed copper NEC Type USE, rated 75oC, 600 volts. D. Single-pair shielded cable conductors for installation in conduit will be #16 AWG minimum, stranded, tinned copper, polyethylene or extruded PVC/Nylon insulated twisted shielded pair. Multi pair cable conductors will be at least #16 AWG. The shield will be aluminum polyester with 100% coverage. The cable will include a drain wire and gray PVC jacket. Insulation will be 600 volts and temperature rating 90oC. 1. Manufacturer: a. Anixter Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 05 14 Oakland County Water Resources Commissioner Cable and Wire 600 Volts or Less 26 05 14 - 2 b. American Cable c. Belden d. Okonite e. Or Equal E. Shielded instrumentation cable conductors for installation in conduit will be #16 AWG minimum, stranded, tinned copper, polyethylene or extruded pvc/nylon insulated. The shield will be aluminum polyester with 100% coverage. The cable will include a drain wire and pvc jacket. Insulation will be 600 volts and temperature rating 90oC. 2.2 SPECIAL CABLE A. Where special cable is specified or required by manufacturer of a particular piece of equipment, the special cable or wire will be furnished and installed in accordance with manufacturer's recommendations and NEC requirements. 2.3 LUGS FOR TERMINATING COPPER CONDUCTORS A. Lugs for Terminating Power Conductors up to and Including No. 8 AWG: solderless compression type, manufacturer's standard, unless otherwise specified. B. Lugs for Terminating Power Conductors No. 6 AWG and Larger: Solderless Compression Type, one hole for No. 6 AWG through No. 4/0 AWG inclusive, and two-hole for larger sizes. 1. Manufacturer: a. Burndy, "Type YA-L" b. Thomas & Betts, "Series 54000" c. Or Equal C. Lugs for Terminating Control and Switchboard Wiring: Solderless Compression Type with tinned ring tongue. 1. Manufacturer: a. Burndy, "Hydent" b. Thomas & Betts, "Sta-Kon" 2.4 TERMINAL BLOCKS A. Terminal Blocks for use in Control Wiring of Control Panels and Terminal Cabinets: Molded barrier type, rated 30 amperes, 300 volts, with washer head binding screws and white marking strip. Provide minimum 25 percent spare terminal blocks, or as indicated on Drawings. 1. Manufacturer: a. Allen-Bradley b. Cutler-Hammer, Inc., "Bulletin 10987" c. General Electric, "EB-5" d. Square D Co., "Type G" e. Or Equal 2.5 WIRE AND CABLE MARKERS A. Wire and cable markers will be "Omni-Grip" or “Bradysleve” as manufactured by W.H. Brady Co. or equal. “Bradsleve” markers will be heat shrink type. B. Wire and cables with diameters exceeding the capacity of the "Omni-Grip" or “Bradysheve” will be marked with preprinted, self-adhesive vinyl tapes as manufactured by W.H. Brady Co. or equal. C. “Bradysleve” markers will be labeled with legends that are machine printed using the manufacturer’s recommended process and materials. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 05 14 Oakland County Water Resources Commissioner Cable and Wire 600 Volts or Less 26 05 14 - 3 2.6 ELECTRICAL TAPE A. Color-code tape will be vinyl, self-adhesive type, as manufactured by 3M (#35), Plymouth Rubber Co., or equal. B. Insulating tape will be vinyl, self-adhesive type, as manufactured by 3M (Super 33+), Plymouth Rubber Co. Or equal. 2.7 FIRE-PROOFING TAPE A. Fire-proofing tape will be Scotch No. 7700 with Scotch No. 27 binding or equal. 2.8 CABLE SUPPORTS A. Cables in vertical conduit runs will be supported according to National Electrical Code Section 300-19. Cable supports will be O.Z. Gedney, or equal. PART 3 – EXECUTION 3.1 GENERAL A. Install wiring in raceway systems as indicated and as specified except where exposed wiring is indicated or specified. Install wiring only in completed raceways systems and when systems are protected from the weather. Install conductors continuous, without splices, between equipment, where possible. Where splices are required, make up splices in boxes; do not use fittings for same. B. All conductors and cables will be terminated by lugs, or compression connectors. Cables will not be wrapped around screw type terminals. C. Cable terminations will be made as recommended by cable manufacturer for the particular cable and service conditions. No splicing will be permitted in signal cables. Signal wires will be as recommended by manufacturer or as indicated on the Contract Drawings. D. Cable will not be pulled tight against bushings nor pressed heavily against enclosures. Cable-pulling lubricants will be as recommended by cable manufacturer for that particular type cable. E. Cables will not be bent to a radius less than manufacturer's recommended minimum bending radius. All cables in one conduit over one foot long, or with any bends, will be pulled in or out simultaneously. F. Install phase and neutral conductors of each branch or feeder circuit in a single conduit except where paralleling circuits are indicated. Install paralleling circuits of identical makeup and length as the paralleled circuit, and terminate conductors at both ends to ensure equal division of the total current between conductors. G. Connect all power wiring to equipment such that phasing will be A-B-C-N left to right, top to bottom and front to back, where possible, and permanently identify phasing on these structures or housing adjacent to bus. Phase identification A-B-C is equivalent to transformer phase identification X1-X2-X3 and H1-H2-H3. H. Spare wire and cable ends will be taped and coiled. I. Install a green ground conductor in all system conduits including branch circuit conduits for lighting and receptacles as per NEC. 3.2 COLOR CODING A. Conductor jacket will be color-coded as follows: 1. 480/277V System a. Phase A – Brown b. Phase B – Orange Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 05 14 Oakland County Water Resources Commissioner Cable and Wire 600 Volts or Less 26 05 14 - 4 c. Phase C – Yellow d. Neutral – White e. Ground - Green 2. 240Y/120V System a. Phase A – Black b. Phase B – Red c. Neutral – White d. Ground – Green B. Control Wiring - Single conductor AC control, motor control and relay circuit wire will be Red. C. DC Control Wiring - Blue D. Alarm/Instrumentation/Telemetry – Orange E. Automatic Control or Foreign Power - Yellow 3.3 WIRING CONNECTIONS AND TERMINATIONS A. Splice only in accessible junction boxes. B. Use solder-less pressure connectors with insulating covers for copper wire splices and taps, 8 AWG and smaller. C. Use compression sleeves for copper wire splices and taps, 6 AWG and larger. Tape uninsulated conductors and connectors with electrical tape to 150 percent of the insulation value of conductor. D. Thoroughly clean wires before installing lugs and connectors. E. Make splices, taps and terminations to carry full ampacity of conductors without perceptible temperature rise. 3.4 SEPARATION OF CIRCUITS A. Run each individual feeder or branch circuit per NEC code. B. Run control circuitry for each individual motor per NEC code. C. Instrumentation and telephone cables will be run in individual conduits, separate from 480-volt and 120-volt power or control circuits except where shown on the Contract Drawings. 3.5 CONDUIT RELOCATION, IF APPLICABLE A. Extension of conductors within a relocated conduit run will be executed in the following manner. B. Control and power conductors of all wire gages will be extended by splicing in junction boxes using compression- type wire connectors. C. Signal cables (twisted and shielded conductors) will be extended using an appropriately sized two-screw terminal strip mounted securely within a junction box. 3.6 WIRE AND CABLE IDENTIFICATION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 05 14 Oakland County Water Resources Commissioner Cable and Wire 600 Volts or Less 26 05 14 - 5 A. All wires, cables, and each conductor of multi-conductor cables (except lighting and receptacle wiring) will be uniquely identified with wire and cable markers bearing the designator from an Owner approved identification scheme, at each end and at all intermediate termination points. B. Where wires or cables pass through pullboxes or junction boxes without splices, they will be identified as above. C. Control Cable Identification 1. Each single conductor wire will be numbered with an abbreviated number of the terminal to which the wire is to be connected. The wires will be identified near the connecting terminal with the number of the terminal it is to be connected to 1 in. back from the first tag. The tag number of terminal on the opposite end of the wire will be applied. 2. Multiple conductor (unshielded) cable assemblies will be marked where it enters the panel with its designated cable number. The identification number tag will be round plastic with the identification number engraved on the plastic tag. Groups of wires will be separated and marked with insulated twisted wire of the same color and gauge as group tracer. Individual wires will be tagged as described above. 3. Large multiple conductor (shielded) cable assemblies and cable groups will be marked as described above. Small cable assemblies will be marked with the designated cable number. Individual wires will be marked near the terminal with an abbreviated form of the terminal number to which it is connected. One inch back from the first tags, or marked sleeves, the number of the cable from which it was taken will be marked. 4. Cables will be identified at all intermediate termination points, junction boxes, pull boxes, and manholes by engraved 1-in. by 3-in. plastic tags. The tags will be white laminated plastic with engraved black 5/32-in. high characters. The tags will be attached to cables with plastic wire ties. END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 05 15 Oakland County Water Resources Commissioner Wiring and Control Devices 26 05 15 - 1 SECTION 26 05 15 – WIRING AND CONTROL DEVICES PART 1 – GENERAL 1.1 SCOPE OF WORK A. Provide labor, material, and incidental service necessary to complete all electrical work indicated on Drawings and specified herein, including but not limited to: 1. Switches 2. Receptacles 3. Device Plates 1.2 TESTING A. All tests will be performed in accordance with the requirements of the General Conditions. The following tests are required. 1. Factory Tests: a. Furnish devices that conform to NEMA and other regulatory agencies. 2. Field Test: a. Perform operating test on devices to prove that all design functions are satisfactorily perform (correct wiring and polarity). 1.3 SUBMITTALS A. Submittals will be in accordance with Section 01 3300 of this Specification and as otherwise specified herein. B. Submit product data on proposed list of devices, including manufacturer and catalog number. PART 2 – PRODUCTS 2.1 WALL SWITCHES A. Switches for controlling lighting directly on AC systems will be toggle-operated, specification grade, composition base, heavy-duty, flush, quiet type, with provision for back and side wiring and rated 20 amperes, 120/277 VAC. 1. Manufacturers: a. Arrow Hart “1900 Series” b. Bryant “4900 Series” c. Hubbell “1220 Series” d. Or equal 2.2 CONVENIENCE RECEPTACLES A. Duplex convenience receptacles for 120 volt, single-phase service will be straight blade, 2-pole, 3-wire, NEMA configuration 5-20R, rated 20 amperes, 125 volts, NEMA performance standard, specification grade, for back and side wiring. 1. Manufacturers: a. Arrow Hart “5362” b. Bryant “5362” c. Hubbell “5362” d. Or equal Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 05 15 Oakland County Water Resources Commissioner Wiring and Control Devices 26 05 15 - 2 B. Ground fault duplex convenience receptacles, for 120 volts, single-phase service located in wet locations or outdoor, will be straight blade, 2-pole, 3-wire, NEMA configuration 5-20R, rated 20 amperes, 125 volts, NEMA performance standard, specification grade, for back and side wiring. Receptacle will be located in taymac outlet enclosure Catalog No. 20350. 1. Manufacturers: a. Arrow Hart “GF-5362” b. Bryant “GF-5362” c. Hubbell “GF-5362” d. Or equal 2.3 POWER RECEPTACLE A. Provide 200 ampere, 480 volt, 3-wire, 4 pole, and reverse service receptacle as shown on the electrical drawings and as per the WRC’s requirements. 2.4 DEVICE PLATES A. Device plates in electrical room, mechanical rooms, utility rooms, and similar areas will be zinc- or cadmium- plated steel. B. Device plates in wet or moist areas and outdoors will be weatherproof type. Provide taymac outlet enclosure cat. No. 20350 for weatherproof receptacles. C. Provide screws with finish to match device plate. PART 3 – EXECUTION 3.1 INSTALLATION A. Mount receptacles and switches at uniform heights above the floor as indicated on Drawings. B. Install plates on flush mounted outlets with all four edges in continuous contact with finished wall surfaces without the use of plaster mats or similar devices. Install plates, vertically, unless otherwise noted, with an alignment tolerance 1/16-inch. C. Single pole toggle switches will be installed so that the switch is "on" in the up position. D. Duplex receptacles will be installed with the U-shaped slot down or to the right. E. Duplex receptacles will be wired with the neutral white wire to the larger of the two slots, which is "Silver." F. The grounding Yoke of all receptacles will be firmly connected to the box. END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 05 26 Oakland County Water Resources Commissioner Grounding 26 05 26 - 1 SECTION 26 05 26 – GROUNDING PART 1 – GENERAL 1.1 SCOPE OF WORK A. Provide labor, materials, supervision, and incidental services necessary to effectively ground all equipment enclosures, motors, raceways, control panels, and similar items in strict accordance with Article 250 of the National Electrical Code and as indicated on Drawings. 1.2 TESTING A. All tests will be performed in accordance with the requirements of the General Conditions. The following tests are required: 1. Factory Tests: Not Applicable. 2. Field Testing: a. Grounding system will be tested as per Section 26 2910 of Specification. 1.3 SUBMITTALS A. Submittals will be in accordance with Section 01 3300, Project Submittal Requirements, of this Specification, and as otherwise specified herein. 1. Submit complete data on ground rods, grounding conductors and fittings. PART 2 – PRODUCTS 2.1 GROUND RODS A. Copperweld or copper-clad steel 3/4-inch in diameter and 10-foot long. 1. Manufacturer: a. ITT Blackburn b. Hubbard and Company c. W.A. Thomas Co d. Or Equal 2.2 GROUNDING CONDUCTORS A. Bare Conductors: Stranded annealed copper. B. Insulated Conductors: Stranded annealed copper insulated with a heat and moisture resistant polyvinyl chloride compound and meeting UL requirements for Type THW, 75 degrees C, rated 600 volts, color, coded green. 2.3 GROUNDING CONNECTORS A. Exothermic Welding Connection Materials: 1. Manufacturer: a. Cadweld b. Or Equal B. Copper Compression Grounding: 1. Manufacturer: Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 05 26 Oakland County Water Resources Commissioner Grounding 26 05 26 - 2 a. Thomas & Betts b. Burndy c. Or Equal C. Grounding Fittings for Bonding a Ground Conductor to it's own Conduit: 1. Manufacturer: a. Burndy, "Type NE" b. Penn Union, "Type Bd" c. Or Equal 2.4 GROUND BUS A. 1/4-inch by 2-inch copper bus or as indicated on Drawings. 1. Manufacturer: a. WA Thomas Co b. ITT Blackburn c. Burndy d. Or Equal PART 3 – EXECUTION 3.1 GENERAL REQUIREMENTS A. Install conductors of size required by the NEC except where larger sizes are otherwise indicated. Install ground rods at locations indicated. Locate top of rod not less than 12 inches below finished grade. B. Thoroughly clean all bonding surfaces of non-conducting materials. Where bolted connections are used, treat surfaces with a corrosion-inhibiting compound. B. Where insulated conductors are used, thoroughly tape all exposed splices and connections. Encapsulate below grade splices and connections so bare conductors are not in contact with earth. D. Where metallic conduit is used for mechanical protection of a ground conductor, bond conductor to the conduit at each end. E. For electrical system neutral grounding, do not use conductor sizes smaller than No. 8 AWG. F. Bare copper bar, cables or fittings used for grounding will not be installed in cinder fill or covered with fill containing cinders or other corrosive materials. Cables will be installed to prevent stress. G. Ground conductors will be copper of at least 98 percent IACS conductivity, installed without splices. H. All ground cables or bus, in locations where subject to mechanical damage, will be protected by rigid metal conduit, steel guards, or other suitable shield. In cases where conduit or other metallic encasement of ground conductors is required, conductor will be permanently and effectively grounded to the enclosure at both ends. I. Where ground conductors pass through floor slabs or building walls, sleeves of steel conduit of the required size, shape and length will be provided, unless otherwise specified or shown on Drawings. J. All bonding jumpers will be copper and of a cross-sectional area at least equal to their corresponding grounding conductors. Where attached to equipment, conduits, cabinets, suitable approved solderless lugs, compression connections or clamps will be used. Soldered connections will not be used on grounding circuits. K. Number, spacing, and location of ground rods to be driven will be as indicated on Drawings. All connections to ground rods will be below ground or finished floor, unless otherwise specified. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 05 26 Oakland County Water Resources Commissioner Grounding 26 05 26 - 3 L. Taps and splices in grounding cables will be made by exothermic welding process. Connections will be considered as standard electrical connections in a corrosive element and treated accordingly. Underground connections will be painted with an asphaltic-base compound after testing. 3.2 SERVICE GROUNDING A. Grounded Neutral service conductor will be bonded at the service disconnect, as per the NEC and power company’s requirements. 3.3 EQUIPMENT GROUNDING A. Ground conductor will be stranded bare copper, continuous without splice. B. Secondary power systems including metal duct, motor frames, steel supports for starters, panels, and switches, which are not rigidly secured to, and in contact with, the grounded structural metal frame of a building or conduit system, or which are subject to excessive vibration and loosening of ground contacts, will be securely bonded to building steel by means of stranded copper jumpers. Jumpers will include a circular-mil cross-section of not less than 30 percent of the largest conductor entering the enclosure being grounded, with no jumper smaller than No. 8 AWG. C. Conduit which terminates at boxes or cabinets through concentric or eccentric knockouts, will be provided with approved bonding jumpers and ground lugs. Jumpers will consist of stranded, braided copper wire at least No. 8 AWG with solderless lug on each end. Jumper will be connected from a grounding type locknut on conduit inside the box to a stud or silicon bronze alloy bolt in the cabinet frame. D. Conduit expansion joints and telescoping sections of metal raceways not thoroughly bonded otherwise will be provided with approved bonding jumpers of not less than No. 8 AWG stranded bare copper. E. At motor connections below 600 volts, an additional insulated ground conductor will be installed inside the flexible conduit, connected to a locking type grounding bushing at each end of the conduit, providing a path for ground currents which would otherwise flow through the flexible conduit. F. Ground enclosures of all heavy-duty equipment, including switchgear, transformers, motors, generators and other equipment with a separate grounding conductor connected to the nearest ground conductor, or ground bus comprising a part of the electrical system ground, as indicated on the drawings. G. In all applications, conduit will not be the sole means of grounding equipment. Provide equipment grounding conductors as specified. END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 05 43 Oakland County Water Resources Commissioner Underground Raceway 26 05 43 - 1 SECTION 26 05 43 – UNDERGROUND RACEWAY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Material and installation requirements for: a. Underground conduits and ductbanks. B. Related Specification Sections include but are not necessarily limited to: 1. Division 03 - Concrete. 2. Section 01 33 00 - Submittals. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 2. Society of Cable Telecommunications Engineers (SCTE): a. 77, Specification for Underground Enclosure Integrity. 1.3 DEFINITIONS A. Concrete Encased Ductbank: An individual (single) or multiple conduit(s), arranged in one or more planes, encased in a common concrete envelope. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. PART 2 - PRODUCTS 2.1 UNDERGROUND CONDUIT AND ACCESSORIES A. Concrete: Comply with Division 03 - Concrete Specifications. B. Conduit: See Specification Section 26 05 20. C. Duct Spacers/Supports: 1. High density polyethylene or high impact polystyrene. 2. Interlocking. 3. Provide 2 IN minimum spacing between conduits. 4. Accessories, as required: a. Hold down bars. b. Ductbank strapping. PART 3 - EXECUTION 3.1 GENERAL Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 05 43 Oakland County Water Resources Commissioner Underground Raceway 26 05 43 - 2 A. Drawings indicate the intended equipment locations. The contractor will confirm those locations and prepare and submit final routing of ductbanks for review and approval. 1. Adjust equipment and routing to avoid field conflicts but follow the contract document as closely as practical. B. Install products in accordance with manufacturer's instructions. C. Concrete Encased Ductbank: 1. Ductbank system consists of conduits completely encased in minimum 2 IN of concrete and with separations between different cabling types as required in Specification Section 26 05 34 or as detailed on the Drawings. 2. Install so that top of concrete encased duct, at any point: a. Is not less than 24 IN below grade. 3. Where identified and for a distance 10 FT either side of the area, the concrete shall be reinforced. a. The reinforcement shall consist of #4 bars and #4 ties placed 12 IN OC, in accordance with Division 03 Specification Sections or as detailed on the Drawings. 4. Conduit supports shall provide a uniform minimum clearance of 2 IN between the bottom of the trench and the bottom row of conduit. 5. Conduit separators shall provide a uniform minimum clearance of 2 IN between conduits or as required in Specification Section 26 05 34 for different cabling types. END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 18 39 Oakland County Water Resources Commissioner Motor Control Device 26 18 39 - 1 SECTION 26 18 39 – MOTOR CONTROL DEVICES PART 1 – GENERAL 1.1 SCOPE OF WORK A. Provide labor, materials equipment supervision, and incidental services necessary, to complete all work as indicated on Drawings, and specified herein, including but not limited to: 1. Starters 1.2 TESTING All tests will be performed in accordance with the requirements of the General Conditions. The following tests are required: A. Factory Test Furnish starters, control devices safety switches, and contactors, on which standard factory tests, established by applicable codes have been performed. B. Field Test Equipment will be tested as per Section 26 2910 of this specification. 1.3 SUBMITTALS Submittals will be in accordance with Section 01 3300 - Submittals of this specification and as otherwise specified herein: A. Submit complete data on starters, control devices, and contractors. PART 2 – PRODUCTS 2.1 480 VOLT THREE – PHASE COMBINATION TYPE WITH CIRCUIT BREAKER. A. Product: The starter unit will be of combination, full voltage type with circuit breaker disconnect and will be furnished in a NEMA-12 enclosure with following devices. • Start/Stop Push Buttons • Manual-Off-Auto Selector Switch • Run Light (RED) • OFF Light (GREEN) • Elapsed time meter • Trip Reset B. Manufacturer: 1. Eaton 2. Or equal 2.2 SAFETY SWITCHES A. General Description: Fusible or non-fusible as indicated, quick-make, quick-break, NEMA “HD” heavy duty visible blade type, horsepower rated in ratings up to 200 amperes at 600 volts. Furnish 3-pole, single-throw switches unless otherwise indicated, with voltage and current ratings as indicated. Short circuit rating with fuses Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 18 39 Oakland County Water Resources Commissioner Motor Control Device 26 18 39 - 2 will not be less than 200,000 A.I.C. Silver or cadmium-plate all contact surfaces, including fuse clips. B. Interlocking: Equip switches with an external operating handle and interlock the operating handle with the cover door such that the cover door cannot be opened unless the switch is in the “OFF” position. Provide means for padlocking the operating handle in the “OFF” position such that when the operating handle is padlocked in the “OFF” position, the cover door cannot be opened and the switch cannot be closed. Equip switches with auxiliary contacts when such are indicated. C. Manufacturer: 1. Cutler-Hammer, “Type DH” 2. General Electric, “Type TH” 3. Square D, “Heavy-Duty” 4. Or Approved Equal 2.3 SINGLE PHASE MANUAL MOTOR STARTERS – FRACTIONAL HORSEPOWER (NOT USED) 2.4 CONTROL DEVICES A. Pushbuttons and Selector Switches for indoor use will be heavy-duty, oiltight type, with contacts rated 10 amperes continuous, 600 volts AC with nameplates as indicated on Drawings. 1. Manufacturers: a. Allen Bradley “Bulletin 800T” b. Cutler Hammer “10250-T” c. Square D “Class 90001” d. Or equal B. Indicating Lights for indoor use will be heavy-duty, oiltight with 6 volt lamp, integral 120-6 volt transformer, push- to-test feature, color cap and nameplates as indicated on Drawings. 1. Manufacturers: a. Allen-Bradley, “Bulletin 800T” b. Cutler Hammer “10250-T” c. Square D Co., “Class 90001” d. Or equal 2.5 CONTACTORS A. Contractors will be electrically operated, electrically held in a NEMA 12 Enclosure, with a fused disconnect switch, two (2) NO auxiliary contacts, fuses, selector switch and control devices as indicated on Drawing for Motor Space Heaters. 1. Manufacturers: a. Allen Bradley “Bulleting 500” b. Cutler Hammer c. Square D Co., “Type S- Class 8903” d. Or equal 2.6 FUSES A. General: 1. One-time high interrupting capacity, dual element type, except where current limiting fuses are indicated or specified. Class H fuses are not acceptable. Provide six (6) square fuses of each type furnished under this Contract. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 18 39 Oakland County Water Resources Commissioner Motor Control Device 26 18 39 - 3 2. Manufacturers: a. Bussmann, “Fusetron” b. Gould Shawmut, “Trionic” c. Or equal B. Current Limiting Fuses: 1. Manufacturers: a. Bussman, “Low Peak RKI” b. Gould Shawmut, “Amp Trap” c. Or equal 2.7 NAMEPLATES A. Use laminated white phenolic nameplates with black engraved letters not less than ¼ inch. All nameplates will be firmly attached by the use of corrosive resistant self-tapping stainless steel screws. PART 3 – EXECUTION 3.1 INSTALLATION A. Install equipment at locations as indicated on Contract Drawings. Install motor starters and control devices, with operating means at convenient heights above the floor and as indicated on Contract Drawings. B. Do not locate the operating means for individually mounted equipment at a height greater than 66 inches. C. In all cases, where the capacity or rating of equipment being furnished under this section is based on the rating of equipment, being furnished under other trades, confirm such rating before purchasing the equipment. D. Install fuses in all fusible equipment installed under this Division of this Specification. END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 26 10 Oakland County Water Resources Commissioner Distribution Equipment 26 26 10 - 1 SECTION 26 26 10 – DISTRIBUTION EQUIPMENT PART 1 – GENERAL 1.1 SCOPE OF WORK A. Provide labor, materials supervision, and incidental services necessary to make all work as indicated on the drawings and specified herein, including but not limited 1. Power Panel 2. Lighting Panel 1.2 TESTING All tests will be performed in accordance with the requirements of the general conditions. The following tests are required: A. Factory Test 1. Furnish panel boards, transformers and automatic transfer switches on which standard factory test established by applicable codes have been performed. B. Field Test 1. Equipment will be tested as per Section 26 2910 of this specification. 1.3 SUBMITTALS Submittals will be in accordance with Section 01 3300 - Submittals of this specification and as otherwise specified herein: A. Submit product data on panel boards, transformers, breakers including manufacturer catalog number, components list and assembly ratings. PART 2 – PRODUCTS 2.1 PANEL BOARDS FOR 480/277V POWER DISTRIBUTION (DP-1) A. General Description Dead front type per NEMA Standard PB1 and UL 67, and consisting of a 3 phase, 4 wire, solid neutral, copper main bus with main breaker and branch circuit breakers as indicated on the drawings, all in a steel cabinet. B. Ratings As indicated on the drawings. C. Circuit Breakers Bolt-in, fully rated 2 or 3 pole thermal magnetic trip molded case type will provide circuit over current protection with inverse time and instantaneous tripping characteristics. Furnish 2 and 3 pole breakers, having a common operating handle and common trip mechanism. Circuit breakers will be operated by a toggle-type handle and will have a quick make, quick break over center switching mechanism that is mechanically trip free. Automatic tripping of the breaker will be clearly indicated by the handle position. Contacts will be non- welding silver alloy type. D. Enclosure Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 26 10 Oakland County Water Resources Commissioner Distribution Equipment 26 26 10 - 2 Provide sheet metal covers over individual switches with openings for protrusion of the operating handle and with means for padlocking the operating handle in the "Off" position. Equip trim on surface mounted panels with an overall hinged door having a flush latch and cylinder lock. Key all locks alike. Minimum NEMA rating suitable for the area in which they are installed unless otherwise noted on plans. E. Spaces When future switches designated as "space" are noted, equip the panel board with bus and minimum hardware ready to receive future breakers. Furnish a blank removable spacer plate to cover the "space" until future use. F. Surge Protection Device (SPD) 1. Surge Protective Devices (SPD) shall be designed to provide transient voltage protection for a service entrance panelboard. 2. SPD units shall comply with UL 1449 and shall be listed for such use. 3. Lighting and power distribution panels shall have SPD units installed as part of the panelboard or close-coupled to the panelboard. 4. SPD units shall be rated for the voltage and phase service of the panel at 200 kA per phase. 5. SPD units shall have a built-in diagnostic package with flashing trouble indicator, a display for the status of each phase, and a counter and display to indicate the number of surges that have caused the device to operate. 6. SPD units shall be Eaton SPD, similar by Siemens, or equal. G. Circuit Directory Heavy plastic covered metal frame and card on inside of door. H. Manufacturer 1. Cutler Hammer "Power-R-Line" 2. General Electric “QMR” 3. Square D, “QMB” 4. Or equal. 2.2 MINI POWER ZONE FOR 240/120 VOLT (MPZ-1) A. Mini power center complete with copper windings transformer, and copper bus panelboard with main circuit breaker and bolt-on branch breakers. 480-240/120 volt, 1-phase, 15 kVA. Number of breakers as indicated in the panel schedules on the drawings. B. Manufacturer: 1. Cutler Hammer 2. General Electric 3. Square D 4 Or equal. 2.3 MISCELLENEOUS ACCESSORIES A. Locking devices Provide breakers with locking devices as per the NEC requirements. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 26 10 Oakland County Water Resources Commissioner Distribution Equipment 26 26 10 - 3 2.4 NAME PLATES A. Use laminated white phenolic name plates with black engraved letters not less than 1/4". All name plates will be firmly attached by the use of corrosive resistant self-tapping stainless steel screws. PART 3 – EXECUTION 3.1 INSTALLATION A. Mount panel board at uniform heights as indicated, such that the distance from the floor to the center of the top switch or circuit breaker does not exceed 78 inches. Install handle locking devices on all breakers for night lighting, emergency lighting, and similar circuits. B. Mount panel boards securely to the rack as indicated on the drawings, and provide all necessary spaces, brackets, structural pieces, inserts, anchors, and bolts for this purpose. Anchor all self supporting equipment securely to the floor and to supporting steel where such supports are indicated or required. C. The mounting heights for other devices will be as indicated on the drawings. END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 29 23 Oakland County Water Resources Commissioner Variable Frequency Drives 26 29 23 - 1 SECTION 26 29 23 – VARIABLE FREQUENCY DRIVES PART 1 – GENERAL 1.1 DESCRIPTION A. SCOPE This section specifies 480 Vac rated adjustable frequency drive motor controller systems using insulated gate bipolar transistors (IGBT) for pulse width modulation technology (PWM). 1. The VFDs specified in this section shall be the product of a single vendor for each group of equipment as follows and mounted in the specified cabinet enclosures. A single manufacturer can provide VFDs for any combination of the equipment groups or for all equipment groups. The VFD for any equipment group shall meet the requirements unconditionally. a. All Pump VFDs shall be the product of a single manufacturer. 2. Refer to the CONTRACT drawings for control and monitoring requirements including special interlocking requirements. B. COORDINATION 1. VFD shall be coordinated to match with the Pump performance characteristics. 2. VFD units shall be furnished by the Pump manufacturer to ensure complete system compatibility. C. RELATED SECTIONS 1. Section 26 02 00 - Electrical Work – General 2. Section 26 29 10 - Electrical Tests. 1.2 REFERENCES A. 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. B. 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 Title IEEE 519 IEEE Recommended Practices and Requirements for Harmonic Control in Electrical Power System NEMA 250 Enclosures for Electrical Equipment (1000 Volts Maximum) NEMA ICS 2 Industrial Control and Systems: Controllers, Contactors, and Overload Relays Rated 600 Volts NEMA ICS 6 Industrial Control and Systems: Enclosures NEMA ICS 7 Industrial Control and Systems: Adjustable-Speed Drives NEMA ICS 7.1 Safety Standards for Construction and Guide for Selection, Installation, and Operation of Adjustable-Speed Drive Systems NFPA 70 National Electrical Code (NEC) UL Standard 508 Industrial Control Equipment 1.3 QUALITY ASSURANCE A. INDUSTRY STANDARDS 1. The VFD shall be UL 508 listed and shall conform to the requirements specified in NEMA ICS 2, 6, 7 and 7.1. 1.4 SUBMITTALS A. The following information shall be provided in accordance with Section 01 33 00. 1. A copy of this specification section, with addendum updates included, and all referenced and applicable sections, with addendum updates included, with each paragraph check-marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. Check marks (✓) shall denote full compliance with a paragraph as a whole. If deviations from the specifications are indicated, and therefore requested by the CONTRACTOR, each deviation shall be underlined and denoted by a number in the margin to the right of the identified paragraph, referenced to a detailed written explanation of the reasons for requesting the deviation. The OWNER shall be the final authority for determining acceptability of requested deviations. The remaining portions of the paragraph not underlined will signify compliance on the part of the CONTRACTOR with the specifications. Failure to include a copy of the marked-up specification sections, along with justification(s) for any requested deviations to the specification requirements, with the submittal shall be sufficient cause for rejection of the entire submittal with no further consideration. 2. Certificate of Unit Responsibility attesting that the CONTRACTOR has assigned, and that the manufacturer accepts, unit responsibility in accordance with the requirements of this Section and as specified in Section 43 05 11, General Requirements for Equipment. No other submittal material will be reviewed until the certificate has been received and found to be in conformance with these requirements. 3. Catalog and technical data including outline dimensions, shipping section dimensions, weight, and foundation requirements for all assemblies. 4. Schematic diagrams and wiring connection diagram showing functions and identification of terminals. 5. Wiring diagrams shall include interconnection diagrams designating terminal assignments for all remote field connected equipment and devices. 6. FD heat dissipation calculations at full load, including heat rejection/cooling system. 7. Voltage and current Total Harmonic Distortion (THD) calculations with line reactors or filter design to mitigate harmonics to meet IEEE-519, if applicable. 8. Spare Parts List. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 29 23 Oakland County Water Resources Commissioner Variable Frequency Drives 26 29 23 - 3 9. I/O register mapping for EtherNet/IP network communications. 10. VFD configuration parameters and custom control logic programming as commissioned. 11. Operation and maintenance information as specified in Section 01 78 23, Operation and Maintenance Data, including but not limited to: a. Final reviewed submittal. b. Record drawings of control schematics, including point-to-point wiring diagrams. c. Maintenance data and schedules d. Description of operation. e. Spare parts information. f. As-built drive configuration settings. 12. Installation certification Forms as specified Section 01 75 16 Equipment and System Startup and Testing. 13. Training certification Forms as specified in Section 01 79 00 Instruction of OM Personnel. 1.5 SHIPPING, PROTECTION AND STORAGE A. Equipment shipment, protection and storage shall conform to the requirements specified in Section 01 60 00. B. VFD units shall be shipped in air-cushion vans to ensure against shipping damage and packed in suitable protective containers. C. All equipment shall be capable of being lifted, rolled or jacked into place. D. Coordinate inspection of delivered equipment with the CONTRACTOR. The units shall be inspected upon receipt for damage or loose parts. Check for evidence of water that may have entered during transit. E. Store variable frequency drive equipment in a clean, dry location with controlled, uniform temperature and humidity. Protect equipment with coverings and maintain environmental controls. 1.6 WARRANTY A. The Supplier/manufacturer shall warrant the design of the equipment and confirm that the equipment fulfills all conditions as stated in this document and that all items are free from any and all deficiencies in design, safety, workmanship and materials. The Supplier/manufacturer shall be responsible for directing all necessary alterations, repairs and/or replacements at no additional cost to the Buyer should any defect develop during the period of warranty. B. The VFD, enclosure and all components shall be complete with a warranty period of 18 months from the date of supply or of 12 months from the date of satisfactory start up and commissioning of the System. C. The Supplier/manufacturer is responsible to ensure that all material and workmanship from any Sub- vendors meet the same high quality standards of the Supplier/manufacturer. The Buyer reserves the right to visit the facilities of the Sub-vendors, by request through the Supplier. PART 2 –PRODUCTS 2.1 SYSTEM REQUIREMENTS A. The VFD system shall convert 480 volt, 60-Hertz nominal input to a suitable voltage and frequency to cause a premium efficient, squirrel- cage induction motor to run at a speed proportional to an external input analog 4 to 20 ma dc or digital input command as specified for the required VFD speed range. B. The VFD system shall include rectifier units, inverter units, control circuitry, protective equipment, input line reactors and output load reactors and other filters and accessories as necessary to provide the specified functions to meet voltage and current harmonics at the specified point of common coupling connection and to mitigate the motor reflected voltage wave. Unless otherwise specified, the point of common coupling (PCC) connection for VFDs shall be the 480 volt distribution bus (motor control center, distribution panel, etc.) immediately upstream of the VFD. C. The VFD system torque requirement shall match the pump torque requirement specified. Verify the pump type and provide variable torque (VT) or constant torque (CT) as specified in the VFD Schedule. D. VFD Type shall be six pulse (6P) VFDs used in conjunction with input line reactors and specified harmonic mitigation solutions. It must comply with requirements of IEEE-519 for Harmonic Distribution level. 2.2 ENVIRONMENTAL CONDITIONS A. The VFD shall be rated for the following service conditions: 0 to 40 degrees C, 0 to 95% relative humidity, 3300 ft. altitude without duration, +/-10% input voltage fluctuation, ±5% input frequency fluctuation. 2.3 EQUIPMENT LIST Driven Equipment Tag Number VFD Horsepower Driven Equipment Speed Range (rpm) Driven Equipment Specification VFD Type VFD Torque Rating VFD Enclosure & Mounting Distance (ft.) from VFD to motor P-1, P-2, & P-3 35 HP DIV. 40 DIV. 40 6-PULSE VT NEMA-12 – PANEL 75 FT 2.4 MANUFACTURERS A. The manufacturers will be as follows as per the WRC requirements: 1. Rockwell Automation, Powerflex 2. No Exceptions 2.5 ENCLOSURES A. GENERAL: 1. Provide VFD in NEMA enclosures rated for Environmental Conditions. Provide heat dissipation heat syncs or cooling fans compatible with rated area and as determined by heat dissipation calculations. Conformal coating protection on circuit boards for corrosive atmosphere protection is required for all areas. Air Conditioning units are not allowed. 2. Enclosures shall be designed for indoor service. Each VFD system shall be mounted in a NEMA 250 internally force ventilated enclosure with Class 1 filters on ventilation openings. Enclosures shall be fabricated from 12-gage minimum thickness sheet steel with an interior frame or formed to provide a rigid structure. 3. Provide enclosure size to allow entry of power source and motor load cables of sizes as indicated on the drawings. 4. Door width shall not exceed 30 inches and shall be hung on removable-pin hinges, with three-point latch hardware, and handle latch for 3/8-inch- shackle padlock. 5. Enclosure front shall be equipped with nameplates for identification of equipment and operating functions. B. FINISH AND COATINGS 1. VFD systems enclosures shall be finished with corrosion protection coatings inside and outside for hydrogen sulfide atmospheres. The electrical and electronic assemblies shall have conformal coatings. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 29 23 Oakland County Water Resources Commissioner Variable Frequency Drives 26 29 23 - 5 2.6 VFD ASSEMBLIES A. GENERAL VFDs shall include the following assemblies. The assemblies shall be sized by VFD supplier when not indicated in contract documents: 1. Power disconnect, lockable with three padlocks using a thermal magnetic circuit breaker or fused disconnect sized for the specific application by the manufacturer. 2. Input Line Reactor 3. Rectifier, DC link choke, and inverter. 4. Output Conditioning: Required for VFDs where motor cable lengths between VFD and motor are greater than 50 feet. Provide one of the following types where indicated in the CONTRACT documents a. Output Filter (dv/dt): Limiting voltage spikes below 1,000 V on motors and cables for long lead applications. b. Output Line Reactor: Dampen Overshoot Peak Voltage, reduce motor heating and reduce audible noise. 5. Control circuitry interface which includes a LCD and Keypad Operator Interface Unit 6. Output protection including phase overload B. VFD FEATURES Provided with the following features: 1. Fused control circuit transformer and microprocessor for system logic sequencing functions. Provide fuses with blown fuse indicator lamps. 2. A minimum of two analog inputs. The inputs shall be configurable for 0 to 10 Vdc or 4 to 20 mAdc as required to perform the functions shown on the CONTRACT drawings. 3. A minimum of two analog outputs. The outputs shall be configurable for 0 to 10 Vdc or 4 to 20 mAdc as required to perform the functions shown on the CONTRACT drawings. 4. Adjustable minimum/maximum frequency limits: a. Minimum frequency shall be adjustable from 6 to 40 Hertz. b. Maximum frequency shall be adjustable from 48 to 90 Hertz. 5. Adjustable and independent timed linear acceleration and deceleration functions, adjustable from 6 to 20 seconds. 6. Current limiting. 7. Automatic restart. 8. Control Wiring: • 600 volt stranded copper • 90 degrees C color-coded insulation • No. 16 AWG 9. Wiring Identification and Termination: Crimp type wire lugs with sleeve type markers at each termination point and numbered terminal blocks for external connections. 10. A minimum of six discrete inputs. The inputs shall be 115 VAC discrete inputs provided on the VFD main control board or on optional expansion I/O modules to accept signals as required to perform the functions shown on the CONTRACT drawings. 11. A minimum of two discrete Form C relay output contacts as required to perform the functions shown on the CONTRACT drawings. The contacts shall be rated for a minimum of 240 V ac, 30 V dc, 3.5 A inductive load, and 5 A resistive load. 12. Each VFD shall be provided with Ethernet/IP (Ethernet Industrial Protocol) network connectivity for communication to the PLC. The programming for required I/O features shall be provided and documented by the VFD supplier. 13. VFD shall contain an embedded control technology that can control the outputs and manage the status information onboard in the event of a communication loss to the PLC. 14. Conformal coated terminal blocks for control and signal wires entering and leaving the controller. 15 Control Power: Provide a 120 Vac, triple fused, control power transformer for cooling fans and external control circuits when required. Control circuits shall be isolated from power circuits by distance and by insulated barriers. 16. Provide 120 Vac or 24 Vdc as required for Operator Interface Unit. 17. The DC link choke shall have reactance impedance rating of 5%. The DC link choke shall be included internally to the VFD frame. C. FUNCTIONAL REQUIREMENTS 1. SUPPLY POWER: Operate continuously with supply power of 480 volts plus or minus 10 percent, 60 Hertz plus or minus 3 percent and remain on line and operate without damage to the VFD or connected load during a supply power under-voltage variation to the drive up to 85% of its nominal value for 30 milliseconds at full load. D. ENVIRONMENTAL CONDITIONS: a. Ambient temperatures at the following locations: 1) Outdoor VFD Enclosure: 0⁰C (32⁰F) to 30⁰C (86⁰F) b. Atmosphere: Unclassified 2. LOAD: Capable of driving the specified maximum motor load continuously and under the following conditions: a. Deliver 110 percent of the specified load for up to 60 seconds in variable torque applications. b. Deliver 150 percent of the specified load for up to 60 seconds in constant torque applications. 3. EFFICIENCY: Not less than 95 percent at 60 Hertz output driving the specified maximum load at rated torque and speed at 40 degrees C ambient based on measured input power versus output power with all specified components in the system. 4. FREQUENCY AND VOLTAGE REGULATION: Output frequency regulated to within 0.6 Hertz of the signal/output frequency relationship. Output voltage regulated to within 1.0 percent to produce minimum motor heating at any operating frequency within the specified range. 5. FREQUENCY RANGE: VFD shall be capable of continuous operation with the specified load at any frequency between 6 and 60 Hertz unless noted otherwise. 6. SPACE AND VFD ACCESS a. Enclosure size shall not exceed the size allotments specified on the drawings nor shall any portion of the VFD system exceed a height of 90 inches. b. Front accessible only and shall not require rear access. c. Mount against the wall without any clearance for ventilation or other purposes. d. Submit VFD in the enclosure drawing with the detail of front door and the internal arrangement, including the feeder and motor cables, and the control cables, and the instrument cable location and terminations. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 29 23 Oakland County Water Resources Commissioner Variable Frequency Drives 26 29 23 - 7 7. AMBIENT NOISE: Free field noise generated shall not exceed 85 dBA at 3 feet out from any point on the VFD enclosure under any normal operating condition. E. PROTECTION AND ANNUNCIATION 1. OVERCURRENT PROTECTION: Electronic current limit at 150 percent of motor nameplate current and provide motor running overcurrent protection in compliance with NFPA 70. 2. SHORT CIRCUIT PROTECTION: Protected against load faults: bolted faults, phase to phase or phase to ground shall not damage the unit. Fault protection based on a power source short circuit capacity of 65,000 amperes RMS symmetrical at the VFD power input terminals with impedance or current limiting device provided. 3. LINE VOLTAGE: Protected against high and low line voltage on one or more phases. 4. INTERNAL FAULTS: Internal fault monitoring system to detect malfunctions to protect from transient and sustained faults and to limit damage that may be caused. 5. MOTOR OVER TEMPERATURE: Interface to motor over temperature device 2-ampere output contact to shut down and alarm if the motor becomes overheated. 6. FAULT ALARM: Indicates the cause of any shutdown visible on the VFD keypad/display without opening the VFD enclosure. As a minimum, the following faults shall be alarmed: a. Motor over-temperature b. Motor overcurrent c. Incoming power line over/under/unbalanced-voltage d. VFD over-temperature e. VFD over-voltage f. VFD control failure 7. SAFETY FEATURES: The VFD shall include a. Padlock main disconnect handle in the “OFF” position. b. Mechanical interlock to prevent opening enclosure door with disconnect in the “ON” position while the unit door is open. c. Auxiliary contact on main disconnect to isolate 120Vac control power when fed from external source. d. Barriers and warning signs on terminals that are energized with the power disconnect “OFF”. e. Separation and insulated barriers between the power and control and instrument products. f. External emergency stop input 8. REVERSE DIRECTION PROTECTION: Provide protection from inadvertent operation in reverse where reverse rotation can damage the driven equipment. 9. CRITICAL SPEED BYPASS: Provide capability to program speed bypass for minimum two critical speed points. 10. TRANSIENT VOLTAGE PROTECTION: Provide solid state transient voltage protection to meet or exceed ANSI C37.90. 2.7 CONTROL AND MONITORING DEVICES A. The following is a listing of typical devices to be front door mounted on the VFD enclosure. The mounting of these devices shall be between 36 inches and 72 inches above the floor for each unit. Manufacturer to adjust the device listing to meet the functional and operational requirements for each type of driven equipment as outlined in the CONTRACT documents: 1. LCD and Keypad. 2. Local-Remote door mounted selector switch. 3. Start and Stop Pushbuttons. 4. Reset Pushbutton. 5. Manual speed control: Potentiometer function. 6. DPM (Digital Panel Meter) with backlit LCD for speed indication (%) 7. Status lights (LED push-to-test): a. Control Power On b. VFD Running c. VFD Stopped d. VFD Fault e. Motor High Temperature f. Seal Water Fault B. LCD AND KEYPAD UNIT 1. Digital keypad/display for monitoring and controlling the drive and to input drive parameter settings with a backlit LCD or equally visible display with a minimum of 16 characters per line. 2. Digital keypad for numerical settings in English engineering units and a guide to parameter settings. Setup operations and adjustments stored in non-volatile EEPROM memory transferable to new and spare boards. Settings shall be protected from unauthorized tampering, revision, or adjustment by a personal lockout code. 3. The digital keypad to provide programming of the drive and include: a. Up and Down arrow keys: Increase or decrease output frequency or data values. b. Monitor key: Selection of control mode. c. Run and Stop keys: Starting and stopping in the manual mode. d. Fault clear / Enter keys: Reset fault conditions and enter change e. Program key: Enter the program mode and adjust parameters. f. Remote / Local Location keys: Operation location and local speed control. g. Auto / Manual Mode keys: Program mode. h. Number keys: 0 through 9 keys to access specific parameters. i. Keypad digital illustrations: English and display the last 5 faults. j. Frequency / Motor Speed Indication: Calibrated in Hertz and RPM. k. Run Status Indication. l. Ready Status Indication. m. Fault Alarm Indication. 4. KEYPAD FUNCTIONS AND OPERATION a. Current limit and torque boost. b. Maximum voltage level. c. Minimum/Maximum speed, Volts/Hertz, Upper and Lower limit. d. Adjustable acceleration rate and deceleration rate. e. Electronic thermal overload setting. f. Coast, controlled ramp or DC injection selectable modes of stopping. g. PID setpoint and time-function selection. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 29 23 Oakland County Water Resources Commissioner Variable Frequency Drives 26 29 23 - 9 h. Critical frequency avoidance: Three set points selectable from 0 to maximum frequency with set points adjustable from 0-30 Hertz. C. CONTROL AND MONITORING COMMUNICATION 1. EtherNet/IP Communication Card. 2.8 OUTPUT FILTER (DV/DT) A. Provides Motor Protection by limiting voltage spikes below 1,000 volts for long lead applications. The combined inductance, capacitance and resistance of the output filter shall be specifically designed to reduce voltage waveform dv/dt. The output filter shall minimize parasitic resonance interaction between the inductive and the capacitive elements within long leads. B. The filter shall be rated for application at maximum fundamental system frequency of 60Hz at nominal system voltages up to 600V, 3 phase. The filter shall operate at a maximum carrier frequency of 8 kHz at 40% of fundamental voltage. The maximum cable length from the VFD to the input terminals of the output filter shall be 20 feet. The filter shall be effective for lead distances between the VFD and motor that range from 50 feet to 1,500 feet. 1. Additional Requirements: a. Limit dv/dt to 200 volts/microsecond b. Limit peak motor voltage to 150% of bus voltage. c. Inverter switching frequency of 900 to 8,000 Hz d. VFD operating frequency 6 to 60 Hz. e. Enclosure shall include heat losses in dissipation calculations. 2.9 LINE REACTOR, INPUT OR OUTPUT A. Input line reactors shall reduce harmonic current on the input side of the VFD. Output line reactors shall dampen overshoot peak voltage, reduce motor heating and audible noise on the output of the B. Product Specifications 1. The system voltage shall match that of the VFD at 480 VAC. 2. Fundamental Frequency: 60 Hz. 3. Line Reactors shall be rated at a 5% Impedance Level. 4. Line Reactors shall be open type from the manufacturer installed within the VFD enclosure. 5. Altitude (Maximum): 1,000 meters 6. Ambient Temperature: 40° C (104° F) 7. Short Term Overload Rating: tolerate 150% rated current for a minimum of 1 minute. 8. UL Recognized, CE marked 9. Input and Output: Available for either the line or load side of a VFD. 2.10 SPARE PARTS A. The following spare parts shall also be supplied with each type or frame size VFD: 1. Three sets of all replaceable fuses. 2. Indicating Lights: Two per ten of each type and color installed. 3. Control and Time Delay Relays: Ten (10) percent of quantity installed for each size and type, but no fewer than two of each size and type. PART 3 –EXECUTION 3.1 FIELD INSTALLATION A. Each adjustable speed controller shall be installed and tested by the CONTRACTOR with the assistance of factory-trained pump or equipment manufacturer’s engineer/technician and VFD manufacturer’s engineer/technician both retained by the CONTRACTOR and in accordance with the manufacturer's specifications and Section 26 29 10, Electrical Tests, and witnessed by the OWNER. B. Manufacturers’ factory representatives shall provide field testing for devices including the setup of the Operator Interface Unit and the setup of the data communication devices, where used. Upon satisfactory completion of the testing, the CONTRACTOR shall submit two certified copies of the test report to the OWNER. C. Component failure during testing will require repeating any test associated with the failure or modified components to demonstrate proper operation. D. The installation shall be certified on Forms in section 26 29 10, Electrical Tests specified in Section 01 75 16, Equipment and System Startup and Testing. a. Adjust drive and perform “start-up” tests as recommended by manufacturer. Set parameters and carrier frequency for existing motors to avoid insulation damage. b. Establish proper direction of rotation for the motor controlled by the drive. Verify that the VFD is precluded from operating in a direction that can damage the driven equipment. Change motor or VFD power lead connection and not the VFD direction, where rotation is incorrect. c. Verify that the drive will operate properly both in the “manual speed control mode” and in the “remote or automatic mode” from a remote speed signal input. d. Set the maximum “locked rotor” current drawn during start-up recommended by the manufacturer and approved by the OWNER. e. Set the minimum and maximum speeds and the acceleration and deceleration “ramps” recommended by the OWNER. f. Verify the motor high temperature switch contacts are wired into the VFD 120 Vac control circuit and will trip on high winding temperature. Test or simulated the alarm and trip feature at the motor for high temperature and for high vibration, where used. g. Operate the drive at 100 percent speed for one hour and monitor output current. The output current shall remain below the full load current listed on the motor nameplate. h. Check for excessive heating of the drive and motor. Report any discrepancies to the OWNER. 3.2 HARMONIC TESTING A. The Testing Firm specified in Section 26 01 26, Electrical Tests shall perform a harmonics acceptant test with all VFD motor controllers operating to verify compliance with IEEE-519 of less than 5 percent voltage THD and 5 percent current THD at the defined point of common connection when running from Power Utility power source with a BMI-Dranetz or equal harmonic test set that provides a hard-copy record of the test results. B. The test shall also be run with power sourced from the standby generator where such a power source is being used at the project site. THD shall be limited to a maximum level of 8 percent voltage THD on standby generator operation. C. The harmonic filter in combination with the variable frequency drive shall meet all requirements established in ANSI/IEEE standard 519 for individual and total harmonic voltage and current distortion. The Point of Common Coupling (PCC) for all voltage and current harmonic calculations and measurements shall be as defined on the Contract Documents. Calculations and measurements shall also Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 29 23 Oakland County Water Resources Commissioner Variable Frequency Drives 26 29 23 - 11 be taken at the input terminals of the VFD. 1. The Total Demand Distortion (TDD) of the current at each installed location shall not exceed the limits defined in Table 10-3 of IEEE-519. 2. The Total Harmonic Voltage Distortion (THVD) shall meet the requirements of Table 10-2 of IEEE- 519. 3. Total harmonic current distortion (THID) shall be limited to less than 5% while the load on drive input is between minimum rated speed and 100% speed and while the harmonic filter is on. D. The CONTRACTOR shall prepare, coordinate with the Testing Firm and submit the harmonic test plan for OWNER approval prior to performing testing. 1. Test plan shall include scenarios that will be run during the harmonic testing. Scenarios to be tested per VFD shall include VFD at min speed, 75% speed, 90% speed and 100% speed. Repeat testing for two drives running on the PCC and for each VFD running together at coordinated speeds at the speed ranges called out above. Repeat these test scenarios until all VFD’s are tested individually and tested as a set . In the test plan indicate parameters and variables that will be tested to meet IEEE 519. 2. Test plan shall include drawings to indicate where test equipment will be connected for each test scenario. E. Submit the test performance to the OWNER per latest version NETA ATS Acceptance Testing Specifications. Refer to the electrical testing specification Section 26 29 10, Electrical Tests. 3.3 TRAINING A. Training requirements, duration of instruction, number of hours on Site, and qualifications shall be in accordance with Section 01 79 00, Instruction of Operations and Maintenance Personnel, and those specified in this Section. END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 32 13 Oakland County Water Resources Commissioner Gas Driven Generator 26 32 13 - 1 SECTION 26 32 13 – GAS-ENGINE DRIVEN GENERATOR SET PART 1 - GENERAL 1.1 DESCRIPTION: A. Provide and test ready for operation, Gas-Engine Generator set complete with appurtenances, as specified. B. Fuel source to be natural gas. C. The unit shall have a 100 KW power rating, standby, at 80 percent lagging power factor, three phase, 60 Hertz, 480 volt, four-wire, alternating current generator. D. The unit shall be arranged for automatic starting and stopping, and load transfer upon failure of the normal source of power through ATS System as specified under Section – 26 36 23. The Engine Generator Unit shall exhibit less than 20 percent voltage dip and less than 5 percent frequency dip during starting of the loads in a single step. E. The Engine-Generator package shall be complete in all respects and shall include all equipment and controls necessary for a fully operational standby power supply system. 1.2 RELATED SECTIONS A. Section 01 33 00 – Submittal Procedures B. Section 01 45 00 - Quality Control Requirements C. Section 01 66 00 - Product Transportation and Handling requirements D. Section 01 78 23 - Operation and Maintenance Data E. Section 26 02 00 - Electrical Work – General F. Section 26 36 23 – Automatic Transfer Switches 1.3 REFERENCES A. Electrical Generating Systems Association (EGSA): 1. 101P: Engine Driven Generator Sets. B. Institute of Electrical and Electronics Engineers (IEEE): 1. 1: General Principles for Temperature Limits in the Rating of Electric Equipment and for the Evaluation of Electrical Insulation. 2. 120: Master Test Guide for Electrical Measurements in Power Circuits. C. International Organization to Standardization (ISO): 1. 8528: Reciprocating Internal Combustion Engine Driven Alternating Current Generating Sets. D. National Electrical Manufacturers Association (NEMA): 1. AB 1 - Molded-Case Circuit Breakers, Molded Case Switches, and Circuit-Breaker Enclosures. 2. ICS 2: Standard for Industrial Control and Systems: Controllers, CONTRACTORs, and Overload Relays Rated Not More than 2000 Volts AC or 750 Volts DC: Part 8 - Disconnect Devices for Use in Industrial Control Equipment. 3. ICS 6: Standard for Industrial Controls and System Enclosures. 4. MG 1: Standard for Motors and Generators. 5. PB 1: Standard for Panelboards. 6. SG 6: Standard for Power Switching Equipment. E. National Fire Protection Association (NFPA): 1. 30: Flammable and Combustible Liquids Code. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 32 13 Oakland County Water Resources Commissioner Gas Driven Generator 26 32 13 - 2 2. 37: Installation and Use of Stationary Combustion Engines and Gas Turbines. 3. 70: National Electrical Code (NEC). 4. 110: Standard for Emergency and Standby Power Systems. F. Society of Automotive Engineers International (SAE): 1. ARP892: DC Starter-Generator, Engine. 2. J537: Storage Batteries G. Underwriters Laboratories (UL): 1. 489: Standard for Molded-Case Circuit Breakers, Molded-Case Switches and Circuit-Breaker Enclosures. 2. 508A: Industrial Control Panels. 3. 1236: Standard for Safety Battery Charges for Charging Engine-Starter Batteries. 4. 1446: Systems of Insulations Materials. 5. 2200: Stationary Engine Generator Assemblies. 1.4 SUBMITTALS A. Submit shop drawings in accordance with Section 01 33 00, Submittals. B. Submit shop drawings and manufacturers' product data in accordance with the requirements of Section 26 05 10, Electrical Work – General. C. A copy of this Section with addenda and all referenced specification sections with addenda, with each paragraph check-marked to indicate specification compliance. 1. Failure to include a copy of the marked-up specification sections will result in return of the entire submittal without further review and consideration until the marked-up specification are resubmitted with the entire package. D. Outline equipment and enclosure drawings, equipment catalog cuts, wiring and connection diagrams and other documents required to completely describe the systems and equipment being furnished. Elevation drawings with shipping splits and estimated weights identified. E. Identification, description, and dimensions. F. Engine-Generator drawings including vibration isolators. Drawings shall indicate size and location of anchor bolts, and conduit electrical device locations. G. Performance specifications of all items of equipment. H. Control panel layout drawings, dimensions, and component bill of materials. Outline drawings showing conduit entry areas and anchoring information. Description of control including operation of interface equipment. I. Complete electrical, instrumentation, control and wiring diagrams in sufficient detail to allow installation of instrumentation and controls and electrical components. J. Provide certificate of conformance to UL Standard 2200, Stationary Engine Generator Assemblies. K. Attenuation curve for the silencing equipment as offered to accomplish the required silencing for this installation. L. Information on the proposed jacket water treatment and procedures for flushing of the cooling systems. M. Operations and Maintenance Manuals, covering all equipment furnished, annotated to reference only the specific model numbers supplied. Include parts lists and parts prices current to the date of submittal; include information relevant to part supply and ordering. Submit prior to the startup and testing of the engine/generator units. Submit in accordance with the requirements of Section 01 78 23, Operation and Maintenance data. N. Manufacturer's certified shop test record of complete engine driven generator unit. O. Record drawings and material summary shall be shipped with the equipment. P. Engine generator loading calculation. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 32 13 Oakland County Water Resources Commissioner Gas Driven Generator 26 32 13 - 3 Q. Data to be provided by engine generator system supplier: 1. Submit generator loading calculations and data for engine, generator, and accessories: a. Engine Data: 1) Manufacturer. 2) Model. 3) Number and arrangement of cylinders: 4) RPM. 5) Bore X stroke. 6) Maximum power at rated RPM. 7) BMEP at rated kW (including any parasitic loads and generator efficiency). 8) Piston speed, feet per minute. 9) Make and model of governor. 10) Make and model of overspeed shutdown device. b. Generator Data: 1) Manufacturer. 2) Model. 3) Rated kVA. 4) Rated kW. 5) Voltage. 6) Temperature rise above 40 degrees Celsius ambient. Stator by thermometer and field by resistance in degrees Celsius. 7) Class of insulation. 8) Generator efficiency including excitation losses at 80 percent PF: (a) Full load. (b) Three quarters load. (c) Half load. 9) Generator sub transient reactance in ohms. c. Generator unit and accessories. d. Weight of complete unit. e. Combustion air volume in CFM. f. Cold cranking amperes rating of engine starting batteries (CCA). R. Provide manufacturer's printed installation instructions including anchoring details to meet earthquake requirements as specified and indicated. S. Performance Test Reports: Upon completion of installed system, submit in booklet form all field tests performed to prove compliance with specified performance criteria including final settings of devices. 1.5 SEISMIC DESIGN REQUIREMENTS A. Conform to the requirements indicated on the structural drawings and as specified in Section 01 41 20, Seismic and Wind Requirements. B. It shall be the responsibility of manufacturer and supplier along with the Electrical CONTRACTOR to conform to the seismic design requirements for this Project and for the work of this Section. 1.6 QUALITY ASSURANCE: A. Comply with the requirements specified in Section 01 43 00, Quality Requirements. B. CONTRACTOR to ensure that conduit size and wire quantity, size, and type are suitable for the equipment supplied. CONTRACTOR to review the proper installation of the equipment and of each type of device with the equipment supplier prior to installation. 1. Services of Service Engineer, specifically trained on type of equipment specified. Person-day requirements listed exclusive of travel time. a. Assist in location of devices, methods of mounting, field erection, etc. - One person-day b. Start-up and testing - One person-day c. Service-inspections during first year of operation, for use at the OWNER's request, and exclusive of repair, malfunction or other trouble-shooting service calls - Two person-day d. Person-day is defined as one 8-hour day, excluding travel time. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 32 13 Oakland County Water Resources Commissioner Gas Driven Generator 26 32 13 - 4 1.7 SPARE PARTS A. Provide spare parts as recommended by manufacturer for six months of operation for each Engine-Generator set plus following: 1. Two filter for all services. B. Pack spare parts in suitable containers or boxes bearing labels clearly designating contents and piece of equipment for which they are intended. C. Deliver spare parts at same time as equipment to which they pertain. Properly store and safeguard spare parts until completion of the work, at which time deliver them where recommended by the CMT. 1.8 MATERIAL AND EQUIPMENT: A. Comply with the requirements specified in Section 01 65 00, Product Transportation and Handling B. Protect all equipment placed into storage from weather, humidity and temperature variations, dirt, dust, and other contaminants. 1.9 REGULATORY REQUIREMENTS: A. Air quality legislation standards and regulations listed shall be complied as applicable. B. Local State and OWNER Air Pollution Control Laws. C. Provide all required data and information for a Title V local air pollution control district operating permit. D. Federal Clean Air Act (42 United States Code (U.S.C.) 7401 et. seq.) E. Federal Air Pollution Control Regulations: 40 Code of Federal Regulations (CFR) Parts 50-99, as amended by the Federal Register. F. Furnish to the OWNER, within 15 working days of the date of any request, all documents and other information required to verify compliance with permit and applicable air pollution control laws and regulations, including EPA emission requirements in effect at the bid date of the Project. 1.10 WARRANTY AND SERVICE A. Guarantee all components, parts, and assemblies supplied by manufacturer against defects in materials and workmanship for a period of 12 months from the date of successful startup of the system. B. Ensure that equipment manufacturer has local branch office staff with trained, full-time employees who can perform testing, inspecting, repair, and maintenance services. C. Full onsite maintenance of the unit to be provided and shall include all regularly scheduled service for a period of two years after installation. PART 2 - PRODUCTS: 2.1 MANUFACTURERS A. Cummins Power Generation Inc., Onan Products B. Caterpillar Inc. C. Kohler Co. D. Generac Inc. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 32 13 Oakland County Water Resources Commissioner Gas Driven Generator 26 32 13 - 5 2.2 GENERAL A. Engine-Generator set shall be a factory-assembled unit that is a standard production unit with existing torsional analysis data. Mixing and matching engine and generator by a third-party supplier is not acceptable. The engine and generator shall be directly connected and shall be free from injurious torsional or other vibration. B. The engine and generator shall be directly connected. C. The Engine-Generator set shall allow easy access to the various parts for maintenance purposes. D. The Engine-Generator set shall be pre-piped and pre-wired. E. The complete Engine-Generator unit shall be free from harmful torsional or other vibration throughout the entire operating range of speed and load. The engine manufacturer shall provide an analysis of the complete Engine- Generator unit, which shall show where any critical speed will be encountered, together with the order, the frequency and magnitude of any critical speed. F. The Engine-Generator set operating in an ambient temperature of 104 degrees Fahrenheit (40 degrees Celsius) shall have a standby power capacity of not less than that indicated at 0.80 power factor, and shall operate at a speed not to exceed 1,800 revolutions per minute. It shall be rated 480/277 volt, as indicated, three-phase, four-wire, 60 Hertz. G. Frequency regulation shall not exceed three Hertz from no load to rated load. Frequency variation shall not exceed plus or minus 0.3 Hertz for constant loads from no load to rated load. H. Voltage regulation from no load to rated load shall be within plus or minus four percent of rated voltage for units up to and including 25 kilowatts and within plus or percent of rated voltage for units rated 30 kilowatts or higher. Voltage variation shall be within +/- one percent of the mean value for constant loads from no load to rated load. I. Block Load Acceptance: 1. Transient response shall conform to ISO 8528 requirements. J. The engine generator set shall be mounted on a heavy steel sub-base with spring type vibration isolators. 2.3 GENERATOR A. Generator shall be rated for continuous duty; shall be rotating field, engine-driven, direct-connected, synchronous type with amortisseur winding. Generator frame shall be dripproof with all openings guarded. Bearings shall be sleeve or sealed ball type. The generator shall be mechanically and torsionally matched to the engine driver and shall be provided to withstand inherent pulsating torques of the engine. Full load efficiency of the combined generator, exciter and regulator shall be not less than 95 percent. The generator windings, insulation and excitation system shall be braced to withstand any possible short-circuit stresses. B. Generator insulation shall be Class B or F in accordance with NEMA Standard MG1-1.65. Temperature rise shall be in accordance with NEMA Standard MG1-22.40 for continuous duty at all output ratings. C. Voltage regulator shall be an automatic, temperature compensated, solid-state type with a manual adjustment range of +/- five percent of rated voltage. The generator windings, insulation and excitation system shall be braced to withstand any possible short-circuit stresses. D. Exciter shall be a solid-state, static type or brushless rotating type utilizing rotating diode rectifiers. Minimum rating of exciter shall be as indicated in NEMA Std. MG-1-22.16. E. Components for field flashing and field discharge shall be included, if required. Fast acting fuses or other protective devices shall be incorporated where failure of regulator or exciter components could result in damage to the generator field or exciter windings. F. Voltage regulator and static exciter shall be mounted in generator control panel or elsewhere so as to protect from and isolate from vibration. G. The generator shall conform to the applicable parts of the following standards, unless otherwise specified: 1. NEMA MG1, Motors and Generators. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 32 13 Oakland County Water Resources Commissioner Gas Driven Generator 26 32 13 - 6 2. IEEE 43, Recommended Practice for Insulation Testing of Large AC Rotating Machinery. 3. CSA C22.2-100 Designation ABL3. 4. Testing shall be in accordance with IEEE-115 and NEMA MG-1 standards H. The stator frame shall be fabricated bar and plate steel construction. 1. All insulation materials used in the stator shall have a temperature rating of Class H per IEEE Standard 1. The coils shall be of a formed coil construction using a magnet wire meeting NEMA MW36-C specifications. 2. The complete stator shall be wound with a 2/3 stator winding pitch and processed in a vacuum pressure impregnation chamber. Encapsulation of the stator shall be accomplished with a two-part epoxy system. I. Generator lead terminal box shall be of ample size to accept and terminate connecting cables as indicated on the drawings. Generator leads shall be furnished with terminal connectors suitable for the customers connecting cables. J. Provide generator stator winding heater with thermostat wired at 120 volts AC to prevent formation on condensation. 2.4 GAS ENGINE A. Heavy-duty spark ignition type, arranged for direct connection to an alternating current generator. It shall be a current model of a type in regular production by a manufacturer regularly engaged in building this type of gas engine. Engine shall have at least a published intermittent brake horsepower rating at specified generator speed required by the generator at rated full load output and shall operate without undue heating, vibration, or wear. B. Engine shall be four-cycle and naturally aspirated. C. Engine shall operate satisfactorily on natural gas of 905 Btu per cubic foot calorific value (low heating value.) D. Engine shall operate satisfactorily on standard commercial grade natural gas. E. Furnish engine cooling system with five-year rated coolant and hoses rated at minus 30 degrees Fahrenheit. 2.5 ENGINE ELECTRICAL SYSTEM A. Electrical system shall include long life sealed batteries, starting motor, voltage and current-regulated charging generator or alternator, and a separate battery charger. Battery shall be of suitable capacity to start engine at conditions specified and shall be guaranteed for five years. B. Battery charger shall be automatic, two-rate type providing for equalizing charge and continuous taper charging. Output characteristics shall match requirements of battery furnished. Provide charger suitable for operation on 120 volt, single-phase, 60 Hertz current to be rated not less than 10-ampere direct current. Furnish battery charger with following features: 1. Battery charger as manufactured by La Marche, no substitutions. 2. Direct Current Voltage Regulation: +/- two percent for variations in line voltage of +/- ten percent. 3. Direct current voltmeter and direct current ammeter, each with suitable scales. 4. Automatic surge suppressor. 5. Automatic current limiting to prevent overloading due to engine cranking, shorted output or reversed battery connections. 6. Alternating current line fusing. 7. Equalize charge rate with manually set timer. Initial timer settings should be set for weekly operation. 8. Integral protection to prevent battery discharge through charger on loss of alternating current line voltage. 9. Terminal block with terminals for all external connections. C. Where wall mounting is indicated, enclosures shall be suitable for conduit connection and ventilating openings shall be guarded. D. Provide battery rack to accommodate starting batteries and supporting rack for battery charger. Racks shall be free-standing type and installed adjacent to skid. E. Provide battery pad heater for outdoor unit in cold climates.) Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 32 13 Oakland County Water Resources Commissioner Gas Driven Generator 26 32 13 - 7 F. Provide 120 volts alternating current battery pad heater with thermostat. 2.6 ENGINE APPURTENANCES A. Furnish engine with following appurtenances: 1. Combustion air cleaner of oil bath type or dry replaceable filter type. A tube shall connect crankcase breather with air cleaner to prevent accumulation of objectionable smoke and fumes. 2. Critical grade exhaust silencers (minimum attenuation of 30 decibels) complete with drains and flexible stainless-steel connection. The entire exhaust system shall be insulated and designed for low noise applications. B. Governor: 1. Provide electronic speed control type governor to control transient response. It shall be capable of maintaining engine speed from no load to full load within three percent of synchronous speed. 2.7 CONTROL PANELS A. Engine and generator control panels may be separate panels, or a combined panel, and mounted with vibration isolators on the unit. Instruments shall be of direct-reading type, factory mounted, and factory connected. Instruments shall be accurate within three percent. B. Provide engine panel with following features and instruments. C. Three-position engine control switch: 1. Stop/Reset: In this position, the engine shall not be capable of starting and/or running. If the engine was shut down due to the operation of a protective device, the shutdown malfunction shall be reset when the switch is moved to this position. If the engine is running when the switch is moved to this position, it shall be immediately shutdown. Provide audible alarm when switch is in this position. 2. Automatic: In this position, the engine control shall be in readiness for fully automatic operation upon receipt of a start signal from the ATS as specified in the Contract documents. 3. Test: When placed in this position, the engine shall start and run as if a start signal were received except it shall not be connected to the bus unless a start signal is received. When returned to the automatic position, the engine will shut down. 4. Manual starting switch. 5. Full automatic starting from pilot device initiating start when normal power fails. Automatic cranking shall be interrupted cycle type not affected by ambient temperature with overall time limit. A total of five cranking cycles shall automatically shut down engine after a time delay. 6. Automatic shutdown devices with manual reset and individual indicating lights for: a. Low oil pressure. b. High water temperature. c. Engine overspeed. d. Failure of engine to start. 7. Auxiliary contacts for remote alarm to the PLC for the following indications. a. Common fault alarm. b. In Manual/Automatic mode. c. Generator run status. d. Low coolant level. e. NG low pressure. f. E-stop active. 8. Water temperature gauge. 9. Ammeter-charging circuit. 10. Tachometer. 11. Lubricating oil pressure gauge. 12. Fuel pressure gauge. 13. Running time meter. 14. Contacts and relays to operate exhaust fans and dampers specified under Heating and Ventilating. 15. Generator panel shall include following instruments: a. Voltmeter, alternating current and phase selector switch with OFF position. b. Ammeter, alternating current, and phase selector switch with OFF position. c. Voltage-adjusting rheostat. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 32 13 Oakland County Water Resources Commissioner Gas Driven Generator 26 32 13 - 8 d. Three-phase wattmeter. e. Frequency meter. f. Generator load-break, molded-case magnetic circuit breaker properly sized to protect generator against short-circuit conditions. Molded case circuit breaker shall conform to the provisions of NEMA Standard AB-1 and UL Standard 489. 2.8 TRANSFER SWITCH CONTROL A. Automatic start/stop control from an automatic transfer switch to be provided as specified under Section 26. 2.9 GASEOUS FUEL SYSTEM A. The gaseous fuel system shall consist of gas pressure regulators and carburetors. The carburetor shall be a diaphragm type which includes a load screw for air fuel ration adjustment, and throttle body to control the air- fuel mixture to the engine. B. Fuel system shall be fed under a pressure of 11-inch to 18-inch water column to engine regulator. C. Carburetors shall operate at four to six ounces per square inch pressure. D. Fuel system shall include an electrically operated shutoff valve, in the supply line energized form battery circuit, that closes when engine shuts down. 2.10 ENGINE COOLING SYSTEM (RADIATOR COOLED): A. Provide a unit-mounted radiator with integral jacket water circulating pump, and thermostatic control for cooling system. B. Provide radiator of sufficient capacity to operate engine at full rated generator load at 120 degrees Fahrenheit (49 degrees Celsius) ambient temperature. C. Provide radiator with flange for connection to exhaust duct specified under Heating and Ventilating. D. Provide engine coolant heater rated 120 volts, single-phase, with thermostat. E. Engine cooling system shall be charged with inhibited ethylene-glycol solution to provide antifreeze protection to -34 degrees Fahrenheit. 2.11 ENGINE LUBRICATION A. Provide full pressure system, supplying oil to all surfaces requiring lubrication. Circulation shall be by positive displacement pump. Full flow-type filters or filters with bypass feature shall be included. Filter elements shall be replaceable without disconnecting oil piping. Provide an oil cooler, if recommended by engine manufacturer, to properly lubricate engine at full rated generator load. Provide full charge of new oil after tests have been completed. 2.12 CIRCUIT BREAKER-GENERATOR SET MOUNTED A. The circuit breaker shall be mounted and connected in a guarded drip-proof enclosure. Cable lugs shall be provided for customer connections. B. One molded case electronic circuit breaker, three pole, single-throw, stationary-mounted with manual operating handle, overload and short circuit trips, complete with cable lugs. overcurrent trip shall be 100% rated and sized to provide enclosed and ambient temperature compensation. the breaker shall be qualified for 600 volt operation and tested in accordance with ul standard 489, lsi / lsig. breaker shall be adjustable to allow for 110% output test. C. One shunt trip, 24-volt dc, on circuit breaker wired to terminal board. D. Three current transformers, 5 ampere secondaries. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 32 13 Oakland County Water Resources Commissioner Gas Driven Generator 26 32 13 - 9 E. One ground connection point. 2.13 WEATHERPROOF SOUND ATTENUATING ENCLOSURE A. Enclosure shall be sound attenuating enclosure: the Engine-Generatorset shall be factory enclosed in not less than a 12-gauge steel enclosure constructed with corner posts, uprights and headers. The roof shall aid in the runoff of water and include a drip edge. The enclosure shall be coated with electrostatically applied paint, baked and finished to manufacturers specifications. The enclosure shall be completely lined with not less than 1” thick, UL 94 HF-1 listed, sound deadening material. This material must be of a self-extinguishing design. The critical silencer shall be included to further reduce the unit sound level. The overall design must be such that sound level is 75dbA at 7 meters (23 feet) or less. B. Exhaust silencer(s) shall be provided of the size as recommended by the manufacturer and shall be of critical grade to attenuate the sound to the level noted above. It shall be supplied with a flexible, seamless, stainless steel exhaust connection. A rain cap will be supplied to terminate the exhaust pipe. These components must be properly sized to assure operation without excessive back pressure when installed. 2.14 SHOP TESTING A. The complete Engine-Generator set with enclosure shall be shop tested at full load using a 0.8 power factor reactive load bank to simulate a complete and integrated system prior to shipment. B. Provide all details of the proposed testing, including arrangements, test instruments and calibration, and procedures to be used to verify controls and alarms. The completed certified test record shall be submitted within 30 days after the completed test. C. Tests shall verify that unit will operate successfully and meet all specified operational requirements and verify adequate means of enclosure ventilation is provided. D. The shop test shall include four continuous hours of operation at full load and varying power factor. Voltage and frequency regulation and transient response shall be tested and recorded to show full compliance with this specification. During the shop test, readings shall be taken and recorded every thirty minutes for each of the following: 1. Time. 2. Ambient temperature. 3. Volts for each phase. 4. Load: a. Amps for each phase. b. KW. c. Power factor. d. Frequency. 5. Engine jacket water temperature. 6. Lubricating oil pressure. 7. Exhaust gas temperature. E. The procedure for the shop test of the engine shall cover the engine manufacturer’s standard practice. F. Make arrangements for factory test witnessing by CMT. Notify CMT not less than 30 days prior to scheduled test. PART 3 - EXECUTION 3.1 COORDINATION A. Coordinate with ventilation, fuel supply, and exhaust, to provide an efficient, well-coordinated layout. 3.2 INSTALLATION A. Install unit complete and make operational. B. Install muffler horizontally on spring type compensating hangers as close to unit as practical. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 32 13 Oakland County Water Resources Commissioner Gas Driven Generator 26 32 13 - 10 C. Provide 1/2-inch copper drain with draincock from bottom of muffler to nearest floor drain for periodic draining of muffler. D. Install engine at sufficient height above base to permit dropping oil pan without removing unit. E. Provide vibration isolation of exhaust equipment to prevent transfer of vibration into building components enclosing the standby power system. F. External conduit and wiring and transfer switch will be furnished and installed under applicable electrical sections, but all conduit, wiring and connections between the engine and its control panel and generator and its control panel, is included herein. G. Mount Engine-Generator set on a structural steel frame or skid. Provide vibration isolators suitable to prevent transmission of vibration to building structure between set and frame, and securely anchored to the concrete foundation. Obtain from supplier of Engine-Generator set a drawing giving location and size of foundation bolts for unit proposed, in sufficient time to be available when needed to place foundation. Galvanized anchor bolts shall be furnished by Engine-Generator set manufacturer. H. Sheet metalwork and ventilating controls in connection with engine cooling are specified under Heating and Ventilating. External piping connections to engine shall be made with flexible armored hose furnished with engine. I. Electrical equipment and materials shall be listed by UL wherever standards have been established by that agency. 3.3 WIRING AND CONNECTIONS A. Provide conduit, wiring, and connections required and recommended by unit supplier. All conduit shall be terminated with flexible conduit. All wiring shall be multi-stranded. B. Connect neutral point of generator and generator frame to ground by green insulated copper conductor of adequate size. C. Connect motorized dampers in cooling and exhaust equipment to auxiliary contact on transfer controls to open dampers when unit is energized. 3.4 EQUIPMENT START-UP A. Operate the unit to demonstrate ability to operate continuously without vibration, jamming, leaking or overheating and to perform specified functions, after installation and after manufacturer's representative check of installed equipment. B. Comply with manufacturer's operating and maintenance instructions during start-up and operation. C. Make all final adjustments necessary to place the equipment in working order. Prior to any testing or operation of the units, the manufacturer's service representative shall inspect the installation, and shall certify, in writing, that the assemblies are, in all ways, ready for operation. Start-up shall not commence without the presence of the manufacturer's representative. 3.5 FIELD TEST A. Upon completion of the installation and as soon as conditions permit, the natural gas engine driven generator, including the engine, generator, electrical circuit controls, transfer controls other devices shall be tested in the presence of the OWNER by the service representative for the manufacturer of the engine driven generator unit to verify that the system functions as specified. 1. Perform load test with 0.8 power factor reactive load bank connected to the generator for a full load nameplate test. Run the test for a duration of four hours. Take system data readings each 30 minutes. 2. The manufacturers' representatives shall make such changes in wiring or connections and such adjustments, repairs or replacements to make the circuit, device or control system function as specified and comply with the Contract Documents. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 32 13 Oakland County Water Resources Commissioner Gas Driven Generator 26 32 13 - 11 3. Acceptance of test will be verified when the unit operates without alarm or abnormal conditions for the duration of the entire test. Retest if this requirement is not met until acceptance criteria has been verified. B. Record in 20-minute intervals during four-hour test: 1. Kilowatts 2. Amps 3. Voltage 4. Coolant temperature 5. Air temperature 6. Frequency 7. Oil pressure C. As part of the field test, each of the automatic shutdown devices shall be tested and the respective values recorded at which the devices will stop engine. Any adjustments required shall be made in the devices to make the operating values correspond to those recommended by the engine manufacturer and as recorded during the stop test. D. Take and record octave band sound pressure level readings while the engine driven generator is operating using the station load. These readings shall be within the limits identified in the engine generator data submittals for acceptable sound revel. 3.6 CLOSEOUT ACTIVITIES A. Provide in accordance with Section 01 77 00, Contract Closeout Procedures. END OF SECTION 26 32 13 Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 36 23 Oakland County Water Resources Commissioner Automatic Transfer Switches 26 36 23 - 1 SECTION 26 36 23 – AUTOMATIC TRANSFER SWITCHES PART 1 - GENERAL 1.1 SUMMARY A. The CONTRACTOR shall provide outdoor mounted, Low Voltage Automatic Transfer Switch and all accessories required, complete and operable, in accordance with the Contract Documents. B. The requirements of Section 26 02 00 – Electrical Work – General and Section 26 32 13 –Gas Engine Driven Generator Unit, shall apply to the WORK of this Section. C. The ATS shall be designed to operate with DTE supply as the Normal Source and Gas Generator Unit (Section 26 32 13) as the Alternate Source. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. UL 1008 – Transfer Switches B. UL 991 - Tests for Safety-Related Controls Employing Solid-State Devices C. NFPA 70 – National Electrical Code D. NFPA 110 – Emergency and Standby Power Systems E. NEMA ICS 10 – AC Transfer Switch Equipment F. IEEE 446 – Recommended Practice for Emergency and Standby Power Systems 1.3 CONTRACTOR SUBMITTALS A. Furnish Shop Drawings and catalog data in accordance with Section 01 33 00 –Submittal Procedures. Submit sufficient information to indicate the scope and quality of the UPS system installation. 1. Front view and plan view of the assembly 2. Schematic diagram 3. Conduit space locations within the assembly. 4. Assembly ratings including: a. Withstand and Closing rating b. Voltage c. Continuous current rating d. Short-Time rating if applicable e. Short-circuit rating if ordered with integral protection 5. Cable terminal sizes 6. Product Data Sheets. 1.4 QUALITY ASSURANCE A. Automatic Transfer Switch components shall be manufactured by firms that are regularly engaged in the production of ATS including auxiliary equipment similar to that required by this Contract and that have been in satisfactory service for at least 10 years. B. Operation of the Transfer Switch shall be demonstrated to the ENGINEER to prove that under normal and alternative power source, ATS will provide power to all designated load as shown in the Contract documents. 1.5 SERVICE DURING CORRECTION OF DEFECTS PERIOD A. The CONTRACTOR shall respond to trouble calls with a competent repair person at the Site within 24 hours of notice. The CONTRACTOR shall also maintain a full inventory of replacement parts so that all routine repairs can be completed within 24 hours after the initial response. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 36 23 Oakland County Water Resources Commissioner Automatic Transfer Switches 26 36 23 - 2 PART 2 - PRODUCTS 2.1 GENERAL A. The CONTRACTOR shall provide Low Voltage Transfer Switch which includes: Tag No. Quantity Location Rating Enclosure Type ATS One (1) Outdoor 225A, 480V, Three Phase Outdoor - NEMA-3R 2.2 THE SYSTEM DESCRIPTION A. The voltage rating of the Transfer Switch shall be no less than the system voltage rating. The continuous current rating of the Transfer Switch shall be no less than the maximum continuous current requirements of the system. B. The Transfer Switch shall be 100% equipment rated for continuous duty and shall conform to the applicable requirements of UL 1008 for Emergency System Total Load. C. All pilot devices and relays shall be of the industrial type with self-cleaning contacts and rated 10 amperes. D. The Transfer Switch shall be fully rated, to protect all types of loads, inductive and resistive, from loss of continuity of power, without derating. E. Transfer Switch shall have a minimum 60 cycle withstand rating of 65 KA and rated for application with upstream power circuit breakers. F. The Transfer Switch shall consist of completely enclosed contact assemblies and a separate control logic panel. The contact assemblies shall be operated by a non-fused motor operator or stored energy mechanism and be energized only momentarily during transfer, providing inherently double throw switching action. Control power for all transfer operations shall be derived from the line side of the source to which the load is being transferred. G. Transfer Switches shall be capable of being operated manually under full load conditions. Manual operation shall be accomplished via a permanently affixed manual operator or integrally mounted push-button operators located on the face of the contact assemblies. Removable manual operating handles and handles which move in the event that electrical operators should suddenly become energized while performing a manual transfer operation are not acceptable. The manual operator shall provide the same contact-to-contact transfer time as provided under normal automatic operation to prevent possible flash over from switching the main contacts slowly. In addition, provisions shall be made to allow disengagement of the electrical operator during manual operation. H. Transfer Switch shall be positively interlocked both mechanically and electrically to prevent simultaneous closing of both sources under either automatic or manual operation. Main contacts shall be mechanically locked in position in both normal and emergency positions. A neutral position shall not be possible under normal electrical operation unless a delayed transition accessory is required for switching highly inductive loads. Each Transfer Switch shall have a manual neutral position for load circuit maintenance. A Transfer Switch position indicator shall be visible from the front of the switch to show to which source the Transfer Switch is connected. I. Inspection and replacement of all separate arcing contacts (moving and stationary) shall be possible from the front to the Transfer Switch. J. An electronic sensing and control logic panel shall be separately mounted from the power switch portion of the Transfer Switch. The two sections shall be connected by control cables with plug in connectors. The control section shall be capable of being disconnected from the power section for maintenance purpose. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 36 23 Oakland County Water Resources Commissioner Automatic Transfer Switches 26 36 23 - 3 K. The logic circuit shall utilize electronic components mounted on printed circuit boards to accomplish functions such as timing, time delays, and voltage and frequency monitoring. LED’s shall be furnished to indicate the operations of each solid state function. Modifications shall be available for field installation without voiding the UL label. L. An external key operated selector switch shall be provided to disconnect the power supplies. Indicators shall be provided to show the availability of each source as well as breakers in a tripped or disconnected position. Provide a neutral disconnect link for three pole solid neutral switches, and a neutral to ground main bonding jumper. N. Terminal blocks shall conform to NEMA ICS4. Terminal facilities shall be arranged for entrance of external conductors from top or bottom of the enclosure. The main Transfer Switch terminals shall be suitable for the termination of conductors shown on the plans. O. The Transfer Switch shall automatically transfer its load circuit to an alternate power supply upon failure of its normal or preferred source. P. When the normal source has been restored to 90% of rated voltage, and after a time delay, adjustable from 0.5 to 32 minutes (to ensure the integrity of the normal power source), the load shall be retransferred to the normal source. 2.3 MICROPROCESSOR LOGIC A. The logic of the Transfer Switch shall function via a microprocessor. The set points shall be field adjustable without the use of special tools. The switch shall have a multi-tap voltage selection plug for ease of voltage adjustment in the field. 2.4 CONTROLLER DISPLAY A. The microprocessor-based controller display shall include a 2-line, 16 character back-lit LCD display to indicate the following: 1. Normal Source Available 2. Alternate Source Available 3. Normal Source Connected 4. Alternate Source Connected 5. Load Energized B. Digital readout shall display each option as it is functioning. Readouts shall display actual line-to-line voltage, line frequency and timers. When timers are functioning, the microprocessor shall display the timer counting down. All set points can be reprogrammed from the front of the switch when the switch is in the program mode. A test push-button shall be included as part of the microprocessor. 2.5 TIME DELAYS A. The switch shall include the following: 1. A time delay transfer from the normal power source to the alternate power source (0 seconds to 30 minutes). 2. A timer to override a momentary power outage or voltage fluctuation (0 second to 120 seconds). 3. Provide a time delay transfer from the alternate power source to the normal power source (0 seconds to 30 minutes). 4. Provide a time delay of 15 sec to override momentary voltage dip to prevent unwarranted operation of the transfer. 5. All delays shall be field adjustable from the micro-processed controller without use of special tools. 2.6 ENCLOSURE A. Each Transfer switch shall be suitable for outdoor rack mounting and shall be provided in a NEMA-3R enclosure with a Light Gray ANSI 61 finish. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 36 23 Oakland County Water Resources Commissioner Automatic Transfer Switches 26 36 23 - 4 2.7 ADDITIONAL FEATURES A. A pilot light to indicate that the switch is in the normal position as an integral part of the microprocessor. B. A pilot light to indicate that the switch is in the alternate position as an integral part of the microprocessor. C. A pilot light to indicate that the normal power is available as an integral part of the microprocessor. D. A pilot light to indicate that the alternate power is available as an integral part of the microprocessor. E. Auxiliary relay contacts that are energized when the power is available on the normal source. F. Auxiliary relay contacts that are energized when the power is available on the alternate source. G. Network Communications: Provide Ethernet Modbus TCP/IP communication port and connectivity for future SCADA connection. Provide a Best Link Ethernet Adapter, or equal. 2.8 MANUFACTURERS, OR EQUAL A. The Transfer Switch shall be as manufactured by ASCO, Eaton or equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Mount automatic transfer switch securely to walls as indicated on the drawings, with 1/4" minimum separation from same, and provide all necessary spacers, brackets, structural pieces, inserts, anchors, and bolts for this purpose. Anchor all self-supporting equipment securely to the floor and to supporting steel where such supports are indicated or required. B. The mounting heights for other devices shall be as indicated on the drawings. END OF SECTION 26 36 23 Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 36 23 Oakland County Water Resources Commissioner Automatic Transfer Switches 26 36 23 - 5 THIS PAGE INTENTIONALLY LEFT BLANK Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 29 10 Oakland County Water Resources Commissioner Electrical Acceptance Tests 26 29 10 - 1 SECTION 26 29 10 – ELECTRICAL ACCEPTANCE TESTS PART 1 – GENERAL 1.1 SCOPE OF WORK A. Work under this section includes performing, operating and acceptance testing of all electrical equipment and systems, as well as testing of motors furnished with mechanical work as part of Division 26. B. Costs of all tests will be borne by the Contractor and will be included in their base bid. 1.2 DEFINITION OF TESTS A. Preliminary Inspections and Tests: Visual inspections of electrical equipment, wire checks of factory wiring, and other preliminary work required to prevent delays during performance of electrical acceptance tests. B. Electrical Acceptance Tests: Inspections and tests required to verify workmanship, methods, and materials used in the installation of electrical equipment in accordance with the Generally Accepted Engineering Practices, IEEE Standards, National Electrical Code, IPCEA-NEMA Standards, Manufacturer's instructions and Division 26 Specification Sections. C. Operating Tests: Tests performed on electrical equipment installed under Division 26 Specification Sections and the 480/240/120 Volt motors installed under mechanical trades, to verify electrical equipment will perform the functions for which it was designed. 1.3 FINAL ACCEPTANCE A. Final acceptance of equipment furnished under this Contract will depend on equipment integrity as determined by the electrical acceptance test, and complete operational tests. 1.4 SCHEDULING OF TESTS A. Perform all acceptance and operating tests in the presence of the Owner's representative. B. Schedule tests so that equipment can be energized immediately after completion of applicable tests and approval of test reports. Notify the Engineer at least 48 hours prior to testing. C. Notify vendors and manufacturers of electrical equipment of the time of tests and extend cooperation to permit to witness the tests. 1.5 TEST REPORT SUBMITTALS A. Submit test reports, including complete data on actual readings taken and corrected values, to the Engineer after each test period. All test reports will be signed by the authorized witnesses present at tests. Do not energize any equipment or material for operating tests until test data has been approved. B. Submit six (6) copies of final approved test reports to the Engineer at the completion of the Work. 1.6 ENVIRONMENTAL REQUIREMENTS A. Do not perform megger or high potential tests during times of high relative humidity. 1.7 PROTECTION OF PERSONNEL A. During cable tests, station a person at each point where cable has exposed connections. 1.8 GENERAL TESTING REQUIREMENTS A. Preliminary Work 1. Visual inspections of electrical equipment, wire checks of factory wiring and preliminary work required to prevent delays during performance of electrical acceptance tests will be performed immediately prior to Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 29 10 Oakland County Water Resources Commissioner Electrical Acceptance Tests 26 29 10 - 2 performing acceptance tests. Fuses and fusing devices, such as cable limiters, will be omitted from cable tests. B. Electrical Acceptance Tests 1. Inspections and tests are required to show that workmanship, methods and materials used in erection and installation of electrical equipment, conform to the Generally Accepted Engineering Practices, manufacturers instructions and Division 26 sections. 2. Provide material, equipment, labor and technical supervision to perform and complete electrical acceptance tests including equipment furnished by Owner. C. High Potential Tests 1. Do not perform more than one high potential test on any conductor unless specifically authorized by the Engineer. D. Megger Tests 1. Megger readings specified are the minimum readings desired at an ambient temperature of 60 deg F (15.56 deg C) and at a low relative humidity. Correct to 60 deg F when megger readings temperature taken at other than 60 deg F ambient. 2. When megger readings fall below the specified minimum values at 60 deg F, devise some means of applying heat for the purpose of drying out the equipment subject to the approval of the Engineer. If drying is to be done by applying an electric potential to a piece of equipment, do not exceed the continuous voltage or current ratings of the equipment being dried, either directly or by induction. E. Continuity Tests 1. Continuity tests will be performed with a DC type device using a bell or buzzer. Do not use phones for continuity test; use phones only for communication. 1.9 TEST ON WIRE AND CABLE THROUGH 480 VOLT SERVICE A. General 1. Each 480-volt power feeder and subfeeder will receive a continuity test and a megger test. Verify phase identification for each power feeder and subfeeder cable. Verify identification of all 120-volt circuits on panel directories, and make operational checks on all 120 volt circuits to prove circuits perform all functions for which they are designed. Check all power feeder and subfeeder cable connections for workmanship and conformance with standard practice. B. Connections 1. Isolate power cables to be megger tested by opening switches or breakers at each end of cable prior to testing where such disconnecting means exists. Where cables are direct connected without a disconnecting means, do not disconnect cables; test as connected. C. Megger Test 1. Use a 1,000-volt megger for each megger test. Apply megger tests between each conductor and ground with the other two conductors in the conduit or cable grounded to the same ground. Test each conductor in the same manner. 2. Minimum acceptable reading: For disconnected cables, 100 megohms; for connected cables, 5 megohms. 3. Record all megger readings. Testing of cables having megger readings lower than average, even though meeting minimum requirements, will be stopped and await further instructions from the Engineer. D. Acceptance 1. Cable must pass all inspections and tests. E. Records 1. Include the following information in test report on each 480-volt power cable: a. Complete cable identification and description of isolation means. b. Megger readings, including converted values. c. Approximate average cable temperature. 1.10 CONTROL WIRING TESTS Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 29 10 Oakland County Water Resources Commissioner Electrical Acceptance Tests 26 29 10 - 3 A. General 1. Give each single conductor and multi-conductor control wire or cable a continuity test and an insulation strength test. Verify identification of conductors. B. Connections 1. Disconnect and fan-out conductors to be tested. C. Insulation Strength Tests 1. Subject each control wire to a 1000-volt, 60 hertz test. Apply test between each conductor in a wire group and ground with all other conductors in the wire group grounded to the same ground. Use a test set having an accurate means of insuring 1000-volt test voltage and provide a series resistance to limit fault when a ground is found. Hold test voltage only long enough to read instruments. Test each conductor in the same manner. 2. In lieu of the above insulation strength test, megger each control wire as specified for 4800 volt power conductors. D. Acceptance 1. Wire will pass all tests. E. Records 1. Include the following information in test report on each wire group: a. Wire and group identification. b. Type of test, insulation strength or megger. c. When megger testing is selected, include information as specified for 480-volt power cables. 1.11 CONTROL DEVICE TESTING A. General 1. Perform operating tests on all control, alarm, or indicating devices installed under Division 26 of this Specification. B. Connections 1. Include motors and protective control devices in test circuitry where operation motors will not damage attached equipment. 2. Where equipment could be damaged by energizing motors, disconnect motor leads at the load side of starters. 3. Jumper or disconnect, as applicable, control devices installed under all other Sections as necessary to permit testing those devices, and circuitry installed under Division 26. 4. Coordinate these connections and tests with the Contractor responsible for the installation of motors. C. Acceptance 1. Control devices and circuitry must pass all tests to prove that all design functions are satisfactorily performed, including manual and automatic operation and interlocking. D. Records 1. Make complete records of all tests. 1.12 GROUNDING A. General 1. Inspect ground conductors and connections for conformance with design Specifications and for satisfactory workmanship. Test resistance to earth of each ground rod. B. Connections 1. Maintain each ground rod isolated from the associated ground grid for tests on individual rods for resistance to earth. 2. Include associated ground rods and interconnecting wiring in tests on each grid system for resistance to earth. 3. Include ground bus on equipment, grid connection and intermediate conductor in tests on ground paths for structural steel. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Section 26 29 10 Oakland County Water Resources Commissioner Electrical Acceptance Tests 26 29 10 - 4 4. Include structural steel connection, grid connection and intermediate conductor in tests on ground paths for structural steel. C. Tests on Individual Ground Rods 1. Test each ground rod for resistance to earth by a standard method. Use a Biddle ground tests or the method of using two auxiliary ground rods as described in IEEE Standard No. 550, Paragraph 3.42. The IEEE method requires the use of AC test current. Place auxiliary test rods sufficiently far away from the rod under test so that the regions in which their resistance is localized do not overlap. Calculate ground resistance from the readings taken. Maximum acceptable resistance to earth: 25 ohms. 2. If the resistance is found to be higher than 25 ohms, drive additional rods with a minimum separation of 10 feet and connect in parallel with the rod under test until 25 ohms or less is obtained, or increase the length of rod under test until 25 ohms maximum is obtained. D. Tests on Each Ground Grid 1. Test each isolated ground grid as specified for individual ground rods, except the maximum acceptable resistance to earth is five ohms. In tests on total ground systems, the maximum acceptable resistance to earth is two ohms. E. Test on Ground Paths 1. Test ground paths for electrical equipment and structural steel for continuity by applying a low voltage DC source of current, capable of furnishing up to 100 amperes. The ground path for electrical equipment using structural steel must conduct 100 amperes. Resistance as calculated from the current and voltage must not exceed 0.010 ohms. F. Acceptance 1. Grounding materials and connections must pass all inspections and must meet all specified maximum and minimum values. G. Records 1. Make complete records of all tests. Include resistance values obtained, calculations of same, and methods of test and calculation. 1.13 TESTS ON SPECIAL SERVICE SYSTEMS A. Perform operating tests on all special service systems in accordance with IEEE standards to prove that all intended functions are satisfactorily performed. PART 2 – PRODUCTS NOT USED PART 3 – EXECUTION NOT USED END OF SECTION 26 29 10 SECTION 33 05 23.13 HORIZONTAL DIRECTIONAL DRILLING JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER HDD 1 of 7 May 20, 2013 PART 1 GENERAL 1.01 SUMMARY A. These specifications apply to horizontal directional drilling (HDD) of high density polyethylene pipe (HDPE) for force mains, low pressure sewers, and water mains from 1.25” through 24” diameter. B. These specifications are intended to technically describe the nature of the materials, equipment and workmanship required for installing force mains, low pressure sewers, and water mains by HDD methods. C. This specification is intended to cover all work necessary for the installation of the pipe as shown on the drawings and as specified herein by HDD methods. 1.02 PRICE AND PAYMENT PROCEDURES A. Unless indicated otherwise, HDD shall be paid incidental to and shall be included with the unit prices for the pipe installed. B. When a specific pay item for HDD is indicated in the Contractor’s bid, HDD will be measured, in place, by length, in linear feet. C. The unit price for HDD pipe shall include the following. 1. Excavation, use, and backfilling of all access and exit pits. 2. Pilot tunnel boring. 3. Removal and disposal of spoils and drilling fluid including all costs associated with use of vacuum excavation equipment. 4. Traffic control including efforts to maintain access to roads and driveways during all HDD operations. 5. All costs and activities associated with “potholing” to expose existing utility lines. 6. Any and all labor, equipment, and materials required to complete the work not previously called out above. 1.03 REFERENCES A. ASTM F1962 - 11 Standard Guide for Use of Maxi-Horizontal Directional Drilling for Placement of Polyethylene Pipe or Conduit Under Obstacles, Including River Crossings. B. Plastics Pipe Institute – Guidelines for Use of Mini-Horizontal Directional Drilling for Placement of High Density Polyethylene Pipe TR-46 2009. 1.04 RELATED REQUIREMENTS A. LOW PRESSURE SEWERS – SECTION 33 33 00. SECTION 33 05 23.13 HORIZONTAL DIRECTIONAL DRILLING JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER HDD 2 of 7 May 20, 2013 B. PACKAGED SEWAGE GRINDER PUMPING UNITS – SECTION 33 32 16.13 1.05 QUALIFICATIONS A. HDD Contractors shall have actively engaged in the installation of pipe using HDD methods for a minimum of three years, during which time the Contractor has completed at least 80,000 feet of HDD installations from 1.25" to 24" inches in diameter. 1.06 SUBMITTALS A. The Contractor shall submit documentation showing a minimum three years of HDD experience with at least 80,000 feet of guided boring installation of 1.25" to 24" diameter projects similar in the scope and value to the project specified in the contract documents. Information must include, but not be limited to the following. 1. Date and duration of work. 2. Location. 3. Pipe information (i.e. length, diameter, depth of installation, pipe material, etc.). 4. Project Owner information (i.e. name, address, telephone number, contact person, etc.). 5. Contents handled by the pipeline (i.e. water, wastewater, conduit, gas, etc.). B. The Contractor shall submit a list of field supervisory personnel and their experience with HDD operations. At least one of the field supervisors listed must be at the site and be responsible for all work at all times when HDD operations are in progress. HDD operations will be postponed until the resume(s) of the Contractor's field supervisory personal have been received. C. Working drawings, written procedures, and information that demonstrates in detail the proposed method of operation. This submittal shall include, but not be limited to the following: 1. Size, capacity and setup requirements of all equipment (including drill rig thrust/pullback and rotary torque capacity as well as the mud pump motor size). 2. HDD guidance system type and information including the accuracy, range, and repeatability values for inclination, roll, and azimuth of the system. 3. Type of cutting tool head. 4. Method of monitoring and controlling line and grade. 5. Arrangement of equipment. 6. Location and sizes of drilling and receiving pits. 7. Location of product pipe joining areas and staging areas. 8. Method of dewatering. 9. Method of removing spoils. 10. Carrier pipe type and size. 11. Method of joining carrier pipe. 12. Method of installing tracer/detection wire. 13. Method of abandonment of pilot holes. 14. Carrier pipe end seals. SECTION 33 05 23.13 HORIZONTAL DIRECTIONAL DRILLING JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER HDD 3 of 7 May 20, 2013 15. Bentonite drilling fluid product information including the following: a. Product information. b. Material specifications. c. Handling procedures. d. Special precautions required. e. Method of mixing and installation. f. Identification of polymer enhancement material or special additives (if applicable). g. Method of measuring and maintaining water and bentonite quality during bore progress. h. MSDS sheet. D. Information regarding the clean water source for mixing of drilling fluid. E. As-Built Survey 1. At the completion of pilot hole drilling described herein, Contractor shall provide a tabulation of coordinates referenced to the drilled entry point, which accurately described the location of the pilot hole. 2. Logs of pullback pressures for each setup upon completion of the installation of each length of pipe. F. All drawings, catalog cuts and other descriptive data covering related items in the same system shall be submitted at the same time in order that their complete integrated applicability in the entire system may be adequately reviewed. G. If, during construction, the Contractor determines that modifications to the method and equipment as stated in the original submittal are necessary, the Contractor shall submit a plan describing such modifications, including the reasons for the modifications, to the Owner for review prior to making the modification. 1.07 FIELD CONDITIONS A. HDD operations shall not interfere with, interrupt, or endanger the ground surface or the activities or items upon the surface. B. HDD operations shall be confined to the area of work as shown on the project drawings. C. The HDD Contractor shall comply with all local ordinances, codes, statutes, rules, and regulations including the Owner's Engineering standards and Occupational Safety and Health Administration requirements. D. When rock stratum, boulders, underground obstructions, or other soil conditions that impede the progress of drilling operations are encountered, the Contractor will review the situation with the Owner. The Contractor shall determine the feasibility of continuing drilling operations and review this with the Owner should adjustments or switching to an alternative construction method determined to be necessary. SECTION 33 05 23.13 HORIZONTAL DIRECTIONAL DRILLING JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER HDD 4 of 7 May 20, 2013 PART 2 PRODUCTS 2.01 PIPING MATERIALS A. See RELATED REQUIREMENTS. 2.02 DRILLING FLUID A. No drilling fluid shall be used that does not comply with environmental regulations. B. Drilling fluids shall be a mixture of clean water and bentonite clay. The fluid shall be inert. The fluid should remain in the tunnel to insure the stability of the tunnel, reduce drag on the pulled pipe, and provide backfill within the annulus of the pipe and tunnel. C. Disposal of excess drilling fluid and spoils shall be the responsibility of the Contractor and shall be conducted in compliance with all relevant regulations, right-of-way, workspace requirements, and permit agreements. Excess drilling fluid and spoils shall be disposed of at an approved location and shall be performed at no additional cost to the Owner. The Contractor is responsible for transporting all excess drilling fluid and spoils to the disposal site and for paying any disposal costs. Excess drilling fluid and spoils shall be transported in a manner that prevents accidental spillage onto roadways. Excess drilling fluid and spoils shall not be discharged into sanitary or storm drain systems, or waterways. D. Drilling fluid returns caused by fracturing, formations, or any other means at locations other than the entry and exit points shall be minimized. The Contractor shall immediately clean up and dispose of any drilling fluid and spoils from return areas. E. The Contractor shall provide mobile spoils removal equipment capable of quickly removing spoils from entry and exit pits and from return areas. This equipment must be present during all HDD operations to fulfill the disposal requirements previously described. 2.03 DRILLING WATER A. The Contractor shall provide clean water for the mixing of drill fluid. B. The Contractor is responsible for locating a clean water source, and for transportation and storage of water. C. The Contractor shall secure appropriate permissions from the entity having jurisdiction over the clean water source. PART 3 EXECUTION 3.01 PREPARATION A. Excavate access and exit pits as necessary to horizontally directional drill the proposed pipe alignment as shown on the project drawings. SECTION 33 05 23.13 HORIZONTAL DIRECTIONAL DRILLING JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER HDD 5 of 7 May 20, 2013 B. The drilling procedures and equipment shall provide protection of workers particularly against electrical shock. As a minimum, grounding mats, grounded equipment, hot boots, hot gloves, safety glasses and hard hats shall be used by crewmembers. C. The drilling equipment shall be equipped with an operational alarm system capable of detecting electrical current. D. The Contractor is responsible for protecting all existing utilities. The Contractor shall call Miss Dig (811) a minimum of 3 working days before any work is to begin. Existing utilities within the path of the proposed horizontal directional bore shall be "pot holed" to determine depth. 3.02 HORIZONTAL DIRECTIONAL DRILLING OPERATONS A. Equipment 1. The drilling equipment must be capable of placing the pipe within the planned line and grade without inverse slopes. 2. The drilling equipment must meet the minimum thrust/pullback rating, minimum rotary torque rating, and the minimum mud flow pumping capacity to facilitate installation of the product pipe per the contract drawings. 3. The guidance system must have the capability of measuring inclination, roll, and azimuth. The guidance system must have an independent means to ensure the accuracy of the installation. The Contractor will demonstrate a viable method to eliminate accumulated error due to inclinometer (pitch or accelerometer). The guidance system shall be capable of generating a plot of the borehole survey for the purpose of an as-built drawing. 4. The proposed equipment set up requirements, including but not limited to proposed access and exit pit locations, are at the sole determination of the Contractor. Such information shall be submitted along with all other required information per the specifications. 3.03 PILOT HOLE BORING A. The entry angle and the pilot hole and the boring process shall maintain a curvature that does not exceed the allowable bending radius of the product pipe. B. The pilot hole shall be drilled along the path shown on the plan and profile drawings to the following tolerances: 1. Elevations: Plus or minus six inches. 2. Alignment: Plus or minus six inches. SECTION 33 05 23.13 HORIZONTAL DIRECTIONAL DRILLING JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER HDD 6 of 7 May 20, 2013 3. Curve Radius: No curves will be accepted with a radius less than that shown on the plan and Profile drawings. C. Alignment Adjustments and Restarts 1. The Contractor shall follow the pipeline alignment as shown on the drawings within the specifications stated. If adjustments are required, the Contractor shall notify the Engineer and Owner for approval prior to making the adjustments. 2. In the event of difficulties at any time during boring operations requiring the complete withdrawal from the tunnel, the Contractor may be allowed to withdraw and abandon the tunnel and begin a second attempt at a location approved by the Owner. The Contractor may excavate at the point of the difficulty and install the product pipe by trench method, at no additional cost to the Owner, per the general provisions and specification for construction. 3. The number of access pits shall be kept to a minimum. The equipment must be capable of boring and installing the proposed diameter product pipe in a continuous run of a minimum distance of 600 feet without intermediate pits. 3.04 INSTALLING PRODUCT PIPE A. After the pilot hole is completed, the Contractor shall install a swivel to the reamer and commence pullback operations. Should pre-reaming of the tunnel be necessary, it shall be performed at the option of the Contractor and at no additional cost to the Owner. B. The reaming diameter shall not exceed 1.4 times the diameter of the product pipe being installed. C. The product pipe being pulled into the tunnel shall be protected and supported so that it moves freely and is not damaged by stones and debris on the ground during installation. D. Pullback forces shall not exceed the allowable pulling forces for the product pipe. E. The Contractor shall allow sufficient length of product pipe to extend past the termination point to allow connections to adjacent pipe sections or gate valves. F. Pulled pipes will be allowed 24 hours of stabilization prior to making tie-ins. 3.05 INSPECTION A. The Contractor will at all times provide and maintain instrumentation which will accurately perform the following functions. 1. Locate the pilot hole. 2. Record coordinates referenced to the drilled entry point. 3. Measure drilling fluid flow discharge rate and pressure. SECTION 33 05 23.13 HORIZONTAL DIRECTIONAL DRILLING JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER HDD 7 of 7 May 20, 2013 4. Measure pullback pressure. B. The Engineer and Owner will have access to these instruments and readings at all times. 3.06 OBSTRUCTIONS A. The Owner and Engineer must be notified immediately if any obstruction is encountered that stops the forward progress of the HDD operation. The Contractor must review the situation with the Engineer and Owner and determine the feasibility of continuing drilling operations or switching to an alternative construction method. B. Dewatering of pits and excavations must meet the general provisions and specifications as set forth by the Owner’s standards. The type of dewatering method used by the Contractor must be approved by the Owner, prior to commencing with the dewatering activity. END OF SECTION SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-1 of OCSS-20 Rev. 07/07/2020 TABLE OF CONTENTS PART 1 GENERAL…………………………………………………………………………….……… 2 1.01 SUMMARY………………………………………………………………………………………. 2 1.02 PRICE AND PAYMENT PROCEDURES……………………………………………………. 2 PART 2 PRODUCTS…………………………………………………………………………………. 3 2.01 SOURCE QUALITY CONTROL………………………………………………………………. 3 PART 3 EXECUTION………………………………………………………………………………… 3 3.01 EXCAVATION…………………………………………………………………………………… 3-4 3.02 LAYING PIPE……………………………………………………………………………………. 5 3.03 PIPE BEDDING…………………………………………………………………………………. 5-7 3.04 BACKFILL………………………………………………………………………………………. 7-8 3.05 HOUSE LEADS, WYES AND RISERS………………………………………………………. 9 3.06 SANITARY MANHOLES………………………………………………………………………. 9-11 3.07 STUBS, CONNECTIONS, BULKHEADS, AND MISCELLANEOUS ITEMS OF WORK… 11 3.08 CAST IN PLACE CONCRETE STRUCTURES……………………………………………… 11-12 3.09 TUNNELING……………………………………………………………………………………. 12-14 3.10 FIELD QUALITY CONTROL…………………………………………………………………. 14 INFILTRATION TEST………………………………………………………………….………. 15 AIR TEST …………………………………………………………………………………….… 15-16 EXFILTRATION TEST ………………………………………………………………………… 17 MANDREL TESTING …………………………………………………………………………. 18 HYDROSTATIC TESTS OF FORCE MAINS………………………………………………… 18-19 VIDEO INSPECTION…………………………………………………………………………… 19-20 SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-2 of OCSS-20 Rev. 07/07/2020 PART 1 GENERAL 1.01 SUMMARY A. These specifications form a part of the Contract and are intended to describe, technically, the nature of the materials, equipment and workmanship required to complete the sewers and appurtenances shown on the accompanying plans in a workmanlike manner. B. All labor, tools, machinery, equipment and materials necessary to excavate for, lay, join, backfill and finish sewer, and to complete all restoration shall be considered as part of the sewer construction. C. This work shall be performed in accordance with the general conditions and general specifications unless otherwise noted in an addendum. D. Methods of construction will generally be left to the discretion of the contractor so long as satisfactory progress is made, good workmanship is produced, and required precautions are taken for safety. E. Unless otherwise allowed under specific specification for a particular type of sewer or unless otherwise permitted by the Engineer, construction shall begin at the outlet end of sewer and proceed upgrade. 1.02 PRICE AND PAYMENT PROCEDURES A. Unless specified otherwise, sewer of the diameter specified will be paid for at the Contract unit price per lineal foot, measured in place, which price shall be payment in full for furnishing the materials, including stubs, connections, tees, wyes, or any other fittings shown on the plans, all necessary excavation, removal and replacement of existing sewers or drains, sheeting or bracing, draining, dewatering, laying, jointing, new connections and connecting in of existing facilities, bedding, testing, video inspections, backfilling, sand and gravel backfill, restoration of pavements, walks and drives, disposal of surplus excavated material, and all other work incidental to the construction of the sewer. B. Measurements will be taken from the start of each section to its respective ends, (center of end manholes, when they exist), with no reductions for intermediate manholes. Special structures or special sewer sections for which either lump sum or unit bids have been taken will be deducted from the total length of sewer and will be paid for at the prices bid, therefore. C. Unless specified otherwise, structures will be paid for at the Contract unit price each, which price shall be payment in full for furnishing the materials, including the required fittings, frames, lids, grates and steps, and for all labor, equipment and tools, all necessary excavation, backfilling, disposal of surplus material, and all work incidental to the completed structure. SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-3 of OCSS-20 Rev. 07/07/2020 PART 2 PRODUCTS 2.01 SOURCE QUALITY CONTROL A. The Contractor shall provide the Owner a list of all suppliers. Each of the suppliers shall provide the Owner with a Certificate of Intent of Compliance prior to material delivery. The Certificate shall certify that all materials supplied for the work will be manufactured, tested and inspected in accordance with the contract documents. Following the delivery of the materials, the supplier shall provide the Owner with a Certificate of Compliance. The Certificate shall certify that all materials supplied have been manufactured, tested and inspected in accordance with the contract documents. Each of the above Certificates shall include the following: suppliers name and mailing address; project title, a description of each material supplied, a statement that all materials will be (or have been) manufactured, tested and inspected in accordance with the contract documents for the project and shall be signed and notarized. All of the above shall be provided at the Contractor’s Expense. PART 3 EXECUTION 3.01 EXCAVATION A. Excavation shall include clearing of the site and the removal and disposal of all materials necessary to be removed in the construction of all work under this Contract. Excavation shall be of sufficient widths and depths to provide adequate room for construction and installation of the work to lines, grades, and dimensions called for on the plans within the provided easements. B. Where the trench is excavated to a stable, foundation, sub-grade for the bedding specified in Section 3.03 pipe bedding of this specification, the pipe shall be laid in accordance with OCSS, Section 3.02, LAYING PIPE. Where the depth of excavation exceeds such a limit, the Contractor shall fill the space with compacted angular-shaped, crushed stone containing sufficient smaller sized aggregate to provide proper "Keying" of the material to insure that the pipe, when laid, will maintain correct alignment and grade, and to prevent the migration of smaller-sized earth particles of bedding, trench wall or backfill material into voids of the stone. When crushed stone is used as a foundation material, it shall also be used as bedding material for pipe for the entire width of trench, and from sub-grade depth upwards to the top of the pipe. The remainder of bedding to a point twelve (12) inches above the top of the pipe shall be constructed as specified for Standard Pipe Bedding. Materials placed as foundation or bedding material shall be compacted in six (6) inch layers. Crushed stone shall not exceed one and one-half (1 1/2) inches in size and crushed stone shall be at least 85% angular-shaped crushed material. All such material shall be approved by the Engineer before use. "Pea" stone or uncrushed and ungraded "float" stone shall not be approved for use. C. Excavation to Three (3) Feet below Invert of Pipe Where through the Contractor's construction procedure, or where excavation has not uncovered stable foundation sub-grade for the bedding specified in Section 3.03 of this specification the Contractor shall continue to excavate downward to a maximum distance of three (3) feet below the specified pipe invert grade to reach stable foundation soil. The space resulting from such excavation and the pipe bedding shall be filled and constructed SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-4 of OCSS-20 Rev. 07/07/2020 in the same manner and using the same materials specified above. All costs for such construction shall be borne by the Contractor. D. Excavation Below Limits Specified in Paragraph (1) Where excavation has not uncovered stable, foundation sub-grade at depths specified in Paragraph (1), above, and where the Contractor intends to make claims for additional cost, then, the Contractor shall stop further excavation and immediately notify the Engineer of the condition and of his intent to make claim for additional cost. The Engineer shall investigate the soil conditions at the site and shall prescribe the appropriate pipe support system to be used and the Contractor shall construct such pipe support system as directed by the Engineer. Within ten (10) days after the Engineer determines the appropriate pipe support system to be used, the Contractor shall submit a detailed claim for additional cost, excluding the costs to be borne by the Contractor in Paragraph (1), above. Such claim for additional cost shall include only those additional costs necessary to construct the pipe support system directed by the Engineer. Claims shall not include construction costs prior to stoppage of work. E. Special Excavation In certain instances, the Contract Plans and Profiles may show specific requirements for removal of unsuitable earth or other materials and construction of compacted fills composed of crushed stone or other specified materials. All costs for removal of unsuitable earth or other materials and construction of compacted fills shall be included in the appropriate unit prices bid. F. The widths of a trench from the bottom of the pipe to a height twelve (12) inches above the top of the pipe barrel shall be as follows: If such trench width is exceeded, unless otherwise shown on the contract plans, the Contractor shall install at his own expense such concrete cradle bedding, concrete arch bedding, or other bedding all as approved by the Engineer. The Contractor, as an alternative and with the approval of the Engineer, may construct such bedding of crushed stone as specified above, at no additional cost to the Owner. G. Excavated materials may be temporarily stored along the trench in a manner that will not cause damage to trees, shrubs, fences, or other property, nor that will endanger the bank of the trench by imposing too great a load thereon. H. Open cut excavation for shafts or other structures shall be adequately braced and/or sheeted to prevent caving or squeezing of the soil. Tunnels shall be sheeted, shored and/or braced, as necessary, to enable the work to be performed with safety to the men, the work, and neighboring structures. All excavations shall be completely dewatered prior to construction of the sewer or other structures; and adequate provisions shall be made to prevent water from flowing through or over newly placed concrete or masonry work. Drainage shall be carried to sumps from which the water may be pumped. Pipe Internal Dia. Maximum Trench Width Less than 18” 30” 18” to 24” Pipe O.D. plus 18” Greater than 24” Pipe O.C. plus 24” SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-5 of OCSS-20 Rev. 07/07/2020 3.02 LAYING PIPE A. All pipe shall be laid to the line and grade called for on the plans. The contractor will use laser equipment to maintain line and grade control. The finished work shall be straight and shall be sighted through between manholes. B. Each pipe shall be inspected for defects prior to being lowered into the trench; and inside of pipe and outside of spigot shall be cleaned of any dirt or foreign matter. C. Construction shall begin at the outlet end and proceed upgrade with spigot ends pointing in the direction of flow. The pipe shall be laid on bedding as described in Section 3.03. For pipe with raised bells or collars, bell holes shall be carefully formed at proper intervals so that the bells support no part of the load. The pipe shall be centered in the bell or groove and pushed tight together to form a smooth and continuous invert. After laying of pipe, care shall be taken not to disturb its line and grade. Any pipe found off grade or out of line shall be re-laid properly by the contractor. D. The remainder of the pipe bedding, free from stones and lumps, shall be placed with care, in six (6) inch layers, to an elevation providing twelve (12) inches of cover over the pipe. Each layer shall be thoroughly compacted by power tamping. E. Completion of the pipe bedding and backfilling the remainder of the trench shall follow closely behind the laying of the pipe. F. Concrete pipe 42” and larger shall have all joints inside cement pointed, with cement mortar compound of one (1) part of cement and two (2) parts of sand. G. Where pipe is laid in wet trenches or trenches with running sand, the Contractor shall provide and use mechanical means for pulling the pipe home in making up the joint and for holding the pipe joint tight until completion of the line. Mechanical means shall consist of a cable placed inside of the pipe with suitable winch, jack, or come-along for pulling the pipe home and holding the pipe in position. H. Mechanical means shall be used for pulling home all rubber gasketed pipe regardless of trench condition where manual means will not result in pushing and holding the pipe home. I. Cutting of pipe lengths, where required, shall be performed by the use of tools or equipment that will provide a neat, perpendicular cut without damage to the pipe. Bowing or warping of pipe can occur with temperature fluctuations. The Contractor shall store and protect the pipe to minimize bowing. Nominal 12'-6" pipe lengths having deviations from straight greater than 1" shall not be used. 3.03 PIPE BEDDING A. Concrete Pipe Bedding for concrete pipe is shown on the standard detail sheet for sanitary sewers. Standard pipe bedding is defined as the envelope surrounding the pipe and extending from a sub-grade of six (6) inches below the bottom of the pipe upwards, bearing laterally against the sides of the trench, to an elevation providing twelve (12) inches of cover over the pipe. If the contractor wishes to use a bedding material different than indicated on the SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-6 of OCSS-20 Rev. 07/07/2020 standard detail sheet, prior approval regarding material and method of installation must be obtained from the engineer. If the trench is wet or unstable or an undercut is required, sand bedding will not be allowed. All costs for pipe bedding, including material, labor and equipment will be incidental to the contract unless otherwise indicated. B. Truss and Solid Wall Plastic Pipe Bedding 1. Bedding for ABS and PVC pipe shall be in accordance with ASTM D2321-00, except: a. Only Class I and Class II materials having a maximum particle size of one and one-half (1-½) inch may be used. b. Standard pipe bedding is defined as the envelope surrounding the pipe and extending from a subgrade of four (4) inches below the bottom of the pipe upwards, bearing laterally against the sides of the trench, to an elevation providing twelve (12) inches of cover over the pipe. c. Flooding or puddling shall not be used. 2. It is essential that it be recognized that the successful use of flexible pipe requires bedding that provides unyielding side support and complete bedding contact under pipe haunches. Bedding material must be properly placed and compacted to provide lateral restraint against deflection in the pipe diameter. Pipe must be bedded to true line and grade throughout its length. Bell holes shall be provided where required. 3. Where unstable bottoms are encountered, the contractor shall provide a foundation consisting of an approved graded processed angular stone or filter fabric to act as an impervious mat to impede migration or vertical movement of unstable soils or bedding materials. Where trench sheeting, plates, or a trench box are used due to severe ground conditions, all voids to the side and below the top of the pipe caused by the sheeting, plates or box withdrawal shall be completely filled or the supports left in place below the top of the pipe. 4. Concrete cradle bedding shall not be used where allowable trench widths are exceeded. In lieu of concrete cradle bedding, standard pipe bedding shown shall be provided to the full width between undisturbed trench walls or at least to 2.5 pipe diameters on both sides of the pipe. 5. Due to potential damage to exterior walls of truss or plastic pipe, particularly under cold weather conditions, if rocks, frozen material or large objects strike the pipe, the contractor shall carefully avoid dumping any materials other than approved bedding sand or stone on the pipe until twelve (12) inches of cover is over the pipe. Pipe walls and joints shall also be protected from abrasion and damage during handling, and shall be fully inspected just prior to placing in trench. 6. Care shall be taken during bedding compaction to avoid distorting the shape of the pipe or damaging its wall. Mobile equipment shall not be used over the pipe trench until forty-eight (48) inches of cover has been placed. SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-7 of OCSS-20 Rev. 07/07/2020 7. House connections shall be made to wye fittings. Bedding for house connection sewers shall be equal to that of the main sewer bedding. Risers in deep and unstable trenches should be bedded in Class I angular stone to avoid settlement. Concrete shall not be used for bedding. End caps or plugs shall be braced or anchored to withstand air test pressures. 8. Class I, II, IIA, grading requirements for granular materials are defined per ASTM C-136. 3.04 BACKFILL A. Backfill is defined as that material placed into trench from the top of the standard pipe bedding (as previously defined) to the ground surface. Backfill shall be placed into the trench according to one of the following specified manners as determined by the location of the trench or the edge of trench nearest the existing pavement, roadway, sidewalk, driveway or parking area. B. Selected excavated material for use in backfill is defined as soil that is capable of meeting specified compaction requirements and is free of large or frozen lumps, asphalt, concrete rubble, boulders, blue clay, topsoil, peat, marl, wood, debris, vegetation, or other extraneous materials as determined by the Engineer. C. Zone of influence is defined as a one to one (1 horizontal to 1 vertical) slope from the edge of pavement to the trench bottom. D. Wherever compaction is required, it shall be by suitable mechanical compaction equipment approved by the Engineer. Initial compaction test will be made by a representative of the Owner and paid for by the Owner. However, if it is necessary to repeat compaction tests because initial compaction methods or construction procedures failed to produce required density, in place, the Contractor shall be billed for the cost of all repeat testing until material meets specifications. E. Concrete and Asphalt (Roads, Sidewalks, Driveways & Parking Areas) (No frozen materials permitted) Trench Location Backfill Requirements 1. Under concrete and asphalt surfaces and within the zone of influence. Backfill shall be in accordance with detail sheet with mechanically tamped Class II sand or stone in six (6) inch layers, loose measure, with each layer compacted to not less than 95% of the maximum dry density as determined by the ASTM D 1557 Compaction Standard. 2. Outside the zone of influence and within road right-of-way. Backfill material shall be placed into trench in six (6) inch layers, loose measure, each layer compacted to not less than 90% of maximum dry density as determined by the ASTM D 1557 Compaction Standard. Selected excavated material may be used, provided compaction requirements can be met. SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-8 of OCSS-20 Rev. 07/07/2020 F. Gravel (Roads, Driveways, and Parking Areas) (No frozen materials permitted) 1. Within the zone of influence and within road right-of-way. Backfill material shall be placed into trench in six (6) inch layers, loose measure, with each layer compacted to not less than 90% of maximum dry density as determined by the ASTM D 1557 Compaction Standard. Selected excavated material may be used, provided compaction requirement can be met. The Contractor shall immediately restore all roads, driveways, and parking areas with MDOT 21AA gravel at least eight (8) inches thick and shall maintain them in good, dust-free condition during the life of the contract. Additional aggregate shall be added if settlement occurs. Before final acceptance of the road, driveways, or parking area, it shall be top-dressed with approved material to match the original surface treatment. Gravel shall be suitably stabilized with calcium chloride. 2. Outside the zone of influence and within the road right-of-way. Same as F. (1) above. G. Open Fields and Lawn Areas 1. Backfill material shall be placed into trench in 12” layers, loose measure, with each layer compacted to not less than 90% of maximum dry density as determined by the ASTM D 1557 Compaction Standard. Selected excavated material may be used provided compaction requirement can be met. Compaction will be tested at the inspector’s discretion. 2. Contractor shall regrade as necessary during the life of the Contract. For restoring lawn and landscaped areas see General Specifications Section 7, "Final Cleanup and Restoration". No frozen materials permitted. H. Special Backfill Where called for on the plans or where required by Road Permits, the Contractor shall backfill trenches in accordance with the requirements of said plans or Road Permits. Where “Special Backfill Requirements” are called for along highways under the jurisdiction of the State of Michigan, The Road Commission for Oakland County, or the local unit of government, the Owner will employ an independent testing laboratory to make compaction tests and the costs of the tests will be paid for by the Contractor. Backfilling around all structures shall be placed in compacted one-foot layers, in a manner that will not cause unequal pressure or damage to any exterior coating or plastering. 3.05 HOUSE LEADS, WYES AND RISERS A. Wyes and/or risers and/or house leads shall be constructed at such points as are called for on the plans and as may otherwise be directed by the Engineer. Wyes shall be installed at an angle not to exceed 30 degrees. The wye opening or the end of the riser or house SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-9 of OCSS-20 Rev. 07/07/2020 lead shall be fitted with waterproof stoppers as recommended by the manufacturer, properly blocked to withstand air or other approved testing. B. One house lead (and riser where required) shall be provided for each lot and acreage parcel or as indicated on the plans. The actual location of house leads will be determined in the field during construction. Leads to existing houses shall be located to suit the property owner. On vacant lots, leads shall be as shown on plans or as directed in the field. C. The Contractor shall install risers as necessary to provide for depth of bury of the house lead at the property line as specified on the plans or as directed by the Engineer. D. House leads and risers shall be six (6) inch diameter pipe to the property line unless otherwise specified. Joints for wyes, risers and house leads shall be as specified in Materials - Sanitary Sewer Pipe, contained herein. Joints shall connect to wye branches constructed as part of the sewer proper. House leads shall be constructed at a minimum grade of one-eighth (1/8) inch per foot and at a depth sufficient to properly serve the adjacent property. Wherever possible, the house lead shall have a minimum depth of ten (10) feet to the property line. For house leads requested less than ten (10) feet at property line, grade adjustment will be made within four (4) feet of the property line using an approved bend to make requested depth. E. House lead shall be installed no closer than ten (10) feet from side lot line. F. Risers shall be constructed where shown on the plans or as may be directed by the Engineer. Backfill at all risers shall be carefully placed and tamped sufficiently to insure against damage from backfill settlement or backfilling operations. G. House lead and/or riser construction shall progress concurrently with main sewer construction. H. The Contractor shall bury a ¼” diameter by 8’ long steel rebar at the end of all six (6) inch leads or wye openings, extending from the wye opening or the lead to within six (6) inches of the ground surface. 3.06 SANITARY MANHOLES A. Manholes shall be constructed of the type and in accordance with the details shown on the plans and at the locations shown on the plans. All necessary steps, frames and covers shall be furnished and installed. Covers shall be set at the required final elevation so that no subsequent adjustment shall be necessary. B. Connections to manholes shall be properly supported and braced with specified material where not resting on original ground so that any settlement will not disturb the connection. C. Excavation shall be carried to the depth required to permit the construction of the required base and bottom of excavation shall be trimmed to a uniform horizontal bed. The excavation shall be sufficiently wide to allow for shoring, bracing, or form work, should any or all be necessary, to allow for accessibility. The excavated section shall be completely dewatered before any concrete is placed therein. D. All manholes shall be adjusted in accordance with the Standard Detail Sheet. E. Interior joints of all structures shall be pointed. F. Unless otherwise specified by the Engineer: SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-10 of OCSS-20 Rev. 07/07/2020 1. Drop manholes, as called for on the plans, shall be manufactured and constructed as "Pre-Cast Flexible Joint Sewer Manholes", and are included in the proposal under "Drop Manholes". 2. Sump manholes, as called for on the plans, shall be considered as incidental as the cost shall be included in the unit price bid for "Manholes" or "Drop Manholes". 3. All manholes shall be constructed of precast reinforced concrete (manufactured with Type I, IA, IP, II, or IIA cement), and shall be the eccentric cone type. All manholes for pipe sizes twenty-four (24) inch diameter and smaller shall be the precast flexible-joint type, unless otherwise specified. 4. Pipe shall not extend into a manhole beyond the inside face of the manhole wall. Field cutting of pipe to be used at manholes shall be done in a neat, workmanlike manner, using methods approved by the Engineer. Exposed ends of reinforcing steel shall be cut flush with the pipe end. 5. Concrete placed inside precast flexible-joint manholes to form the channel through the manhole shall not be placed between the pipe and the opening in the manhole base section so as to interfere in any way with the flexibility of the joint. Block and brick filler or dry mix shall not be used to construct channel. Concrete shall be made with Type I or IA cement. 6. The joint between a precast riser section and the base of the structure shall be set in a full bed of mortar. 7. All manholes shall rest on a minimum of eight (8) inch thick 3,000 p.s.i. concrete base. Pre-cast concrete bases may be used if a uniform bearing is provided. The base shall protrude a minimum of six (6) inches beyond the outside diameter of the structures, unless precast concrete bases are used. If precast bases are used, they shall protrude a nominal four (4) inches beyond the outside diameter of the structure. All concrete bases shall be cast utilizing Type I or IA cement. 8. Precast reinforced concrete sections shall, as a minimum, conform to ASTM C478. Structures shall have modified groove tongue joints with gaskets manufactured to conform to ASTM C443. 9. The joint between the pipe and the base section of precast flexible-joint manholes shall be a mechanically compressed flexible-joint, such as the Res-Seal, Link-Seal, or Press Wedge II, or equal flexible-rubber manhole joint. The joint shall be capable of meeting infiltration requirements and shall permit a deflection of at least six (6) degrees in all directions as measured from all centerline of the pipe. 10. Water for concrete and for mortar shall be clean and fresh, free from oil, acids and organic matter. 11. Mortar for pointing of joints shall be composed of one (1) part Type IIA Portland cement and two and one-half (2-1/2) parts masonry sand. No lime shall be used in the mortar. 12. The frame and cover shall be as noted on the plans. Lettering on the cover shall be as required by the Owner. 13. Manhole steps shall be plastic coated steel meeting the requirements in ASTM D 2146, Type II, Grade 49108 M.A. Industries P.S.I. Polypropylene or approved equal with foot recess, suitably scored to provide a non-slip surface and shall be SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-11 of OCSS-20 Rev. 07/07/2020 on 16” centers, 21” maximum below casting elevation and 24” maximum above structure bottom or top of fillet. 14. All manholes built over existing systems shall be installed with monolithic concrete poured base. 15. All manholes shall be backfilled with compacted sand to a distance of 3 feet of the outer periphery of the structure. 3.07 STUBS, CONNECTIONS, BULKHEADS, AND MISCELLANEOUS ITEMS OF WORK A. The Contractor shall furnish all material and labor and shall install and/or construct the stubs, connections, bulkheads, and miscellaneous items of work called for on the plans and/or specifications. The cost of this work shall be included in the unit prices bid for manholes and/or sewers. B. Where called for on the drawings, existing sewers shall be connected in. C. Where called for on the drawings, drop connections, bulkheads, and stubs for future sewer connections shall be provided. D. Where called for on the drawings, bulkheads shall be constructed or removed as called for. E. Unless otherwise noted on the drawings, stubs shall consist of one full length of sewer pipe, minimum length eight (8) feet, with watertight bulkhead constructed of material compatible with the pipe material, and shall conform to the following specifications. Six (6) inch to fifteen (15) inch stubs shall be truss or solid wall pipe, conforming to Material Sanitary Sewer Pipe. Stubs eighteen (18) inches and larger shall be a minimum ASTM C- 76 Class IV Concrete Pipe. The type of joint shall be as those specified under Materials - Sanitary Sewer Pipe, contained herein. F. No separate payment will be made for such stubs, connections, bulkheads, and miscellaneous items of work covered in this paragraph. Such work shall be considered incidental and the cost thereof shall be included in the unit price bids. 3.08 CAST IN PLACE CONCRETE STRUCTURES A. The Contractor shall submit to the Engineer complete shop drawings of concrete structures, including the size and spacing of reinforcing steel. The plans will be approved or corrected and returned to the Contractor who shall furnish three sets of approved or corrected plans to the Engineer, a minimum of three (3) working days prior to proceeding with the work. B. Unless otherwise noted, structural concrete shall be Grade A (f'c = 3500 psi.), and reinforcing steel shall be Grade 60. All exposed concrete edges shall have 3/4" chamfer. C. The finish of concrete surfaces on inside walls and floor shall be made as smooth as possible, special consideration being given to those surfaces which will be exposed to the flow. D. As soon as the forms are removed, the surface of the concrete shall be carefully examined and any irregularities of surface shall be treated as directed by the Engineer. Fins and SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-12 of OCSS-20 Rev. 07/07/2020 irregular projections shall be removed in a workmanlike manner, care being exercised to prevent undue spalling of adjacent surfaces. E. If, in the opinion of the Engineer, the defects in the concrete are of such a nature as to warrant rejection, that portion of the pour may be ordered replaced in its entirety and the Contractor shall promptly replace same without additional compensation. The Contractor alone shall be responsible for the trueness of the surface of the concrete and shall correct any deviation in the manner ordered by the Engineer. F. If due to weather conditions or unacceptable workmanship, exposed concrete surfaces cannot be satisfactorily finished as determined by the Engineer, the Contractor shall apply two coats of Thorosexl mixed with Acryl 60 (or approved equal) to all exposed concrete surfaces. Mixing and application of cement-based water proofing shall be in accordance with manufacturer recommendations for "finishing concrete." G. Rubbing with a Carborundum stone and/or the use of grinding wheels to obtain smooth finish will be required for exposed to view exterior concrete surface. H. Floors, walkways and stairs of structures and buildings shall be given a steel trowel finish unless otherwise specified. Pavement and sidewalk shall be given a standard float finish including brush coat. I. In tunnel construction, in addition to the removal of fins and irregular projections, the entire interior surface shall be given a cement mortar brush coat. 3.09 TUNNELING A. Bored and Jacked Pipe Sanitary Sewers 1. All bored and jacked sanitary sewer pipe shall be installed within a casing pipe consisting of new and unused steel spiral welded pipe conforming to ASTM A-139, Grade B. 2. Casing pipe ends shall be prepared for field welding. Welders performing field welding shall have satisfactorily passed "Structural Welding Code" qualification tests within the previous 12 months. Joints in casing pipe shall be fully welded along the circumference of the pipe. 3. The diameter of the casing pipe shall be sufficient to house the pipe, wooded skids, and provide a minimum of 3" of clearance as measured from the crown of the bell of the pipe to the casing. Unless otherwise indicated on the Plans, the minimum wall thickness of the casing pipe shall conform to the following table: SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-13 of OCSS-20 Rev. 07/07/2020 ALLOWABLE HEIGHT OF COVER (H) IN FEET, FOR STEEL CASING WALL THICKNESS (INCHES) STEEL CASING OUTSIDE DIAMETER (INCHES) FRACTION DECIMAL 12 14 16 18 20 24 28 30 36 42 3/16 .1675 39 30 24 21 19 17 16 1/4 .250 50 50 39 31 27 21 19 18 16 5/16 .3125 50 48 39 28 23 21 18 17 3/8 .375 50 50 39 29 27 22 19 7/16 .4375 50 39 34 26 21 1/2 .500 50 44 31 25 9/16 .5625 50 39 30 5/8 .625 48 35 THIS TABLE NOT APPLICABLE AT RAILROAD CROSSINGS 4. The casing pipe shall be installed by a continuous boring-jacking operation. The boring auger shall not proceed ahead of the casing pipe. Water shall not be used in the boring operation. 5. The face of the jacking pits generally shall be located a minimum of ten feet (10') from the edge of the pavement and/or back of curb, and shall be sheeted and shored sufficiently to protect the pavement and/or track installations, existing underground utilities and the safety of the workman. Access pits shall be protected from vehicular traffic and shall be provided with suitable fencing and barricades to prohibit public access to the work site. Equipment shall not be used in lieu of fencing to protect access sites. 6. The sanitary sewer shall be supported within the casing pipe by means of construction grade (No. 2) 4" x 4" pressure preservative treated timber skids. Skids shall be continuous from bell to bell. A minimum of four (4) skids, positioned 45 each side of the top and bottom centerlines of the sanitary sewer are required. Skids are to be strapped to the sanitary sewer by 1 1/8" wide, 12 gauge galvanized steel or stainless steel bands. A minimum of four (4) straps per pipe length are to be installed. 7. After the sanitary sewer is pushed through the casing, masonry bulkheads shall be installed tight around the sanitary sewer at both casing ends. Stand pipes suitable to receive pressure grouting shall also be installed. 8. The void between the sanitary sewer and the casing pipe shall be pressure grouted using a concrete grout mix as approved by the Engineer. 9. If the Contractor proposes to employ a different method of tunnel crossing than the method described in these specifications, he shall obtain written approval from the Engineer. B. Jacked-in-Place Pipe Sanitary Sewers 1. Jacked-in-Place pipe tunnel sanitary sewer shall be constructed of reinforced SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-14 of OCSS-20 Rev. 07/07/2020 concrete pipe, ASTM C76 Class V with 2 rings of circular reinforcement extending into the bell and into the spigot ends of the pipes. Elliptical reinforcement will not be allowed. In such construction, excavation shall not proceed ahead of the cutting edge of the pipe. Voids shall be filled by means of pressure grouting with 1:3 cement-sand mortar. 2. All pipe 42” and larger shall have inside cement pointing with cement mortar compound of one (1) part of cement and two (2) parts of sand. C. Monolithic Concrete Tunnel 1. Monolithic concrete tunnel sanitary sewers as detailed on the Drawings. 2. All voids shall be filled by means of pressure grouting with 1:3 cement sand mortar. 3. Shaft locations shall be subject to the approval of the Owner and the Contractor shall submit a schedule of desired locations of shafts for approval. 4. The method of constructing the shafts and the type of support are at the option of the Contractor, but subject to approval by the Engineer. 5. The Contractor will receive no extra compensation for constructing, maintaining, or removing shafts, but the cost of same shall be included in the prices bid for the sanitary sewers. 3.10 FIELD QUALITY CONTROL A. All sewers shall be subjected to exfiltration, infiltration or air tests, or a combination of same, or alternate method as approved by the Engineer, prior to acceptance by the Owner. B. For testing purposes, sewer manholes shall be equipped with a one-half (1/2) inch diameter galvanized capped pipe nipple extending through the manhole wall and projecting 3” into the manhole space, and at the same elevation as the crown of the pipe. C. Prior to testing, the ground water elevation shall be determined by blowing air through the pipe nipple to clear it and then connecting a clear plastic sight tube to the pipe nipple. The sight tube shall be suspended vertically in the manhole and the ground water elevation determined by observing the water level in the sight tube. D. After all tests are performed and the sewer is ready for final acceptance, the pipe nipple shall be removed and the hole in the manhole wall shall be plugged with hydraulic cement or the nipple can be plugged with a galvanized cap. E. All sewers greater than twenty-four (24) inch diameter shall be subjected to infiltration or exfiltration tests. F. Sewers greater than twenty-four (24) inch diameter where the ground water level above the top of the sewer is less than seven (7) feet shall be subjected to an exfiltration test. SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-15 of OCSS-20 Rev. 07/07/2020 G. All sewers where the ground water level above the top of the sewer is over seven (7) feet shall be subjected to an infiltration test. H. All sewers of twenty-four (24) inch diameter or less, where the ground water level above the top of the sewer is less than seven (7) feet shall be subjected to air tests. I. Infiltration Test 1. Determine ground water elevation. Ground water must be not less than 7 feet above the highest point of the sewer pipe. 2. Plug incoming pipes in upstream manhole. 3. Insert calibrated 90-degree V-notch weir in pipe on downstream manhole. 4. Allow water to rise and flow over weir until it stabilizes. 5. Take five (5) readings of accumulated volume over a 2-hour period and calculate the average reading. Multiply the average reading x 12 and compare to allowable infiltration rate. Maximum infiltration rate shall not exceed 100 gallons per inch of diameter per mile of pipe over a 24-hour period, in any individual run of pipe between manholes. J. Air Test 1. Per ASTM standard F 1417-92, the procedure for air testing of sewers shall be as follows: a. The sewer line shall be tested in increments between manholes. The line shall be cleaned and plugged at each manhole. Such plugs shall be designed to hold against the test pressure and shall provide an air-tight seal. One of the plugs shall have an orifice through which air can be introduced into the sewer. An air supply line shall be connected to the orifice. The supply line shall be fitted with suitable control valves and a pressure gauge for continually measuring the air pressure in the sewer. The pressure gauge shall have a minimum diameter of three and one-half (3 1/2) inches and a range of 0-10 or 0-15 PSIG. The gauge shall have divisions in 1/10 of a pound increments and an accuracy of plus or minus (±) 0.04 psi. b. All test pressures are measured as gage pressure, which is any pressure greater than atmospheric pressure. Since water produces a pressure of 0.43 psi for every foot depth, air test pressures must be increased to offset the depth of ground water over the sewer line. If the ground water level is 2 ft. or more above the top of the pipe at the upstream end, or if the air pressure required for the test is greater than 9-psi gage, the air test method should not be used. Before the air test method is used, the ground water level should be lowered by pumping or dewatering. SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-16 of OCSS-20 Rev. 07/07/2020 c. The sewer shall be pressurized to 4 PSIG greater than the greatest back pressure caused by ground water over the top of the sewer pipe. At least two (2) minutes shall be allowed for the air pressure to stabilize between 3.5 and 4 PSIG. If necessary, air shall be added to the sewer to maintain a pressure of 3.5 PSIG or greater. d. After the stabilization period, the air supply control valve shall be closed so that no more air will enter the sewer. The sewer air pressure shall be noted and timing for the test begun. The test shall not begin if the air pressure is less than 3.5 PSIG, or such other pressure as is necessary to compensate for ground water level. e. All gauges shall be calibrated every six (6) months, with the last certification date provided to WRC prior to testing. f. The time required for the air pressure to decrease 1.0 PSIG during the test shall not be less than the time shown in the following Air Test Tables. AIR TEST TABLES MINIMUM HOLDING TIME IN MINUTES REQUIRED FOR PRESSURE TO DROP FROM 3 1/2 TO 2 1/2 PSIG Pipe Diameter, in. Minimum Time, min:s Length for Minimum Time, ft. Time for Longer Length, seconds Specification Time for Length (L) Shown, mins. 100 ft. 150 ft. 200 ft. 250 ft. 300 ft. 350 ft. 400 ft. 450 ft. 4 3:46 597 0.380 L 3:46 3:46 3:46 3:46 3:46 3:46 3:46 3:46 6 5:40 398 0.854 L 5:40 5:40 5:40 5:40 5:40 5:40 5:42 6:24 8 7:34 298 1.520 L 7:34 7:34 7:34 7:34 7:36 8:52 10:08 11:24 10 9:26 239 2.374 L 9:26 9:26 9:26 9:53 11:52 13:51 15:49 17:48 12 11:20 199 3.418 L 11:20 11:20 11:24 14:15 17:05 19:56 22:47 25:38 15 14:10 159 5.342 L 14:10 14:10 17:48 22:15 26:42 31:09 35:36 40:04 18 17:00 133 7.692 L 17:00 19:13 25:38 32:03 38:27 44:52 51:16 57:41 21 19:50 114 10.470 L 19:50 26:10 34:54 43:37 52:21 61:00 69:48 78:31 24 22:40 99 13.674 L 22:47 34:11 45:34 56:58 68:22 79:46 91:10 102:33 K. Exfiltration Test 1. An exfiltration test is performed on the sewer by filling the sewer with water to a specified test head and the rate of water loss is measured. If the rate of water loss is less than or equal to the allowable loss, the section of sewer tested is acceptable. The sewer shall be free of debris before testing. SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-17 of OCSS-20 Rev. 07/07/2020 2. Determine the groundwater elevation at both ends of the test section. If the groundwater is less than 2 feet above the crown of the upstream pipe, the exfiltration test shall be used. The test head pressure shall be a minimum of two (2) feet above the crown of the upstream pipe or ground water level. 3. All manholes, ends of branches, laterals, wyes and stubs to be included in the test section shall be plugged securely to prevent leakage or blowout due to testing pressure. 4. Conduct testing from manhole to manhole or multiple manholes, provided the entire test section does not exceed 700 feet. 5. Fill the pipe test section with water to the test head elevation and allow the pipe to be saturated a minimum of 4 hours to a maximum of 72 hours. After the saturation period, refill the pipe to the required test head. 6. Take five (5) readings of accumulated volume over a 2-hour period and calculate the average reading. Multiply the average reading x 12 and compare to allowable infiltration rate. Maximum infiltration rate shall not exceed 100 gallons per inch of diameter per mile of pipe over a 24-hour period, in any individual run of pipe between manholes. 7. Manholes shall be tested separately and independently or with the pipeline, with an allowable leakage of 0.1 gallons/foot diameter/feet of head. L. Within a reasonable length of time following pipe laying and backfilling, the Contractor shall complete all work necessary to perform testing. If, in the opinion of the Engineer, work has not progressed in a reasonable manner, he shall have the right to direct the Contractor to proceed with the work or any portion thereof immediately. The Contractor shall perform all necessary preliminary tests and shall make all necessary repairs, including the repair of all visible leaks and cracks, and retests with his own forces to ready the sewers for final inspection and witnessing of tests by the Owner. Immediately after the sewers have passed such preliminary tests, the Contractor shall submit a written request to the Owner for final inspection and witnessing of tests. M. Where ground water conditions require dewatering operations in order to construct sewers of twenty-four (24) inch diameter or smaller, the Contractor may, at his option, perform preliminary air tests after backfilling and while the dewatering equipment is still operating. N. Where preliminary acceptance tests have been performed shortly after sewer construction, such tests will not automatically result in acceptance of the sewer. The Owner will cooperate fully with the Contractor in the performance of preliminary tests but recognizes the value of such tests as an early means of only tentative evaluation of workmanship and materials. Final acceptance will not be considered until after a reasonable length of time following pipe laying and backfilling to allow as much as possible for development of the earth load on the pipe. O. If a sewer fails to pass any of the previously described tests, the Contractor shall determine the location of the leaks, repair them and retest the sewer. The tests shall be repeated until satisfactory results are obtained. SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-18 of OCSS-20 Rev. 07/07/2020 P. Method of testing and measurement shall be approved by the Engineer. The Contractor shall provide the necessary certified equipment, and labor for making tests, and the cost of same shall be included in the unit price bid for complete sewer. Q. Chemical or cement grouting will not be considered an acceptable method of repairing leaking pipe, joints or structural failures, except where specifically approved by the Engineer. In this regard the decision of the Engineer shall be final. R. Mandrel Testing 1. The Engineer may, at his discretion, require mandrel (go/no-go) gauging test run on all ABS and PVC pipes. Mandrels shall have nine (9) arms and dimensions shall be ninety-five percent (95%) less a statistical tolerance of ASTM average diameter (see table below). The completed installation shall at no point have out-of-round pipe deflections greater than five percent (5%). 2. Mandrel testing shall not take place until a minimum of thirty (30) days has elapsed since the trench was backfilled to final grade. Any pipe sections not passing the mandrel test as described above shall be uncovered and the Contractor shall replace and/or re-compact the embedment backfill material to the satisfaction of the Engineer. After another thirty (30) day period, the pipe section shall be re-tested with the mandrel as described above. Nominal Pipe Size ABS or PVC Truss Pipe (D-2680) PVC Solid Wall Pipe SDR 35 (D-3034) Pipe I.D. (min.) Mandrel O.D. Pipe I.D. Mandrel O.D. 8 7.75 7.362 7.665 7.281 10 9.75 9.262 9.563 9.084 12 11.75 11.162 11.361 10.792 15 14.75 14.012 13.898 13.203 S. Hydrostatic Tests of Force Mains 1.. Prior to acceptance, force mains shall be inspected and hydrostatically tested as specified herein. 2. The Contractor shall furnish all necessary personnel, temporary timber bracing, plugs, test pumps and all other necessary apparatus for conducting the test. All gauges and meters used for testing shall be rated at or above required test. All gauges and meters used for testing shall be rated at or above required test pressure. Test gauges will be 3½” diameter readable in one-pound increments. Meters and gauges shall be calibrated every six months. Calibration will be to an SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-19 of OCSS-20 Rev. 07/07/2020 accuracy of ±1% or better. Verification of calibration shall be furnished to WRC personnel prior to start of test. 3. Before applying test pressure, all air shall be expelled from the pipe. If necessary, to accomplish this, taps shall be made at points of highest elevation in the pipe and such openings subsequently closed, prior to test, with tight threaded brass plugs. 4. Test pressure shall be maintained at 150 pounds per square inch at the point of highest elevation in the test section by pumping water into the pipe for a period of two (2) hours and in all cases long enough to permit assurance of a satisfactory test. Leakage as measured by the quantity of water pumped into the pipe to maintain 150 p.s.i. pressure during the test, shall not exceed a rate of 50 gallons per inch diameter of main, per mile of pipe in twenty-four (24) hours per ASTM E 1003-95. 5. The Contractor shall furnish all water used on this project including water used for hydrostatic testing. If he elects to purchase water from the Owner, he shall pay for the full metered amount at the current water rate for the system used. 6. If a meter is not available to measure the volume of water the Contractor shall pay for a minimum of three (3) times the volume of the pipe installed or as otherwise determined by the Engineer. T. Video Inspection 1. The Contractor shall inspect the inside of all sewers by television inspection and provide related color video DVDs. 2. This work shall include dewatering or diverting flow in sewers to the degree necessary for video inspection and color videotaping. 3. Dewatering shall include necessary pumping equipment, plugs and temporary piping between manhole sections. 4. The Contractor shall, prior to starting work, furnish the Engineer for approval, his proposed method for dewatering sewers. 5. For inactive sewers, the sewers shall be flooded with clean water and allowed to dewater prior to televising of the sewer. 6. CCTV inspection shall be performed by CCTV personnel who are trained and certified in the use of NASSCO’s Pipeline Assessment and Certification Program (PACP®). Reports will be done in a digital format (mdb) compatible with WinCan8 or other NASSCO approve software acceptable to the Owner. 7. The camera shall be pulled through the pipe at a speed no greater than 30 ft./minute, unless approved by the Owner. The video shall also display the pipe footage counter. 8. The Contractor shall furnish all labor, electronic equipment and technicians to perform the closed-circuit television inspection of the sewers. Operation of the equipment is to be controlled from above ground with a certified technician at the control panel in the television studio, controlling the movement of the television SECTION 33 31 00 OPEN CUT SANITARY SEWER SPECIFICATONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page OCSS-20 of OCSS-20 Rev. 07/07/2020 camera. The technician shall have the capability to adjust the brilliance of the built- in lighting system and be able to change the focus of the television camera by remote control. 9. The view seen by the television camera shall be transmitted to a monitor of not less than 17 inches. The monitor shall be located inside a mobile TV studio. The stationing of the television camera shall be continuously displayed on the television monitor while the sewer line is inspected. The Contractor's mobile studio shall be large enough to accommodate up to three people for the purpose of viewing the monitor while the inspection is in progress. The Owner's representative shall have access to view the television screen at all times. 10. The electricity for all operations will be furnished by the Contractor. If required to improve the quality of the television inspection, a ventilating system shall be furnished and installed between manhole sections. 11. The inspection reports and television DVDs shall become the property of the Owner. END OF SECTION SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 1 of 19 April 15, 2013 PART 1 GENERAL 1.01 SUMMARY A. These specifications apply to low pressure sewers from 1.25 inches to 12 inches in diameter. B. These specifications are intended to technically describe the nature of the materials, equipment and workmanship required to complete the low pressure sewers and appurtenances shown on the plans. C. All labor, tools, and materials necessary to excavate, place, join, backfill, and finish the low pressure sewers and appurtenances to provide a complete and operative system shall be considered as part of the low pressure sewer system construction. D. Low pressure sewers shall be considered to mean pressure pipe as called for on the plans, complete with specials, fittings, valves, valve wells, valve boxes, and connections to existing sewer systems. 1.02 PRICE AND PAYMENT PROCEDURES A. Unless indicated otherwise, low pressure sewers of the diameter specified will be paid for at the contract unit price per linear foot, measured in place along the center line of pipe, which price shall be payment in full for furnishing all materials including specials and fittings, necessary excavation, sheeting or bracing, draining, laying, directional drilling, jointing, normal bedding, special bedding and any undercut of unsuitable bedding soils and replacement of undercut, connections to existing sewer system, tracer wire, testing, water and other materials used in testing, backfilling, including excavated material and replacement of unsuitable excavated material with imported material, groundwater control, including well points and deep wells, disposal of surplus excavated materials, replacement of any damage caused by the Contractor including, but not limited to, pavement, sprinkler systems, fences, culverts, underground utilities, and animal control wire, landscape features, trees and shrubs and final cleanup and restoration, and all other work incidental to the construction of the low pressure sewer. Measurement for low pressure sewer will be taken from end to end and through structures with no reductions for fittings and valves. Special structures or sections for which either lump sum or unit price bids have been taken will be deducted from the total length of low pressure sewers and will be paid for at the prices bid therefore. B. Unless indicated otherwise in the proposal, any undercut over three feet in depth ordered by the Engineer due to poor existing ground conditions shall be paid for at the contract unit price for undercut. Trench undercut and stone refill less than three feet deep shall be incidental to the Contract. Stone placed in the trench by the Contractor in conjunction with, and/or in lieu of, dewatering the trench and not ordered by the Engineer will not be considered stone refill and will be at the Contractor's expense. (See EXCAVATION and PIPE SUPPORT.) C. Unless indicated otherwise in the proposal, flushing connections and air/vacuum release assemblies will be paid for at the contract unit price per each, furnished and installed. SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 2 of 19 April 15, 2013 D. Unit price for flushing connections and air/vacuum release assemblies shall include all of the following unless separate prices are required and indicated in the contract documents: connection to the low pressure sewer, valves, clean-out assemblies and other equipment indicated, manhole enclosure, frame and cover, adjusting rings, valve boxes, excavation, sheeting and bracing, shoring, dewatering, normal or special bedding, backfill, disposal of excavated material, clean-up, restoration, and all other work incidental to the installation of the flushing connection or air/vacuum release assemblies. E. Unless indicated otherwise in the proposal, service valve and redundant check valve will be paid for at the contract price per unit. Price shall include all labor, material and equipment required for furnishing and installing redundant check valve and service valve as one unit. 1.03 REFERENCES A. Oakland County Water Resources Commissioner General Specifications. B. Michigan Department of Transportation (MDOT) Standard Specifications for Construction. C. Road Commission for Oakland County Permit Rules, Specifications, and Guidelines. D. ASTM D 1505: Standard Test Method for Density of Plastics by the Density-Gradient Technique. E. ASTM D 1238: Standard Test Method for Melt Flow Rates of Thermoplastics by Extrusion Plastometer. F. ASTM D 790: Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. G. ASTM D 638: Standard Test Method for Tensile Properties of Plastics. H. ASTM F 1473: Accelerated method to determine or predict failure time in polyethylenes. I. ASTM D 2837: Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe. J. ASTM D 1603: Standard Test Method for Carbon Black Content in Olefin Plastics. 1.04 RELATED REQUIREMENTS A. HORIZONTAL DIRECTIONAL DRILLING – SECTION 33 05 23.13 B. PACKAGED SEWAGE GRINDER PUMPING UNITS – SECTION 33 32 16.13 SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 3 of 19 April 15, 2013 1.05 SUBMITTALS A. The following information shall be submitted in accordance with the provisions for submittals in other sections of the contract documents. 1. Manufacturer’s product data, cut sheets, and other literature that can be used to verify that the required equipment and materials meet the specifications described herein. This information shall be submitted for all items used/installed for the project and specified under PART 2 PRODUCTS below. 2. Manufacturer’s cut sheets and brochures. 3. Manufacturer’s instructions for joining high density polyethylene (HDPE) pipe and fittings. 4. Manufacturer’s instructions for installing HDPE pipe. 5. Allowable pulling force for HDPE pipe. 6. Qualifications of pipe joiner. 7. List of all pipe, fittings, specials and valves to be supplied. 8. Certificates of Intent of Compliance from each equipment/material supplier. Certificates shall certify that all materials supplied for the work will be manufactured, tested and inspected in accordance with the contract documents. Each Certificate shall include the following: suppliers name and mailing address, project title, a description of the material(s) supplied, a statement that all materials will be (or have been) manufactured, tested and inspected in accordance with the contract documents for the project. Certificates shall be signed and notarized. Certificates shall be provided prior to material delivery. 9. Manufacturer’s product data for tracer/locator wire. 10. A method description and brochures/cut sheets for equipment to be used for continuity testing of tracer wire (See TRACER WIRE CONTINUITY TESTING). PART 2 PRODUCTS 2.01 HIGH DENSITY POLYETHYLENE PIPE, TUBING, AND FITTINGS A. Pipe and tubing used for low pressure sewer under this specification shall be of high density polyethylene (HDPE) and shall be of the nominal diameter indicated on the plans. Fittings shall be of HDPE unless specified otherwise. SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 4 of 19 April 15, 2013 B. HDPE plastic pipe and fitting material shall have a Material Designation Code of PE 3408/3608 and shall be Class PE345464C in accordance with ASTM D 3350 (Standard Specification for Polyethylene Plastics Pipe and Fitting Materials). C. For reference, the properties and corresponding values for Material Class PE345464C per ASTM D 3350 are listed in the table below. Property Cell Class ASTM Test Method Value Unit Density 3 D 1505 > 0.940 - 0.955 g/cm3 Melt Index 4 D 1238 < 0.15 .... Flexural Modulus 5 D 790 110,000 - <160,000 psi Tensile Strength at Yield 4 D 638 3,300 - < 3,500 psi Slow Crack Growth Resistance - Pennsylvania Notch Test (PENT) 6 F - 1473 100 hours Hydrostatic Design Basis 4 D 2837 1,600 psi Color and UV Stabilizer C D 1603 ... ... D. Grinder Pump Discharge Lines 1. All HDPE pipe and tubing for grinder pump discharge lines shall have a wall thickness based on a Standard Dimension Ratio (SDR) of 9 or as otherwise specified on the drawings or elsewhere in the contract documents. 2. HDPE pipe and tubing of nominal diameter from ½ inch through 2 inches used for grinder pump discharge lines shall be manufactured based on copper tube size (CTS) to allow for the use of commonly available fittings. HDPE pipe and tubing of nominal diameter from ½ inch through 2 inches used for grinder pump discharge lines shall be manufactured, dimensioned, sampled, tested, inspected, and marked in accordance with ASTM D 2737 (Standard Specification for Polyethylene (PE) Plastic Tubing). E. Mainline Force Mains 1. All HDPE pipe for mainline force mains shall have a wall thickness based on a Standard Dimension Ratio (SDR) of 11 or as otherwise specified on the drawings or elsewhere in the contract documents. 2. HDPE pipe of nominal diameter from 1/2 inch through 2 inches in diameter used for mainline force mains shall be manufactured based on iron pipe size (IPS). HDPE pipe of nominal diameter from 1/2 inch through 2 inches in diameter used for mainline force mains shall be manufactured, dimensioned, sampled, tested, inspected, and marked in SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 5 of 19 April 15, 2013 accordance with ASTM D 3035 (Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) Based on Controlled Outside Diameter ). 3. HDPE pipe of nominal diameter from 3 inches through 24 inches in diameter used for mainline force mains shall be manufactured based on iron pipe size (IPS). HDPE pipe of nominal diameter from 3 inches through 24 inches used for mainline force mains shall meet the shall be manufactured, dimensioned, sampled, tested, inspected, and marked in accordance with ASTM D 3035 (Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) Based on Controlled Outside Diameter) or ASTM F 714 (Standard Specification for (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter). 2.02 HDPE PIPE FITTINGS A. General 1. HDPE pipe fittings to be used with pipe that is joined by the electrofusion method shall manufactured, dimensioned, sampled, tested, inspected, and marked in accordance with ASTM F 1055 (Standard Specification for Electrofusion Type Polyethylene Fittings for Outside Diameter Controlled Polyethylene Pipe and Tubing). 2. HDPE pipe fittings to be used with pipe that is joined using the butt fusion process shall be manufactured, dimensioned, sampled, tested, inspected, and marked in accordance with ASTM D 3261 (Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing). 3. HDPE pipe fittings to be used with pipe that is joined using the saddle fusion process shall be manufactured, dimensioned, sampled, tested, inspected, and marked in accordance with ASTM D-2683 (Socket-Type Polyethylene Fittings for Outside Diameter-Controlled Polyethylene Pipe and Tubing). 4. Fitting water pressure ratings shall match or exceed pipe water pressure ratings identified in the applicable ASTM standard for the pipe (i.e. 200 psi @ 73° F for SDR 9 pipe and 160 psi @ 73° F for SDR 11 pipe). 5. Fittings provided shall be fabricated with ends to match line pipe. 6. HDPE pipe provided under this specification shall receive solid green striping for identification as sewage piping. 7. Pipe SDR value, dimensions, and pipe material shall be specified in the manufacturer’s product data required under SUBMITTALS. 8. Compliance with the requirements of this section shall be certified in writing upon request. In addition, the pipe manufacturer shall provide, upon request, an outline of quality control procedures performed on polyethylene system components. SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 6 of 19 April 15, 2013 2.03 DUCTILE IRON PIPE A. General 1. Ductile iron pipe for transitions at structures shall be Thickness Class 54 in accordance with ANSI/AWWA C151/A21.51 and double-cement-lined and seal coated in accordance with ANSI/AWWA C104/A121.4. 2. Outside coating on flanged ductile iron pipe shall be a 1-mil thick factory-applied asphaltic coating in accordance with ANSI/AWWA C151/A21.51. 3. All ductile iron pipe, fittings, and valves through structures shall be flanged. Flanges shall be in accordance with ANSI/AWWA C115/A21.15 and ANSI/AWWA C110/A21.10. 4. Nuts and bolts for joining flanged ductile iron pipe shall be carbon steel with a minimum 60,000 psi strength conforming to ASTM A307 (Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength) Grade B. Bolts shall be standard ANSI B1.1, Class 2A coarse threads. Nuts shall conform to ASTM A563 and be standard ANSI B1.1, Class 2A coarse threads. All bolts and nuts shall be heavy hexagonal for greater bearing area. Identification on the bolt shall be A307B. Bolts shall be factory- coated with a blue fluoropolymer coating for corrosion resistance. 5. Flange gaskets for ductile iron pipe shall be of synthetic rubber, full-faced, and 1/8-inch thick. Gaskets shall conform to the dimensions specified in table A.1 ANSI/AWWA C115/A21.15. 2.04 MECHANICAL JOINT ADAPTERS FOR HDPE PIPE A. Mechanical joint adaptors used for joining HDPE mainline forcemain to ductile iron pipe transitions through structures shall consist of the HDPE mechanical joint adaptor with stainless steel insert/stiffener, metal gland/gland ring, gasket, and attachment bolts and nuts. Adapters shall be pressure rated to the SDR rating of the HDPE mainline force main. Mechanical joint adapter shall be butt fused to the main line HDPE pipe. Mechanical joint adaptors must be AWWA compliant. B. Gaskets for mechanical joints and mechanical joint couplings shall comply with ANSI/AWWA C-111/A21.11 for vulcanized styrene butadiene rubber (SBR) gaskets. C. All mechanical joints T-bolts and nuts supplied with fittings and appurtenances shall conform to ASTM A242 Weathering Steel. All T-bolts and nuts shall be factory coated with a blue fluoropolymer coating for corrosion resistance. D. Mechanical joint adaptors shall be “DIPS & IPS MJ Adapter With Kit” by Independent Pipe Products or approved equal. SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 7 of 19 April 15, 2013 2.05 PIPE TAPS A. New pipe connections to existing low pressure sewer or force main shall be made with tapping saddles or tapping sleeves and valves compatible with the existing pipe materials. Saddles and tapping sleeves must be approved by the Engineer prior to installation. B. Grinder pump discharge lines shall be connected to existing HDPE force mains/pressure sewers using HDPE electrofusion tapping saddles. C. All tapping fittings shall be approved by the Engineer prior to construction. 2.06 GATE VALVES A. 2-Inch Through 12-Inch 1. Gate valves from 2 inches to 12inches shall be resilient wedge type rated for 250 psig cold water working pressure. All ferrous components shall be ASTM 536 (Standard Specification for Ductile Iron Castings) ductile iron. Valves from 2 inches to 12 inches shall be in full compliance with AWWA C515 (Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service). The words “D.I.” or “Ductile Iron” shall be cast on the valve. The wedge shall be ductile iron encapsulated with EPDM rubber. The wedge shall be symmetrical and seal well with the flow in either direction. 2. The gate valve stem and wedge nut shall be copper alloy in accordance with Section 4.4.5.1 of AWWA C515. The NRS stem must have an integral thrust collar in accordance with Section 4.4.5.3 of AWWA C515. Two-piece stem collars are not acceptable. The wedge nut shall be independent of the wedge and held in place on three sides by the wedge to prevent possible misalignment. Valves shall be certified to NSF Standard 61. 3. Nuts and bolts for joining valves to flanged ductile iron pipe shall be carbon steel with a minimum 60,000 psi strength conforming to ASTM A307 (Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength) Grade B. Bolts shall be standard ANSI B1.1, Class 2A coarse threads. Nuts shall conform to ASTM A563 and be standard ANSI B1.1, Class 2A coarse threads. All bolts and nuts shall be heavy hexagonal for greater bearing area. Identification on the bolt shall be A307B. Bolts shall be factory-coated with a blue fluoropolymer coating for corrosion resistance. 4. Metric socket head cap screws are not allowed. 5. The operating nut shall be constructed of ductile iron and have four flats at stem connection to ensure even input torque to the stem. 6. All gaskets shall be pressure energized O-rings. Stem shall be sealed by three O-rings. The top two O-rings shall be replaceable with the valve fully open and while subject to full rated working pressure. O-rings set in a cartridge are not allowed. SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 8 of 19 April 15, 2013 7. Valve shall have thrust washers located with one above and one below the thrust collar to ensure trouble-free operation of the valve. 8. All internal and external surfaces of the valve body and bonnet shall have a fusion bonded epoxy coating, complying with ANSI/AWWA C550 (ERTA Protective Interior Coatings for Valves and Hydrants), applied electrostatically prior to assembly. 9. Valve shall have class 125 flanged ends in accordance with ANSI/AWWA C110/A21.10 (ASME/ANSI B16.1 Class 125). 10. Gate valves shall be American Flow Control, Series 2500 Ductile Iron Resilient Wedge Gate Valves or approved equal. 2.07 TAPPING SLEEVES A. Tapping sleeves shall be of ductile iron construction meeting ASTM A536. Side flange seals shall be O-ring type of either round, oval, or rectangular cross sectional shape. B. All sleeves shall include the end joint accessories and split glands necessary to assemble sleeve to pipe. No special tools are required other than a standard socket wrench. C. Sleeve shall be coated with NDF-61 certified asphaltic varnish. D. Tapping sleeves shall be 2800-C Series by American Flow Control or approved equal. . 2.08 BALL VALVES A. Ball valves (except for those specified separately under SERVICE VALVES) shall be full-port with NPT threaded ends. Valve body shall be of bronze. Ball and stem shall be of ASTM A 276 Type 316 stainless steel. Thrust washer shall be of reinforced PTFE, and packing shall be of PTFE. Ball valves shall be rated for 600 PSI non-shock cold working pressure and 150 PSI saturated steam. B. Ball valves shall be Model T-585-70-66 by Nibco, Inc. or approved equal. 2.09 TRACER/LOCATOR WIRE A. All HDPE piping installed under this specification shall be installed with two tracer/locator wires insulated with high molecular weight polyethylene (HMWPE) specifically for use in direct burial applications. B. Tracer wires shall be 6-gauge solid or stranded annealed or hard copper per UL83 (Thermoplastic Insulated Wires and Cables) and ASTM requirements including ASTM B1 (Standard Specification for Hard-Drawn Copper Wire), B3 (Standard Specification for Soft or Annealed Copper Wire), and B8 (Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft). SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 9 of 19 April 15, 2013 C. Tracer wire shall be insulated. Insulation shall be for 600-volt applications and shall be a minimum of 45 mils thick. The minimum thickness at any point shall not be less than 90% of the specified average thickness in compliance with UL 83. The tracer wire shall have the UL 83 specification shall be clearly marked on the wire insulation. The insulation shall be colored green for sanitary sewer applications. D. Two tracer wires shall be attached to the sewer pipe at five foot intervals or as approved by the Engineer. Attachment to pipe shall be made with plastic cable ties or equivalent. (Tape shall not be used.) One wire each shall be attached at the 3:00 and 9:00 locations. E. Splices shall be for direct burial and in accordance with manufactures recommendations. Splice shall then be attached to pipe with ties and shrink-wrapped in place to re-establish insulation across spliced length. All splices shall require testing of the entire length of wire for continuity from structure to structure. F. A minimum length of six feet of wire shall be coiled and left accessible under the cover of all manholes, service valve boxes and other structures as directed by the Engineer and in accordance with details in the plans. The tracer wire shall be attached to the outside of the manhole directly above the pipe and shall enter the manhole between the manhole cover frame and adjustment material. G. For testing of tracer wire, see PART III EXECUTION. 2.10 AIR/VACUUM RELEASE VALVES A. Air/vacuum release valves shall be specifically manufactured for use with sewage. Valves shall vent large volumes of air when the sewage line is filled and allow air to re-enter when draining to prevent vacuum or column separation from occurring. Valves shall discharge accumulated air (gases) from the system while it is under pressure and operating. B. Valves shall have inlets and outlets sized appropriately according to the line size. C. Valves shall have body, seal plug assembly, and base of reinforced nylon. The O-ring assembly inside the valve shall be of Viton. D. Air/vacuum release valves shall be Combination Air Valve Model D-025 by A.R.I. Flow Control Accessories Ltd. or approved equal. 2.11 AIR RELEASE VALVE STRUCTURES A. Structures containing air/vacuum release valves shall be a minimum of 6 feet in diameter as shown on the Low Pressure Sanitary Sewer Details. B. Minimum clearance above air release valves shall be 18 inches. C. Air release valves shall be installed in such a manner so as not to restrict/impede entrance into the structure by service personnel. SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 10 of 19 April 15, 2013 2.12 CHECK VALVE ON GRINDER PUMP DISCHARGE LINES A. Check valves on grinder pump discharge lines shall provide a full-ported passageway when open and shall be designed to withstand a minimum working pressure of 150 PSI. The check valve shall be of heavy duty brass and shall be the gravity-operated flapper-type. B. The check valve shall be placed immediately upstream of the service valve/curb stop. C. Check valves shall be sized appropriately for line size. D. Connections of check valves to plastic piping shall be made using a brass pack joint coupling. (See PACK JOINT COUPLINGS below.) E. The check valve shall be Model 2050T Swing Check Valve by A.Y. McDonald Manufacturing Co., Model or approved equal. 2.13 SERVICE VALVE/CURB STOP A. Brass service valves shall conform to the material requirements of ASTM B-62 (Standard Specification for Composition Bronze or Ounce Metal Castings) and ASTM B-584 (Standard Specification for Copper Alloy Sand Castings for General Applications) and UL classified to ANSI/NSF Standard 61. B. Connections of service valves to plastic piping shall be made using a brass pack joint coupling. (See PACK JOINT COUPLINGS below.) C. Service valves shall be sized appropriately for line size. D. The service valve/curb stop shall be a Ford Model B11-666-M-K Brass Ball Valve Curb Stop or approved equal. 2.14 SERVICE VALVE/CURB BOX A. All service valves shall be located within a cast iron curb box. The curb box shall be a Minneapolis pattern with a two-hole style base. Curb box base shall accommodate valve size. The lid shall be flush with the finished grade and marked “SEWER”. B. Curb boxes shall be Ford Minneapolis Pattern Curb Box Model EM1-60-47 or approved equal. 2.15 PACK JOINT COUPLINGS A. Couplings used to connect service valves and check valves to plastic piping shall be of brass conforming to the material requirements of ASTM B-62 and ASTM B-584 and UL classified to ANSI/NSF Standard 61. B. Coupling shall be Ford Pack Joint Coupling Model C84-66-K or approved equal. SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 11 of 19 April 15, 2013 2.16 PIPE STANDS A. Piping and valves inside manholes shall be adequately supported using adjustable pipe stands in accordance with the drawings. Pipe stands shall be constructed of Type 304 Stainless Steel. B. Pipe stands shall be Standon Adjustable Pipe Supports as manufactured by Material Resources, Inc. (Standon Model C92 Saddle Clamp Support) or approved equal. PART 3 EXECUTION 3.01 GENERAL A. Construction procedure will generally be left to the discretion of the Contractor, so long as satisfactory progress is made and good workmanship is produced unless a specific procedure is specified in this section other section(s) of the contract documents or drawings. 3.02 UNLOADING, HANDLING, AND STORING PIPE A. Lifting and handling of the pipe shall be in accordance with the manufacturer’s recommendations. All pipes and special castings shall be unloaded and distributed along the line of work in such a manner and with such care as will effectually avoid the cracking of any pipe. Dropping pipe or fittings directly from the truck will not be permitted. No wire rope, chains or hook shall be used for the handling of HDPE pipe. Slings of rubber or fabric belting shall be used for this purpose. Stringing of pipe along the line shall be done so as to require a minimum of handling of the pipe. B. Pipe shall be stored on a flat surface so that the barrel is evenly supported. Pipe shall not be stored in piles higher than 4 feet. When HDPE pipe is stored outside and exposed to sunlight, it must be covered with a canvas or other opaque material and must be provided with air circulation under the cover. Deflection of any particular amount of HDPE pipe shall not exceed 5%. 3.03 JOINING HIGH DENSITY POLYETHYLENE PIPE , TUBING AND FITTINGS A. Pipe must be joined in strict conformance with the pipe and fitting manufacturer’s instructions for the methods and connections described below. B. HDPE pipe and fittings shall be joined using the electrofusion techniques described in ASTM F 1290 (Standard Practice for Electrofusion Joining Polyolefin Pipe and Fittings ) or the heat fusion processes described in ASTM F 2620 (Standard Practice for Heat Fusion Joining of Polyethylene Pipe and Fittings). C. Electrofusion couplings must handle the same or a higher pressure rating than the pipe or fitting being joined. SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 12 of 19 April 15, 2013 D. The pipe supplier shall be consulted to obtain machinery and expertise for the joining of HDPE pipe and fittings by electrofusion and heat fusion methods. E. No pipe or fittings shall be joined by fusion by any Contractor unless he/she is adequately trained and qualified in the techniques involved. F. Mechanical compression couplings and slip fittings may be used for joining HDPE pipe and tubing between ½ inch and 2 inches nominal diameter when it is impractical or impossible to use electrofusion or heat fusion methods. These fittings, when used, must be approved by the Engineer. G. Mechanical joint (MJ) flange adaptors as described herein may be used for connections with pipe and fittings of different material, valves, and other appurtenances. H. HDPE pipes of the same outside diameter but different wall thickness shall be joined by means of a flange assembly as designated above. I. When in-line valves or other special fittings are called for on the plans, the Contractor shall install those fittings during pipe installation. Failure to do so may cause expansion/contraction complications that will require rework at the Contractor’s expense. 3.04 DEFECTIVE PIPE AND FITTINGS A. No pipe or fitting that is known to be defective shall be laid in the work. Any piece that is found to be defective after it has been laid shall be removed by the Contractor and replaced by a sound and perfect piece. If the major part of a defective pipe is sound, the good end may be cut off and used. Every such cut shall be square and ground smooth. 3.05 INSTALLATION OF HDPE PIPE BY OPEN-CUT METHODS A. Excavation 1. Excavation shall include clearing of the site of the work and the removal and disposal of all materials necessary to be removed in the construction of all work under this Contract. 2. Excavation shall be to depths indicated on the plans and as necessary to provide cover of five feet over the top of pipe, unless otherwise noted on the plans. 3. Excavation shall precede the pipe laying by a safe distance, with no more than 50 lineal feet of trench being open at one time, unless authorized by the Engineer. Excavation shall be of sufficient widths and depths to provide adequate room for construction bedding and installation of the work to lines, grades, and dimensions called for on the plans. Trench width, from the invert to a height of twelve (12") inches above the top of the low pressure sewer, shall not be greater than thirty (30") inches. If the maximum trench width as specified above is exceeded, the Contractor shall install, at his own expense, such other bedding as is approved by the Engineer to support the added load of the backfill. SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 13 of 19 April 15, 2013 4. Where, through the Contractor's construction procedure, or because of poor existing ground conditions, it is impossible to maintain alignment and grade properly, the Contractor shall install, at his own expense, MDOT coarse aggregate 6A in order to insure that the pipe, when laid, will maintain correct alignment and grade. 5. Excavated materials may be temporarily stored along the trench in a manner that will not cause damage to trees, shrubs, fences, or other property, and that will not interfere with traffic or endanger the bank of the trench by imposing too great a load thereon. 6. Open cut excavations for shafts or other structures shall be adequately braced and/or sheeted, to prevent caving or squeezing of the soil. All excavations shall be completely dewatered prior to construction of the low pressure sewer or other structures, and adequate provisions shall be made to prevent water from flowing through or over newly placed concrete or brickwork. Drainage shall be carried to sumps from which the water may be pumped. B. Control and Disposal of Water 1. The Contractor shall remove by well points, pumping, bailing or other acceptable method, any water that may accumulate or is found in the trenches or other excavations. Contractor shall make all necessary provisions to keep trenches and excavations entirely free of water during construction of pipelines and structures. 2. Contractor shall have on site, at all times, sufficient pumping equipment ready for immediate use to carry out the intent of this section. All costs for dewatering trenches shall be incidental to the Contract. Pumping or draining from trench excavations shall be made on either side of the pipeline and not into the waters of the State. It shall be the Contractor's responsibility to secure the necessary approval of private landowners before discharging water from the trench excavation onto private lands. Water shall be discharged in such a manner as to cause no pollution or erosion. Contractor shall dewater to existing storm sewer systems wherever possible. Disposal methods shall be approved by the Engineer. 3. Discharge water from dewatering methods shall be sediment free or discharged through an Engineer-approved sediment entrapment basin or bag device. 4. At no time will silt or similar materials generated as a result of dewatering operations be permitted to enter a lake or natural watercourse. In situations where dewatering flow passes over the ground and enters a storm sewer or temporary piping system connected to a natural watercourse or lake, a silt retention structure shall be built at the point of entry to said storm sewer or temporary piping system. Silt retention structures may consist of several straw bales adequately anchored and placed as directed by the Engineer. Any eventual silt or solids retained in the area of these structures shall be removed prior to removal of the structure. SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 14 of 19 April 15, 2013 C. Pipe Support 1. Stone Refill: a. In locations where the soil at the bottom of the trench is unstable, when ordered by the Engineer, the Contractor shall excavate below the trench bottom to suitable soils and refill with MDOT coarse aggregate 6A or other stone material as directed by the Engineer. D. Placing of Pipe 1. All pipe shall be carefully placed to line and grade called for on the Drawings. Each pipe, as placed, shall be checked by the Contractor for line and grade to ensure that this result is obtained. 2. Immediately before laying, each section of pipe or fitting shall be thoroughly cleaned of all debris, dirt or other foreign material. It shall be inspected for damage to pipe material and repairs made where required. Care shall be taken to keep the interior of the pipe clean and free from dirt and other foreign materials. Bulkheads or other means shall be used at the open ends of the pipe for this purpose. 3. After the pipe is laid, (open cut only) the bedding shall be carefully compacted under the haunches of the pipe, and the trench shall be backfilled to twelve-inches above the pipe as specified under “Bedding and Backfilling”. Sufficient backfill shall be placed after each joint is made along the sides of the pipe to offset conditions that might tend to move the pipe off line or grade. Any pipe found off grade or out of line shall be re-laid properly by the Contractor. E. Bedding and Backfilling 1. General: a. Bedding and backfilling shall be in accordance with the pipe manufacturer’s recommendation if found to be more conservative than the requirements outlined herein. b. Where minimum soil compaction percentages are specified, maximum density shall be determined in accordance with the Modified Proctor Test, ASTM D 1557 (Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)). c. Care shall be taken during compaction to avoid distorting the shape of the pipe or damaging its wall. Mobile equipment shall not be used over the pipe trench until forty-eight (48) inches of cover has been placed. d. Bedding beneath the bottom of the pipe shall consist of 6 inches of sand, tamped in place that is free of stones or hard particles larger than ½ inch. Bedding shall be SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 15 of 19 April 15, 2013 mechanically tamped in place for compaction to 90% of maximum density as defined in ASTM D 1557. Compaction shall be increased to 95% under streets and roads. e. Initial backfill from the bottom of the pipe to a minimum of 12 inches above the pipe shall be sand. The particle size shall not exceed one-half inch for pipes 2 to 15 inches in diameter. Initial backfill shall be compacted to a minimum of 90% of maximum density as defined in ASTM D 1557. Compaction shall be increased to 95% under streets and roads. (Approval may be given to alternate materials and methods to achieve standard bedding.) f. Flooding of the trench to consolidate bedding shall not be used. g. Selected excavated material for use in backfill is defined as soil that is capable of meeting identified compaction requirements and is free of large or frozen lumps, asphalt, concrete, rubble, boulders, blue clay, topsoil, peat, marl, wood, debris, vegetation, or other extraneous materials as determined by the Engineer. Stones shall not exceed 8 inches. h. Zone-of-influence is defined as a one to one (1 horizontal to 1 vertical) slope from the edge of pavement to the trench bottom. i. The bottom of the trench shall be excavated neatly to the required grade prior to filling with six (6") of sand bedding as described above and thoroughly compacted by tamping before the pipe is laid. Wherever compaction is required, it shall be by suitable mechanical compaction equipment approved by the Engineer. Blocking under pipe is prohibited. j. After the pipe is laid, initial backfill material as described above shall be thoroughly compacted in place, to a level twelve (12") inches above the top of the pipe. Particular care shall be taken to assure filling all spaces around and above the top of the pipe. k. It is essential that it be recognized that the successful use of flexible pipe requires bedding that provides unyielding side support and complete bedding contact under pipe haunches. Bedding material must be properly placed and compacted to provide lateral restraint against deflection in the pipe diameter. Pipe must be bedded to true line and grade throughout its length. l. Where unstable bottoms are encountered, the contractor shall provide a foundation consisting of an approved graded processed angular stone or filter fabric to act as an impervious mat to impede migration or vertical movement of unstable soils or bedding materials. Where trench sheeting, plates, or a trench box are used due to severe ground conditions, all voids to the side and below the top of the pipe caused by the sheeting, plates or box withdrawal shall be completely filled or the supports left in place below the top of the pipe. SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 16 of 19 April 15, 2013 m. The backfill from twelve (12") inches above the pipe shall be placed into the trench according to one of the methods specified below as determined by location of the edge of trench nearest the existing pavements. As previously stated Where minimum soil compaction percentages are specified, maximum density shall be determined in accordance with the Modified Proctor Test, ASTM D 1557 (Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)). n. Frozen material may not be used for trench backfill. 1) Within Road Right of Way: a) If within the road right-of-way, backfill and compaction requirements shall be in conformance with the Road Commission for Oakland County Permit Rules, Specifications, and Guidelines, or other applicable agency. 2) Under Concrete and Asphalt Pavements, Sidewalks, Driveways and Parking Areas: Trench Location Backfill Requirements A. Under concrete and asphalt surfaces and within the zone-of-influence. Backfill shall be in accordance with the detail sheet with mechanically tamped sand or gravel in 6" layers, loose measure, with each layer compacted to not less than 95% of maximum dry density as determined by the ASTM D 1557 Compaction Standard. B. Outside the zone of influence and within road right-of-way. Backfill material shall be placed into trench in 6" layers, loose measure, with each layer compacted to not less than 90% of maximum dry density as determined by the ASTM D 1557 Compaction Standard. Selected excavated material may be used provided compaction requirement can be met. 3) Under Gravel Roads, Driveways, and Parking Areas: Trench Location Backfill Requirements A. Within the zone-of- influence and within road right-of-way. Backfill materials shall be placed into trench in 6" layers, loose measure, with each layer compacted to not less than 90% of maximum dry density as determined by the ASTM D 1557 Compaction Standard. Selected excavated material may be used provided compaction requirement can be met. The Contractor shall immediately restore all roads, driveways, and parking areas with (MDOT 21AA natural gravel) or slag aggregate, or approved SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 17 of 19 April 15, 2013 equal, to match original aggregate, at least 8 inches thick and shall maintain them in good, dust-free condition during the life of the Contract. Additional aggregate shall be added if settlement occurs. Before final acceptance of the road, driveway, or parking area, it shall be top-dressed with approved material to match the original surface treatment. Gravel shall be suitably stabilized with calcium chloride. o. Open Fields & Lawn Areas: 1) Backfill material shall be placed into trench in 12” layers, loose measure, with each layer compacted to not less than 90% of maximum dry density as determined by the ASTM D 1557. Selected excavated material may be used provided compaction requirement can be met. Compaction will be tested at the inspector’s discretion. 2) Contractor shall re-grade as necessary during the life of the Contract. For restoring lawn and landscaped areas see the Oakland County Water Resources Commissioner’s General Specifications Section 8, "Final Cleanup and Restoration”. No frozen materials are permitted. p. Special Backfill: 1) Where called for on the plans or where required by Road Permits, the Contractor shall backfill trenches in accordance with the requirements of said plans or Road Permits. 2) Where "Special Backfill Requirements" are called for along highways under the jurisdiction of the State of Michigan, the Road Commission for Oakland County, or the local unit of government, the Owner will employ an independent testing laboratory to make compaction tests and the costs of the tests will be paid for by the Contractor. 3) Backfilling around all structures shall be placed in compacted one-foot layers, in a manner that will not cause unequal pressure or damage to any exterior coatings or plastering. 3.06 INSTALLATION OF HDPE PIPE BY DIRECTIONAL DRILLING A. Refer to Specification Section SECTION 33 05 23.13 HORIZONTAL DIRECTIONAL DRILLING 3.07 HYDROSTATIC TESTS SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 18 of 19 April 15, 2013 A. Following pipe laying and backfilling, the Contractor shall complete all work necessary to perform hydrostatic testing. If, in the opinion of the Engineer, work has not progressed in a reasonable manner, he shall have the right to direct the Contractor to proceed with the work, or any portion thereof, immediately. The Contractor shall perform all necessary preliminary hydrostatic tests and shall make all necessary repairs, including the repair of all visible leaks and cracks, and retest with his own forces to ready the low pressure sewers for final hydrostatic inspection and testing which will be witnessed by the Engineer. Immediately after the low pressure sewers have passed such preliminary tests, the Contractor shall submit a written request to the Engineer for final hydrostatic inspection and test. B. Prior to and during the hydrostatic test, the new main cannot be connected to low pressure sewers or pump stations installed in other Contracts, except as specified herein. C. The Contractor shall furnish all necessary personnel, temporary timber bracing, plugs, test pumps, and all other necessary apparatus for conducting the test. All gauges and meters used for testing shall be rated at or above required test pressure. Test gauges will be 3 1/2 or larger readable in one or two pound increments. Meters and gauges shall be calibrated every six months. Calibration will be to an accuracy of ±1% or better. Verification of calibration shall be furnished to the Engineer prior to start of test. D. Before applying test pressure, all air shall be expelled from the pipe. If necessary to accomplish this, taps shall be made at points of highest elevation in the pipe, and such opening subsequently closed prior to test. E. Test pressure shall be maintained at one 150 lbs. pounds per square inch at the point of highest elevation in the test section by pumping water from an approved source into the pipe for a period of at least two hours, and in all cases long enough to permit assurance of a satisfactory test. Allowable leakage shall not exceed 50 gallons per inch diameter of pipe per mile of pipe for 24 hours. F. Maximum length of main line pipe shall not exceed 2,000 linear feet for any one test. G. In the event that the leakage exceeds the specified amount, the joints in the line shall be carefully inspected for leaks and repaired where necessary. Any pipes or special castings found to be cracked shall be removed and replaced with new pieces by the Contractor. After this work has been done, the test shall be repeated. Final acceptance of the lines will not be made until satisfactory tests have been passed. 3.08 TRACER WIRE CONTINUITY TESTING A. The Contractor shall test the continuity of the tracer wire from structure to structure using equipment approved by the Engineer (See SUBMITTALS). B. Copies of tests reports shall be submitted to the Engineer. C. At least one wire must pass the continuity testing requirement. SECTION 33 33 00 LOW PRESSURE SEWERS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER LPS 19 of 19 April 15, 2013 END OF SECTION Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 40 05 13 Process Piping Systems 40 05 13 - 1 SECTION 40 05 13 – PROCESS PIPING SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the furnishing and installation of process piping. B. Work included under this Section: 1. Non-buried process piping indicated on the Process Drawings. C. Work not included under this Section: 1. Buried piping greater than a distance of 5 feet from a tank or building penetration. D. Related Section includes Division 40 Section “Process Valves.” 1.2 REFERENCES A. Except as herein specified or as indicated on the Drawings, the work of this Section shall comply with the following: 1. ANSI B 16.5 - Pipe Flanges and Flange Fittings. 1.3 DESIGN AND PERFORMANCE REQUIREMENTS A. Pipe: 1. Design, fabricate and install according to the references and standards specified herein. 2. The Drawings indicate general pipe layout only. Details of joints, couplings, tie rods, supports and make- up pieces are not necessarily indicated. Submit proposed details for these components for Engineer’s review. 3. Provide makeup pipe spools, supports and suitable couplings so that piping may be easily separated for removing valves and inline flanged device. B. Supports and Hangers: 1. The detailed design, layout and spacing of process pipe supports shall be the responsibility of the Contractor. However, required locations of some supports may be indicated on the Drawings. 2. Design to prevent pipe sway and movement. 3. Adequate to prevent sagging of plastic pipe. 4. Utilize supporting members as indicated on the structural Drawings for the design, layout and spacing of the process piping supports systems. 5. Design process piping support systems to allow process valves and meters to be removed from the piping system without adding temporary pipe supports to the pipe upstream or downstream of the valve or meter. 1.4 SUBMITTALS A. Itemized Listings: 1. Equipment to be provided. 2. Deviations from the requirements of this Section. B. Shop Drawings: For equipment assemblies in this Section to include: 1. Details of construction and installation, including taps, weld-on outlets, water collars, specials, and similar features. 2. Pipe diameter, wall thickness, length, centerline elevations, and locations and dimensions of valves fittings, taps, and in-line equipment and instruments, and similar features. 3. Location and centerline elevation of wall sleeves and wall pipes. 4. Type and location of pipe supports on 8-inch pipe and larger. 5. Details for concrete pipe supports including dimensions, reinforcement, pipe straps and locations proposed for use. 6. Type and location of pipe couplings. 7. Schedule of wall sleeves and pipes indicating proposed sizes, lengths, and connection details. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 40 05 13 Process Piping Systems 40 05 13 - 2 8. Plan indicating preliminary testing schedule showing pipe sections to be tested, bulkheads, drains, and chlorine injection locations. 9. Schedule of coatings. C. Product/Catalogue Data: For all products in this Section to include: 1. Manufacturer. 2. Manufacturer’s engineering and specification data. 3. Dimensions, thicknesses, cross-sections, materials of construction. 4. Coatings. D. Installation Instructions: 1. Submit complete Manufacturer’s installation instructions for all products. 2. Submit pipe Manufacturer's recommended span lengths between hangers or supports for each pipe size and type. E. Certifications: Submit Manufacturer's certification that products and materials conform to these Specifications. 1.5 QUALITY ASSURANCE A. Fabrication and Installation Personnel Qualifications: 1. Trained and experienced in the fabrication and installation of the materials and equipment. 2. Knowledgeable of the design and the reviewed Shop Drawings. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver materials in original, unbroken, brand marked containers or wrapping as applicable. B. Handle and store materials in a manner which will prevent deterioration, damage, contamination with foreign matter, and damage by weather or elements, and in accordance with Manufacturer's directions. C. Reject damaged, deteriorated or contaminated material and immediately remove from the Site. Replace rejected materials with new materials at no additional cost to Owner. PART 2 - PRODUCTS 2.1 PIPE AND FITTINGS A. Exterior buried pipe in accordance with Division 33 Section “Sanitary Utility Sewerage Force Mains.” B. Interior Ductile Iron Pipe Systems: 1. Ductile Iron Pipe: Conform to AWWA C 151, Class 54. 2. Minimum Tests and Test Results of the Physical Characteristics of the Pipe: a. Tensile Test: 1) ASTM E8. 2) Minimum Tensile Strength: 60,000 psi. 3) Minimum Yield Strength: 42,000 psi. 4) Minimum Elongation: 10%. b. Notched Charpy Impact Test: 1) ASTM E23 with 0.500-inch specimen. 2) Minimum 7 ft-lbs at 70 degrees F ± 10. c. Hydrostatic Pressure Test: Test pipe at 500 psi for at least a 10-second duration. 3. Ductile Iron Pipe: Cement mortar lined according to AWWA C 104. 4. Pipe Joints: Pressure rated at least as great as the pipe or fittings of which it is a part. 5. Flanges: a. Conform to AWWA C 115. b. Flange bolts and Hardware: Galvanized or zinc-plated. 6. Flange Gaskets: Full face, rubber, NSF listed for potable water service. 7. Fittings: Conform to AWWA C 110 with cement mortar lining as specified above. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 40 05 13 Process Piping Systems 40 05 13 - 3 8. Paint outside of pipe, fittings, flanges, and couplings with a Gloss Zinc/Aliphatic Acrylic Polyurethane System as shown below: System Manufacturer Surface Preparation First Coat Second Coat Third Coat Tnemec (Shop): SSPC-SP6 commercial blast cleaning (Shop) and (Field Touch-up, Prime): 90-97 Tneme-Zinc 2.5-3.5 Mils (Field): 69-Hi-Build Epoxoline 4.0-6.0 Mils (Field): 1074 Endura-Shield II 3.0-5.0 Mils Carboline (Shop): SSPC-SP6 commercial blast cleaning (Shop) and (Field Touch-up, Prime): Carbozinc 859 2.5-3.5 Mils (Field): Carboguard 890 4.0-6.0 Mils (Field): Carbothane 134HB 3.0-5.0 Mils ICI/DeVoe (Shop): SSPC-SP6 commercial blast cleaning (Shop) and (Field Touch-up, Prime): CATHCOAT 302 H Reinforced Inorganic Zinc (78%) 2.5-3.5 Mils (Field): BAR-RUST 231 Epoxy Mastic 4.0-6.0 Mils (Field): DEVTHANE 379 Aliphatic Urethane Gloss 3.0-5.0 Mils Sherwin Williams (Shop): SSPC-SP6 commercial blast cleaning (Shop) and (Field Touch-up, Prime): Corothane | Galvapac NSF 2.5-3.5 Mils (Field): Macropoxy 646 FC 4.0-6.0 Mils (Field): Acrolon 218HS/HS Polyurethane 3.0-5.0 Mils 2.2 SUPPORTS AND HANGERS A. General: 1. Design Layout and Spacing of the Pipe Supports: Responsibility of Contractor. 2. Furnish factory fabricated hangers and supports complete with necessary inserts, clamps, bolts, nuts, washers, and accessories. 3. On pipes 12-inch diameter and larger, generally use pipe stand type supports extending to the floor below. Coordinate proposed use of hangers from floors above the pipe with Engineer to ensure that the floors are capable of supporting pipe weight. B. Manufacturers and Types: 1. Pipe Hangers: Clevis or split ring type with adjustable threaded hanger rods. 2. Hangers and Supports: Grinnell, Unistrut, Crane; or equal. C. Materials (Supports and Hardware); 1. General Process Service: Hot-dip galvanized or zinc-plated. 2. Isolate dissimilar pipe and support materials with 1/8-inch thick EPDM rubber sheet stock. 2.3 WALL PENETRATIONS A. Sleeves: 1. Schedule 40 steel pipe with continuously-welded water ring of suitable size for installation of casing seal. 2. Coordinate with precast concrete building manufacturer for building floor penetrations. B. Seals: 1. Modular mechanical type consisting of chemical resistant interlocking synthetic rubber links shaped to continuously fill the annular space between pipe and wall opening. 2. Expanded by tightening stainless steel bolts, with a pressure plate under each bolt head. 3. Providing a water-tight seal between passing pipe and sleeve. 4. Provide mechanical retaining assemblies for the modular mechanical seals at the locations indicated on the Drawings. 5. Manufacturers and Types: a. Link Seal by Thunderline Corporation. b. Or equal. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 40 05 13 Process Piping Systems 40 05 13 - 4 PART 3 - EXECUTION 3.1 INSTALLATION A. General: 1. Install process piping and accessories in conformance with: a. The Manufacturer's recommendations. b. The Shop Drawings as reviewed by Engineer. 2. Install items to be embedded before concrete is placed. 3. Fasten embedded items securely to prevent movement when concrete is placed. 4. Install items plumb, square, true to lines, grades, elevations, and locations as indicated on the Drawings and herein specified. B. Valves, regardless of size and contents, shall be readily accessible. Hangers and Supports: 1. Install hangers and supports at less than maximum spacing as recommended by pipe Manufacturer. 2. Adjust hangers and supports to bring pipe lines to proper elevations. 3. Install inserts in concrete flush with the surface and capable of developing the full strength of the bolt. C. Mechanical Coupling: 1. Dresser "Style 38," Smith-Blair "441 or 411 Flexible Coupling," or Romac "Style 501"; without pipe stop. D. Wall Sleeves: 1. Embed in concrete. 2. After pipes have been placed through wall sleeves, clean the space between the pipe and the wall sleeve. 3.2 PAINTING A. Paint pipe, fittings, supports, hangers, sleeves and accessories in accordance with Item 2.1.A.8, above. Not applicable to piping located within the wet well. 3.3 CLEANING A. Thoroughly clean installed materials and Products and related areas: 1. Prior to acceptance of the work of this Section. 2. In accordance with Division 01 Section “Execution and Closeout Requirements.” 3.4 PROCESS PIPING SCHEDULE Location Size Material Lining Joint Style Wet Well 8” Ductile iron Cement Flanged Valve Vault 8” Ductile iron Cement Flanged Forcemain 12” Ductile iron Cement Mechanical Joint (restrained gasket) END OF SECTION 40 05 13 Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 40 05 23 Process Valves 40 05 23 - 1 SECTION 40 05 23 – PROCESS VALVES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the furnishing and installation of all valves and valve operators in the process piping system as indicated on the process Drawings and defined in Division 40 Section “Process Piping Systems.” B. This Section does not include the valves and operators for the piping systems indicated on the plumbing and mechanical Drawings. C. Related Sections include: 1. Division 33 Section “Sanitary Utility Sewerage Force Mains.” 2. Division 40 Section “Process Piping Systems.” 1.2 REFERENCES A. Except as herein specified or as indicated on the Drawings, the valves and operators of this Section shall comply with the following as applicable: 1. ASTM Specification: a. A48 - Gray Iron Castings. b. A126 - Gray Iron Castings for Valves, Flanges, and Pipe Fittings. c. A148 - Aluminum Bronze Castings. d. A153 - Zinc Coating (Hot Dip) on Iron and Steel Hardware e. A240 - Heat-Resisting Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels. f. A351 - Steel Castings, Austenitic, for High Temperature. g. A436 - Austenitic Gray Iron Castings. h. A536 - Ductile Iron Castings. i. B21 - Naval Brass Rod, Bar, and Shapes. 1.3 SUBMITTALS A. Shop Drawings: 1. For equipment assemblies in this Section to include: a. Manufacturer. b. Model. c. Details of construction. d. Dimensions, including actuator dimensions and clearances. e. Materials of construction. f. Listing of components. g. Project specific wiring diagrams. h. Coatings. i. Weight of assemblies. 2. For each type of equipment installed to include: a. Itemized listings. b. Deviations from the requirements of this Section. B. Product Data: For equipment in this Section to include: 1. Manufacturer. 2. Model. 3. Materials of construction. 4. Manufacturer’s engineering and specification data. 5. Electrical specifications and requirements. 6. Torque specifications for actuators. C. Torque calculations for actuators. D. Installation instructions for equipment in this Section. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 40 05 23 Process Valves 40 05 23 - 2 E. Operation and Maintenance Manuals: For equipment in this Section to include: 1. Copy of reviewed Shop drawings and product/catalog data. 2. Equipment function, normal operating characteristics and limiting conditions. 3. Assembly, installation, alignment, adjustment and checking instructions. 4. Operating instructions for start-up, routine and normal operating, regulation and control, and shutdown and emergency conditions. 5. Lubrication and maintenance instructions. 6. Guide to “troubleshooting.” 7. Parts lists and predicted life of parts subject to wear. 8. Outline, cross-sections, assembly drawings, engineering data, and wiring diagrams. F. Certifications/Affidavits: 1. Submit Manufacturer’s certification that products and materials conform to these specifications. 2. Submit an affidavit from the valve manufacturer which certifies that actuators used were furnished and installed by the valve manufacturer. 1.4 QUALITY ASSURANCE A. Fabrication and Installation Personnel Qualifications: 1. Trained and experienced in the fabrication and installation of the materials and equipment. 2. Knowledgeable of the design and the reviewed Submittals. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver materials in original, unbroken, brand marked containers or wrapping as applicable. B. Handle and store materials in a manner which will prevent deterioration or damage, contamination with foreign matter, and damage by weather or elements and in accordance with Manufacturer's directions. C. Reject damaged, deteriorated or contaminated material and immediately remove from the Site. Replace rejected materials with new materials at no additional cost to Owner. PART 2 - PRODUCTS 2.1 MANUFACTURERS AND TYPES A. Provide valves of the size and type as indicated on the Drawings and these Specifications. B. All valves of each type shall be the Product of one Manufacturer. 2.2 MATERIALS AND FABRICATION A. Resilient-Seated Gate Valves; AWWA C509: 1. Nonrising stem (NRS). 2. Wrench Nut: 2 inches square. 3. Open left (counter clockwise). 4. Mechanical joint end connections. 5. Stem Seal: Buna-N O-rings. 6. Stem and Stem Nut: Bronze. 7. Body and Operating Nut: Ductile iron. 8. Wedge: Urethane rubber coated cast iron in accordance with ASTM D429. 9. Fusion-bonded epoxy coating. 10. Manufacturers: a. DeZurik b. Mueller. c. Clow. d. Waterous. e. American Flow Control. f. Metroseal. g. Or equal. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 40 05 23 Process Valves 40 05 23 - 3 B. Check Valves: 1. Hinged disc type with cast iron body and bronze or bronze-fitted disc. 2. Designed for the operating head indicated and not slam shut on pump shutdown. 3. Equipped with a 1/2-inch stop cock at the high point of the valve for bleeding air from the line. 4. Outside spring and lever type. 5. Manufacturers: a. Mueller. b. APCO. c. Val-Matic. d. M&H Valve. e. G-A Industries. f. Or equal. C. Tapping Sleeve: 1. Sized to be compatible with force main outside diameter. 2. 3-inch I.P.T. outlet; use adapter, if required. 3. Manufacturer: Powerseal, JCM; or equal. D. Gate PART 3 - EXECUTION 3.1 INSTALLATION A. Install in conformance with: 1. The Shop Drawings reviewed by Engineer. 2. The Manufacturer's recommendations. B. Check and adjust valves, operators and accessories for smooth operation. C. Paint all valves and accessories in accordance with Division 40 Section "Process Piping Systems,” Item 2.1.B.8. 3.2 CLEANING A. Thoroughly clean all installed materials and products and related areas: 1. Prior to acceptance of the work of this Section. 2. In accordance with Division 01 Section “Execution and Closeout Requirements.” Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 40 05 23 Process Valves 40 05 23 - 4 3.3 PROCESS VALVE SCHEDULE A. The valve schedule is provided as an aid to the Contractor, but does not include all project valves, specifically manual valves smaller than 4-inch nominal size. Verify all valve requirements and provide valves for a completely operable system. Provide temporary valves as needed. VALVE TAG SIZE TYPE OPERATOR CV-1, CV-2, CV-3 8” Check None PV-1, PV-2, PV-3 8” Plug Handwheel END OF SECTION 40 05 23 Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 1 SECTION 40 90 00 – INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes, but is not necessarily limited to, the furnishing and installation of the pump stations’ process control and instrumentation system comprised of the major items listed below, as indicated on the Drawings, as specified herein, and as necessary for the proper and complete performance of the Work: 1. Control panels. 2. Field instruments. 3. Software. 4. Spare parts. 1.2 GENERAL REQUIREMENTS A. System Overview: 1. A new control system shall be installed to control and monitor the following Pump Station: a. Martin Luther King Jr Blvd Pump Station Control Panel. 2. New PLCs shall be programmed to provide the requirements as specified herein. 3. Contractor shall conduct field investigations as required to determine existing conditions, existing programming, all wiring details, additional I/O requirements, signal ranges, units, and calibration requirements. B. Provide all components and labor necessary, as indicated on Drawings, to achieve functional intent as described in this Section. Some components (i.e., power supplies, terminal strips, etc.) may not be specifically itemized. C. Components shall be as indicated on OCWRC Bill of Material. D. Functionally similar components shall be products of a single Manufacturer. E. Installation of new systems and equipment shall be sequenced and coordinated to minimize disruptions to Owner’s normal operations. 1.3 SUBMITTALS A. Itemized Listings: 1. Description of deviations from the requirements of this Section. 2. Re-submittals shall contain response(s) to each comment made by Engineer. Re-submittals that do not contain response(s) will be returned and will be subject to re-review compensation. B. Shop Drawings: 1. Shop Drawing submittal schedule listing Shop Drawings to be submitted with estimated time frame of submittal relative to other project milestones (e.g. programming development, factory test, performance demonstration, project closeout). 2. General: Shop Drawing submittal material shall be project specific. 3. For all process control and instrumentation equipment, to include: a. Manufacturer’s name and model number. b. Equipment descriptions. c. Product data sheet(s). d. Standard drawings and illustrations. e. Dimensions. f. Materials of construction. g. Details of construction and installation. h. Detailed system schematic. i. Project specific wiring diagrams, clearly indicating all field wiring requirements. j. Spare parts list. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 2 4. For all systems with control panels, to include: a. Control panel layout drawing(s). b. Control panel conduit entrance locations and limitations. c. Control panel elevation drawing(s). d. Control panel wiring diagrams: 1) Shall clearly differentiate between internal and field wiring. 2) Shall indicate loop wiring numbers for all devices. 3) Analog loop diagrams shall indicate instrument range in engineering units. e. Ambient temperature range design considerations, design assumptions and specifications. f. Detailed patch panel schematic indicating each port and field connection. g. Where modifications are required to existing control panels, existing control panel wiring shall be field verified and existing wiring shall be depicted in Shop Drawings to the extent required to fully indicate the extent of the modifications and to indicate the integration of the existing and new equipment. 5. For all systems with PLC equipment, to include: a. The following shall be submitted before factory testing is scheduled to begin: 1) Existing PLC program documented from field investigation by Contractor. 2) List of all analog input and output signals (new and existing) with verified ranges in engineering units. 3) List of all derived signals (new and existing) with ranges in engineering units. 4) List of all alarms (new and existing) with proposed initial setpoints. 5) List of all equipment being controlled based on an analog signal where an over-range or under-range may cause unintended operation and a description of logic which will cause the control system to safely shut down or control equipment in safest way possible. 6) Network overview diagram(s). 7) List of process equipment and associated PLC where programming will reside. b. The following shall be submitted before Field Performance Demonstration is scheduled to begin: 1) Ladder logic diagrams with documentation for all PLCs (new and existing). C. Operation and Maintenance Manuals: 1. General: a. Table of contents. b. Subdivided (tabbed) into separate sections that cover separate equipment or grouping of equipment. c. Each site shall be uniquely tabbed. Manuals for each site shall be repeated as required so that remote site material can be separated and stand alone. d. Provide 1 electronic copy (CD-ROM) per hard copy, of the overall O&M Manual that includes information for all sites. Owner shall be permitted to make copies of CD-ROM without restriction. 2. For all process control equipment, to include: a. Equipment function, normal operating characteristics and limiting conditions. b. Assembly, installation, alignment, adjustment and checking instructions. c. Operating instructions for start-up, routine and normal operating, regulation and control, and shutdown and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to “troubleshooting.” f. Parts lists and predicated life of parts subject to maintenance replacement. g. Outline, cross-sections, assembly drawings, engineering data and wiring diagrams. h. Test data and performance curves. 3. For all SCADA systems, to include: a. Overall system operation, interdependence, redundancy/fail-over capability. b. Alarm List with descriptions as seen in SCADA system and with differentiation related to alarm indication method (e.g. SCADA, annunciator, dialer, etc). c. Software installation media, including runtime and development software. d. Copy of software registration form in Owner’s name. e. Support program agreement registration form in Owner’s name. f. Database schema diagram including primary/foreign key relationships. g. List of firmware versions for all equipment that is firmware upgradeable. h. List of IP or node addresses for all addressable equipment. i. Written functional description and color print-outs of all developed operating screen and reports. j. Security strategy and configuration of all devices; overview and device specific settings. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 3 D. File Backup: 1. General: Contractor agrees to grant to the Owner an exclusive, perpetual, irrevocable, world-wide and royalty free license to use and modify the Software and related intellectual property provided to fulfill these specifications. 2. Submit the following to be used by the Owner: a. Backup (on CD or other electronic media) and hard copies of all program (PLC, HMI, SCADA), configuration and firmware files, including drawings and documentation. b. License files. c. Any configuration that does not reside in a file shall be electronically documented, with “screen shots” included in the submittal or listed in a spreadsheet style document. d. Electronic copies of submittal drawings in .dwg format. 1) Control panel drawings shall show final As-Built construction, including existing components and wiring that have been re-used. 2) Include all supporting files. e. Provide table of contents file on each CD listing contents of directories and subdirectories with description for each file or group of files. 1.4 QUALITY ASSURANCE A. Fabrication and Installation Personnel Qualifications: 1. Trained and experienced in fabrication and installation of materials and equipment. 2. Knowledgeable of the design and reviewed Shop Drawings. B. Manufacturer’s Services: 1. Submit Manufacturer’s sworn statement that equipment furnished complies with this Specification and Manufacturer’s engineer’s written approval of installation. 2. Provide Manufacturer’s field service as specified herein. C. All materials, installation and testing shall be in accordance with ISA Standards and Recommended Practice. D. Contractor shall conduct field investigations as required to verify existing conditions, I/O, programming, wiring requirements, instrument ranges/calibration and signal types. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver all materials in original, unbroken, brand marked containers or wrapping as applicable. B. Handle and store materials in a manner which will prevent deterioration or damage, contamination with foreign matter, damage by weather or elements, and in accordance with Manufacturer’s directions. C. Store materials indoors in a controlled environment with low moisture content. Do not store outdoors. D. Reject damaged, deteriorated or contaminated materials and immediately remove from Site. Replace rejected materials with new materials at no additional cost to Owner. 1.6 FUNCTIONAL INTENT A. General: 1. All systems shall be controlled in accordance with the following description, as indicated on the Drawings and herein specified. 2. Contractor shall provide all devices, controls, panels, wiring and miscellaneous items required to achieve the specified functional intent whether specifically itemized on the Drawings or not. 3. Contractor shall inspect existing conditions to determine exact materials and work required to interface new control system components with existing equipment. 4. Coordinate with applicable related trades to incorporate equipment specific parameters in programming as necessary to meet specified performance. 5. Coordinate calibration and tuning of all equipment (including pumps, valves and existing equipment being incorporated into the control system), control components, programming and control loops to provide a complete system and achieve specified system performance. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 4 B. Basic Functionality: 1. The functional intent is provided as an aid to the Contractor to describe the minimum functionality and interoperability of components required for the system to operate properly. Contractor is to provide programming as described herein and as required, whether specifically itemized herein or not, to provide a fully functioning system. 2. Interlock conditions shall be indicated via pop-up messages when an attempt is made to start respective equipment, e.g., “Pump locked out due to high tank level,” “Pump out of service due to fault condition,” etc. Messages shall remain active on screen until condition clears or is acknowledged by an operator. 3. Inputs for referenced settings, i.e., alarm settings, pump control settings, timers, time delays, etc., shall be operator adjustable without reprogramming. 4. Failure alarms shall be provided for all equipment controlled via control system. Failure shall include: a. Equipment not running when called to run after a suitable time period. b. Equipment running when not called to run after a suitable time period. 5. Equipment that is not in REMOTE mode shall not be called to operate. 6. Equipment that is not in REMOTE mode shall not be allowed to be selected for a LEAD/LAG1/LAG2 sequence position. An “Equipment Not in Remote” alarm shall be generated if the REMOTE mode is de-selected and the equipment has not been selected to be “Out-of-Service.” 7. Power and SPD status shall be continuously monitored by SCADA system. 8. Variable frequency drive control via the control system shall include low and high speed limit setpoints for each unit, for each mode. 9. Provide adjustable time delays to avoid: a. Nuisance alarms. b. Unintended equipment operation. c. Simultaneous start/restart of equipment. 10. Where equipment is being controlled based on an analog signal, an over-range or under-range condition shall: a. Generate an equipment failure alarm. b. Initiate logic which will cause control system to safely shut down or control equipment in the safest way possible. 11. Communication failure to/from a remote site shall not cause local controls to be adversely affected. In the event that local controls require remote signals to operate correctly, then local control shall revert to a safe state. 12. Entire system shall restart and resume programmed sequential operations without rebooting or resetting any subsystems upon resuming of power after power failure or after generator automatically starts. 13. User adjustable parameters and settings shall be maintained upon resuming of power after power failure or after generator automatically starts. 14. Upon sensing a power failure, the control system shall turn off all active start call outputs. The control system shall not restart equipment until thirty seconds after power is restored. Thirty seconds after sensing a power failure an alarm shall be generated. 15. All sites and panels/racks which communicate with each other shall be programmed to provide communication status, and indication and alarm of communication failure. 16. All site-to-site and panel-to-panel message transfers (analog and discrete) shall contain 25% spare data place holders. 17. Inputs and outputs from similar equipment shall be distributed across multiple I/O modules in the same control panel to minimize the effect of a single point of failure of an I/O module. I/O modules shall be distributed across multiple chassis, where applicable. 18. Inputs(Outputs) from(to) a piece of equipment shall not “straddle” I/O modules. I/O shall be arranged so that the failure of a single I/O module shall not cause unexpected or incomplete equipment operation. 19. New PLC program/project shall be compatible with Owner’s existing version of PLC programming software unless new programming software is to be provided. 20. PLC programming shall be in Relay Ladder Logic and “latch” and “unlatch” instructions shall not be used in equipment control logic. 21. Provide alarm horn with “silence/acknowledge” and “test” pushbuttons, and “disable” selector switch mounted inside control panel. 22. Where existing equipment or I/O is not to be removed/demolished and is to remain as “spare”, provide label and prepare equipment for future use. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 5 C. Typical Equipment Control: Minimum functionality for equipment. 1. Typical Variable Frequency Drive (VFD) Equipment Control: a. In addition to the features listed above for Fixed Speed Motor Starter Equipment Control: b. Each VFD shall have: 1) Keypad with adjustable speed control, adjustable ramp time, adjustable minimum and maximum speeds. 2) FAULT pilot light for local indication. c. The following signals shall be sent to SCADA: 1) FAULT; for indication and alarm. 2) SPEED; for indication and logging/trending. d. Operation of equipment shall be as follows: 1) Local Mode (LOCAL): a) Speed shall be controlled locally via VFD keypad. 2) Remote Mode (REMOTE): a) The equipment speed shall be controlled by the SCADA system when the LOR switch is placed in the REMOTE position. b) Operation in REMOTE mode shall be as follows: (1) In REMOTE MANUAL mode under SCADA control, the speed of the equipment shall be able to be manually set as a percentage of full speed. The rate of change of speed shall be coordinated with the VFD’s settings so as not to produce unwanted effects like pipeline surges. (a) A SPEED control faceplate with manual speed control shall be available on the computer screen only when the selected equipment is in REMOTE MANUAL. MANUAL speed adjustment and indication shall be available on the faceplate. (2) In REMOTE AUTO mode under SCADA control, the speed of the equipment shall be adjusted automatically by SCADA. (a) AUTO SPEED control shall be based on Functional Intent description. (b) Equipment shall be called to STOP after operating at an adjustable low operating speed setpoint for an adjustable time period. The low speed shall be coordinated with the Minimum Low speed configured in the VFD for the equipment. D. Pump Control Panel with PLC: 1. General: a. The station shall be provided with a new control panel for pump control and station monitoring. The control panel shall be programmed as indicated herein and as indicated on the Drawings. b. Status information shall be viewable via an operator interface terminal (OIT). c. Each pump shall have a dedicated VFD that shall include integral, lockable disconnect and required pump control and interlocks as indicated herein and on the Drawings. d. The control panel shall communicate with the Owner’s SCADA system via a cellular connection. e. After stopping a pump, the control system shall not restart that piece of equipment for 30 seconds. f. Upon sensing a power failure, the control system shall turn off all active start call outputs. The control system shall not restart equipment until 30 seconds after power is restored. Thirty seconds after sensing a power failure an alarm shall be generated. g. Contractor shall field verify existing conditions and determine exact materials and work required to interface with pump equipment. Contractor shall provide all devices, controls, panels, wiring, and miscellaneous items to achieve the specified functional intent whether specifically itemized on the Drawings or not. h. Alarm indications shall remain active until acknowledged by the operator. System inputs for alarm settings, pump control settings, timers, time delays, etc., shall be operator adjustable without software reprogramming. 2. Pump Control: a. The Pump Control Panel shall monitor wet well level and float switches. An E&H RIA452 process meter with pump control function shall be installed in Pump Control Panel and shall monitor wet well level via a pressure transducer. A 4-20mA level signal will be provided to the pump Control Panel and hard wired contacts will be provided to each pump VFD panel. A high level and low level float switch shall provide backup wet well level detection should the E&H transducer or meter fail. b. Pumps P-1, P-2, and P-3 shall be controlled by the Pump Control Panel. Pumps shall operate in a lead, lag, standby configuration. The Pump Control Panel shall automatically rotate which pump is the lead, lag, or standby weekly. Selection shall also be able to be set manually. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 6 c. Each pump VFD panel shall have a HAND-OFF-AUTO selector switch. 1) In HAND mode, the VFD shall run continuously unless the wet well low level switch is active or a pump over temperature is sensed. Speed will be controlled via the VFD HMI. 2) In AUTO mode, the pumps shall operate based on the level settings described on the Drawings. Once started, the speed of the pump(s) shall be adjusted in proportion to the level in the wet well. A 4-20mA output from Pump Control Panel to each VFD shall control the speed. When multiple pumps are operating, their speeds shall be adjusted together. During transition from adding or removing a pump, the VFD(s) speed(s) shall be automatically adjusted to compensate for immediate change in pump capacity by adjusting the speed control output to the VFDs to minimize flow output fluctuations. A high wet well level switch activation shall start the lead pump at full speed. After a time delay, if the high float switch is still active the lag pump shall start. After another time delay if the high float switch is still active, the standby pump shall start. Pumps shall run until the low level float switch becomes active. d. Run times for each pump shall be indicated by elapsed time meters at the pump VFD panel. e. Pump run status shall be displayed at Pump Control Panel via a green indicating light for each pump. f. The Pump Control Panel shall shutdown a pump and generate an alarm when an overtemperature condition occurs. The Pump Control Panel shall alarm but shall not shutdown a pump for a seal leak condition. g. If a pump fails to start or a pump failure occurs, an alarm shall be generated, and that pump shall be taken out of the lead-lag sequence. 3. Monitoring: a. The following alarms/events shall be continuously monitored and logged. 1) High wet well level alarm. 2) Low wet well level alarm. 3) VFD fault. 4) Pump seal failure. 5) Pump high winding temperature. 6) Level sensor failure. 7) Control panel power failure. 8) Generator monitoring. 9) Lift Station and Wet Well doors. 10) . b. The following alarms/events shall be sent to the plant monitoring/alarm system: 1) High wet well level alarm. 2) Low wet well level alarm. 3) Station failure alarm. 4) Pump No. 1 running. 5) Pump No. 2 running. 6) Pump No. 3 running. 7) Wet well level. E. Additional Programming: 1. Provide programming, in addition to that described above, as required to provide a fully functioning system. 2. Provide field modification of SCADA programming as required where system is found, through testing or Owner operation to require the following: a. Additional functionality. b. Modification of functionality. 1.7 GUARANTEE AND WARRANTY A. Process control and instrumentation system Supplier shall guarantee the entire system for a period of 1 year. This guarantee shall cover all parts, labor, troubleshooting, telephone consulting, travel, and equipment recalibration. B. The 1-year guarantee period shall begin at Substantial Completion. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 7 PART 2 - PRODUCTS 2.1 GENERAL A. Acceptable Manufacturers for major system components are specified herein. B. Not all components are specified. It is the system Supplier’s responsibility to furnish and install components necessary to achieve the functional intent and to meet or exceed the governing local, state or national standards and/or codes. C. Coordination of all field mounted instrumentation device installation shall be system Supplier’s responsibility: 1. Mounting of each device shall be designed with consideration to: a. Manufacturer’s installation recommendations. b. Ease of removal for maintenance. c. Safety. 2. Provide all mounting hardware required. 3. All mounting hardware shall be of the following corrosion resistant material. Coordinate mounting material with surrounding environment: a. PVC. b. Stainless steel. c. FRP. 4. Provide sufficient length of sensor to transmitter cable for each field device. 5. Provide unions, bulkhead fittings, isolation valves, etc. D. Pre-Approved Acceptable System Suppliers: 1. ICS Integration Services LLC (Michael Bak). 2. Motor City Electric Technologies. 3. PCI Detroit. 4. No substitutions. E. System Supplier’s Qualifications and Services: 1. Staffed with factory-trained and certified technicians fully capable of providing instructions and routine and emergency maintenance services on all components. 2. Supplier shall have at least 5 years’ experience in programming and installation of systems similar in performance to that specified herein and shall be prepared to show evidence of such history. 3. Before Substantial Completion, demonstrate to the satisfaction of Engineer the ability of the system to meet performance requirements in accordance with these Specifications. 4. Provide as much on-site time as necessary to coordinate start-up. Once start-up has commenced, Supplier shall be on call for emergency situations and respond in a timely manner. 5. Provide Owner contact names and telephone numbers for a minimum of 2 local technicians who can be called for service on the PLC and related equipment after the 1 year warranty has expired. 6. HMI/SCADA programmer(s) shall be factory trained on the Wonderware Archestra/Application Server product prior to beginning HMI/SCADA programming. Training shall be no more than 1 year prior to beginning of project programming. 2.2 CONTROL PANELS A. General: 1. Install all wiring in a workmanlike manner. Group, bundle, label, support, and route horizontally and vertically to provide a neat and organized appearance. 2. Provide circuit breakers on all panel power sources. 3. Provide surge protection on all network wiring that originates in areas remote (separate building or section of building, or functionally different process area) from control panel’s location. 4. Provide surge protection on all communication (telephone and radio) wiring. 5. Provide intrinsically safe relays for float switches installed in Class 1, Division 1 areas. 6. Provide intrinsically safe barriers for level sensors installed in Class 1, Division 1 areas. 7. All field 4-20mAdc signals shall be powered from panels, unless indicated otherwise on the Drawings. 8. All field contact closures shall be powered from UPS within control panels. 9. All wiring shall be sized, labeled and color coded in accordance with Division 26 Section “Conductors and Cables - 600V and Below.” All panel wiring shall be type MTW unless indicated otherwise on the Drawings. 10. When required, shunt resistors shall be 250 Ohm ± 0.01%. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 8 11. Provide labeled terminal strips for all wiring entering and leaving panels. 12. Provide patch panels for all network wiring entering and leaving panels. 13. Provide Sub-plate Identification Tags: a. Tags shall be made from engraved plastic, white with 3/8-inch minimum black letters, for all internal enclosure components. b. Punched or drilled for mechanical fasteners. c. Stainless steel machine screw fasteners. 14. Label addressable devices with IP or node addresses. 15. Coordinate and provide all necessary mounting hardware. 16. Provide ground bar for each control panel. Ground “lugs” shall not be used. Remove (scrape) paint from sub-panel prior to ground bar installation to provide an effective electrical connection. 17. Conduit shall not enter into panels from top. Side, rear and bottom entry permitted only. Cast metal, O- ring type sealing conduit hubs shall be used on NEMA rated enclosures. 18. Factory assemble and test all panels before shipment to Project Site. 19. A minimum of 25% spare points of each type (digital inputs, digital outputs, analog inputs, and analog outputs) shall be provided within each panel and I/O rack, wired to terminal blocks. 20. Provide minimum 25% spare terminals, unwired. 21. Provide space and DIN rail for an additional 10% for future terminals. 22. Fuse all outputs which control highly inductive loads. Provide 10 spare fuses of every size and type used per panel. 23. Cabling, connectors and accessories shall be provided for all equipment as required. 24. Contractor shall provide all mounting hardware, shelves, support brackets, patch panels, etc., as required to install equipment. B. Control Panels: 1. Furnish control panel(s) of the design and type as indicated on the Drawings and in these Specifications. Contractor is responsible for verifying panel size requirements. 2. Control panels shall contain all components listed in Paragraph 1.7 - Functional Intent, specified herein, and as indicated on the Drawings, plus any additional items (24-volt power supplies, panduit, terminal strips, etc.) necessary for completion of the Work. 3. Control panels shall be assembled by a UL listed fabrication facility. Panels shall be UL approved and meet the requirements of NEC and UL508/698. Available fault current is 10,000 amps. Each panel shall have a serialized UL label. 4. Panel/Subplate Layout: a. Panel face-mounted equipment shall consist of pilot lights, push buttons, selector switches, meters, indicating timer, etc. Spacing between horizontal rows of components shall be 1.5 inches minimum; spacing between vertical columns of components shall be 1.875 inches minimum. Components shall be grouped and/or located as indicated on Drawings. Distance from bottom row of components to floor shall be not less than 36 inches. Top row of recording and indicating instruments shall be centered approximately 60 inches above floor. Maximum height for annunciator windows shall be 85 inches above floor. In general, indicating lights, push buttons, etc., shall be mounted in accordance with sequence of operation from left to right and top to bottom. b. A minimum of 2 inches shall be provided between terminal strips and wire ducts or terminal strips and terminal strips. In general, terminal strips shall be mounted on vertical edges of subplate. Where terminal strips are mounted side-by-side, terminals shall be elevated 1.5 inches above subplate to allow wires to pass underneath. c. Subplates shall have a minimum of 15 percent spare mounting space, and terminal strips shall have a minimum of 20% spare terminal blocks. C. Enclosures: 1. General: a. Size Enclosures: 1) To adequately space necessary components in accordance with NEC. 2) Such that UPS does not block access to terminal strips or other internal components. b. Data pocket. c. LED light fixture with lens or shatterproof coated lamp with switch. Fixture mounting shall not invalidate NEMA rating. d. Convenience receptacle, refer to Division 26 for all receptacles located in control panels. e. Provide shelf so that UPS does not set on bottom of enclosure. f. NEMA rated for environment. g. Coordinate and provide necessary mounting hardware. Locate top of wall mounted enclosures approximately 60 inches above floor at a masonry joint if applicable. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 9 h. UL listed. i. White painted steel back panel, unless indicated otherwise on the Drawings. j. Provide all necessary interior supports to insure panel structural integrity and prevent "oil canning" of side walls. 2. NEMA Rating Schedule: Minimum enclosure rating shall be as follows (even if noted otherwise): a. Enclosures located in heated/air-conditioned spaces, that are above grade with low humidity and do not meet any of the criteria listed below (e.g. Control Rooms and Electrical Rooms) – NEMA 12, painted steel. b. Enclosures located in unheated/air-conditioned spaces or that are below grade or in areas of high humidity, standing water or open tanks and do not meet any of the criteria listed below – NEMA 4 316 stainless steel. c. Enclosures located outside – NEMA 4X 316 stainless steel. 3. Metallic: a. General: 1) Seams continuously welded and ground smooth: no holes or knockouts. 2) Painted enclosures shall be ANSI 61 Grey exterior finish. 3) White interior finish. 4) Bonding provisions on door. 5) Two-door if over 36 inches wide, with removable center post. 6) Collar studs for mounting sub-panels. 7) Body flange trough collar with oil resistant door gasket. 8) Front hinged access door with heavy duty 3-point latching mechanism with latch rod rollers, 316 stainless steel pad-lockable handle all keyed alike. 9) Heavy duty continuous door hinges. 10) Enclosures which house PLCs shall incorporate a folding shelf for programming device. b. Freestanding: 1) Material: 12 gage sheet metal, minimum. 2) Heavy duty lifting eyes. 3) 84-inch (minimum) height. c. Wall Mounted: 1) Material: 14 gauge sheet metal, minimum. 2) External mounting brackets. d. Manufacturer: 1) Hoffman. 2) Saginaw Controls and Engineering. 3) Copper B-Line. 4) Southern Manufacturer. D. Panel Devices: 1. General: a. Pilot lights, selector switches and push buttons shall be from same Manufacturer. NEMA ratings shall match that of control panel. b. Indicators and totalizers shall be from same Manufacturer. 2. Pilot Lights: a. Heavy duty, oil tight, LED-type, 30.5 mm with full voltage, push-to-test feature, nameplate and replaceable color lens and replaceable light unit. b. Lens Colors: 1) Opened or Motor Running: Green. 2) Closed or Motor Stopped: Red. 3) Alarm or Remote: Amber. c. Spare Parts: 1) 2 LEDs of each color. 2) 2 of each color lens. d. Manufacturer: 1) Allen-Bradley, 800T/H. 2) Square D, Type K/SK. 3) Eaton\Cutler-Hammer 10250T, E34. 3. Selector Switches and Push Buttons: a. Heavy duty, oil tight, 30 mm, with nameplate. b. Selector Switches: Maintained position, unless specified/indicated otherwise. c. Push Buttons: Momentary. 1) Start push buttons shall have extended guard and black color insert. 2) Stop push buttons shall have half-guard with red color insert. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 10 d. Manufacturer: 1) Allen-Bradley, 800T/H. 2) Square D, Type K/SK. 3) Eaton\Cutler-Hammer 10250T, E34. 4. Control Relays: a. Heavy duty, 15 amp minimum, 3-pole double throw (minimum). b. Pin terminals. c. DIN mount sockets IP20, finger safe. d. Indicating light and check button. e. UL listed. f. Provide hold down clips for all relays. g. Provide 2 spare of each type provided, per panel. Installed in panel, un-wired. h. Provide interposing relay for all solenoids and motor loads. i. Manufacturer: 1) Allen-Bradley. 2) Square D. 3) Magnecraft. 4) Potter & Brumfield. 5. Timing Devices: a. Synchronous and solid-state timers shall be plug-in type. b. Synchronous timers with ON or OFF delay cycles shall operate at 24 VDC, 60 hertz. Time interval shall be as indicated on Drawings or as required. c. Solid-state timers with ON or OFF delay cycles shall operate at 24 VDC, 60 hertz. Solid-state device may be analog or digital in operation. Time interval shall be as indicated on Drawings or as required. d. Synchronous repeat cycle timers with adjustable ON-OFF cycles shall operate at 24 VDC, 60 hertz. Time interval shall be as indicated on Drawings or as required. e. Solid-state repeat cycle timers with adjustable ON-OFF cycles shall operate at 24 VDC, 60 hertz. Solid-state device may be analog or digital in operation. Time interval shall be as indicated on Drawings or as required. f. Programmable Timer: Programmable timers shall be a solid-state time switch suitable for flush mounting on a control panel. Timer shall have a LCD digital display for programming and indicating time of day and day of week. Built-in rechargeable battery shall retain program during loss of power. 1) Programming shall be done by front-mounted push buttons. HART protocol programmable functions are preferred. g. Manufacture: 1) Synchronous Timers: a) Allen-Bradley. b) Square D Co. c) Diversified Electronics. 2) Solid-State Timers: a) Allen-Bradley. b) Square D Co. c) Diversified Electronics. 3) Synchronous Repeat Cycle Timers: a) Allen-Bradley. b) Square D Co. c) Diversified Electronics. 4) Solid State Repeat Cycle Timers: a) Allen-Bradley. b) Square D Co. c) Diversified Electronics. 5) Programmable Timers: a) Allen-Bradley. b) Square D Co. c) Omron. 6. Elapsed Time Meters (ETM): a. Input Power: 120 VAC. b. Bezel Size: 2-1/2-inch minimum. c. Display: 6 digit, non-resettable, 5/32 inch minimum height. d. Mechanical “roll-over” digits. e. Motor: Synchronous clock. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 11 f. Manufacturer: 1) Yokogawa. 2) Simpson. 3) Redington. 4) Hobbs. 5) Cramer. 7. DIN Rail Mounted Miniature Circuit Breakers and Supplementary Protection: a. Rated for 250 VAC, 50/60 Hz, 65 Vdc. b. Rated cross section for wire sizes #22 to #10 AWG. c. Operating life of 6,000 cycles at rated current. d. UL listed. e. Short-Circuit Current Rating: 10 kA at 125 VAC (minimum). f. Provide bus bar where more than 4 circuit breakers are provided in the same panel. Cap unused connectors. g. Provide supplementary protection for each solenoid or motor load. h. Finger safe terminals. i. Amperage ratings of 0.2A to 15.0A, system Supplier shall calculate required ratings, unless otherwise noted. j. Manufacturer: 1) Allen-Bradley. 2) Square D/Merlin-Gerin. 3) Moeller Electric. 8. Terminal Blocks: a. General: Terminal blocks shall be 300 or 600 volt rated, channel-mounted box lug with pressure plate type or binding head screw type with pressure plate. b. Wire Range: 22-2 AWG. c. Removable/replaceable marking system (labels). d. Terminals shall be color-coded: 1) Black 120V power circuits de-energized when main disconnect is opened. 2) White 120V neutral conductors. 3) Red 120V control circuits de-energized when main disconnect is opened. 4) Yellow 120V control circuits which remain hot when main disconnect is opened. 5) Gray Terminal blocks for DC wiring. 6) Gray Terminal blocks for shields in DC wiring. 7) Green Ground terminal blocks. e. All terminals of a given color shall be grouped with other terminals of the same color f. Manufacturer: 1) Terminal Blocks: a) Allen-Bradley (Type 1492J3 or Type 1492CA1). b) Square D (Class 9080, Type KCA-1). 2) Fusible Terminal Blocks: a) Allen-Bradley (Type 1492-CE6). b) Altech (Type CAFL4U). c) Square D Co. (Class 9080, Type KH-1). d) Thomas & Betts (Series 300 or 0300). e) Weidmueller (SAKS1 or ASK1). g. Spare Parts: Provide a minimum of 20% spare terminals for each type and color of terminal used. 9. Intrinsic Safety Relays and Barriers together with power supply, system: a. General: 1) Wiring for intrinsically safe systems shall be identified as such through the use of light blue insulation or through appropriate labels. 2) Suitable for Class 1, Division 1 applications. 3) Mounting: DIN Rail. 4) Shall not require a base module. b. Intrinsically Safe Relays: 1) Intrinsically safe relays shall have 1 NO and 1 NC output contact. 2) Supply Power: 24 VDC or 120 VAC. 3) Output Contact Voltage Rating: 120 VAC. c. Intrinsically Safe Barriers: 1) General: Galvanic isolation type barrier. 2) Supply Power: 24 VDC. 3) Input Source: 4-20 mADC, 2 or 3-wire. 4) 3-way isolation (input/output/supply). Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 12 d. Accessories: 120 VAC input, 24 VDC output power supply. e. Manufacturer: 1) Pepperl + Fuchs, K-System Series. 2) Phoenix Contact, MACX MCR-EX Series. 3) MTL, 5500 Series. 10. Intrinsically Safe Relays: a. Intrinsically safe relays shall have 1 NO and 1 NC 8A resistive contacts, direct or inverse actuation. b. Input Power: 120VAC primary voltage. c. Output Power: 13VAC secondary voltage, 4mA maximum. d. Sensitivity: Adjustable. e. UL Listed. f. Wiring for intrinsically safe systems shall be identified as such through the use of light blue insulation or through appropriate labels. g. Manufacturer: 1) Warrick Controls, series 27. 2) SymCom, Model ISS-102. 3) Or equal. E. Programmable Logic Controllers (PLC): 1. Programmable Logic Controller (Allen-Bradley CompactLogix): a. Power Supplies: Power supplies shall operate on 120 VAC and shall supply 24 Vdc and 5 Vdc to the I/O chassis backplane as required. Power supply quantity and size shall provide power for required modules, as well as 25% spare modules. Provide space for future modules on back plate. Power supplies shall be Allen-Bradley Model 1769-PA4. b. Processor: 1) Processor shall have (2) built-in Ethernet/IP (RJ45) ports and (1) USB port. 2) Processor unit shall have a minimum memory of 750 KB. 3) Embedded I/O Modules: a) 16 DC Digital Inputs. b) 16 DC Digital Outputs. c) 4 Universal Analog Inputs. d) 2 Analog Outputs. 4) (4) module expansion capacity. 5) Manufacturer: Allen-Bradley Model 1769-L24ER-QBFC1B, latest series available. c. Discrete Input Modules (120 V): 1) 120 VAC discrete input modules shall operate on voltage provided through the backplane. Modules shall include LED status indicators. Modules shall contain 8 isolated inputs. 2) Manufacturer: Allen-Bradley 1769-IA8I. d. Discrete Input Modules (24 V): 1) 24 VAC, sinking or sourcing, discrete input modules shall operate on voltage provided through the backplane. Modules shall include LED status indicators. Modules shall contain 16 inputs. 2) Manufacturer: Allen-Bradley 1769-IQ16. e. Discrete Output Modules: 1) General: Isolated outputs may be used for signals that power devices inside the control panel. 2) Discrete output modules shall operate on voltage provided through the backplane. Modules shall include LED status indicators. Modules shall contain 16 outputs. 3) Manufacturer: Allen-Bradley 1769-OA16. f. Discrete (Relay) Output Modules: 1) General: Relay outputs shall be used for all signals that leave the control panel. 2) Discrete output modules shall operate on voltage provided through the backplane. Modules shall contain 8 normally open, isolated, relay contact outputs. Modules shall include LED status indicators. 3) Manufacturer: Allen-Bradley 1769-OW8I. g. Analog Input Modules: 1) Analog input modules shall be 16-bit resolution and shall operate on voltage provided through the backplane. Modules shall be capable to 8 differential voltage or current inputs. Modules shall be user configurable to either accept a voltage input of ±10 Vdc (typically 1- 5 Vdc) or 0-20 mAdc (typically 4-20 mAdc). Modules shall be capable of scaling to engineering units through the software. 2) Manufacturer: Allen-Bradley 1769-IF8. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 13 h. Analog Output Modules (Current): 1) Analog output modules shall be 16-bit resolution and shall operate on voltage provided through the backplane. Modules shall have 4 differential outputs of 4-20 mAdc (typically 4- 20 mAdc). Modules shall be capable of scaling to engineering units through the software. 2) Manufacturer: Allen-Bradley 1769-OF4CI i. End Cap/Terminator: 1) Provide left and right end caps for each chassis assembly. 2) Manufacturer: Allen-Bradley 1769-ECL, 1769-ECR. F. Ethernet Networking Equipment: 1. General: a. Ethernet Networking Equipment shall be products of a single Manufacturer. b. Provide dedicated power supply for each Ethernet converter/switch not powered at 120VAC. c. Provide redundant dedicated power supply for each managed Ethernet switch. d. Provide ports required to connect equipment and listed in schedule, plus a minimum of 1 port for future use. 2. Unmanaged Mini-Switch: a. Unmanaged Ethernet switch, b. Processing Type: Store and forward switching. c. Ports: 10/100 Mbps, 10Base-T/100Base-TX with auto crossing and auto negotiation. 5 port minimum, additional ports where indicated on the Drawings. d. Protection: IP20 metal case. e. Operating Temperature: 0 to 60 degrees Celsius. f. Mounting: 35mm DIN rail. Provide additional brackets as required. g. Diagnostic LEDs. h. Power: 24 Vdc, with plug-in terminal block. i. Manufacturer: 1) Contemporary Controls. 2) Phoenix Contact. 3) Hirschmann. 4) Moxa. G. Site Specific Requirements (Major Components): 1. General: The following is provided as an aid to the Contractor. It is the Contractor’s responsibility to verify information contained below for completeness and to provide equipment that is indicated elsewhere in Drawings and Specifications, but not listed below. 2. Martin Luther King Jr Blvd Pump Station Control Panel. a. General: 1) NEMA 12 painted steel. 2) Freestanding, 60-inch x 36-inch minimum size. 3) LED light with switch. b. Major Components: 1) CompactLogix PLC and Expansion I/O modules. 2) HMI. 3) E&H Controller. 4) Cell Modem (by Owner). 5) DC UPS with batteries. 3. Wet Well Ventilation Control Panel. a. General: 1) NEMA 12 painted steel. 2) Wall Mount, 36-inch x 30-inch minimum size. b. Major Components: 1) Phase Monitor. 2) Motor Starters – Size 1. 3) Control Power Transformer. 2.3 FIELD INSTRUMENTS A. General: 1. Schedules are provided as an aid to Contractor. It is Contractor’s responsibility to verify information contained in the schedules for completeness and to provide equipment that is indicated elsewhere in Drawings and Specifications, but not listed in schedules. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 14 2. Provide instruments rated for environment. 3. Field verify Manufacturer’s cable lengths prior to Shop Drawing submittal. 4. Tagging: Equip all instruments with a permanently attached, stamped or engraved identification tag. The tags shall include the device name, Engineer's tag identification, and manufacturer's tag identification if different from Engineer's. 5. Finish: Finish on the instruments and accessories shall provide protection against corrosion by the elements in the environment in which they are to be installed. 6. Temperature Rating: Instruments shall be suitable for the temperature in which they are to be exposed. Therefore, instruments located outdoors or in unheated spaces shall be suitable for -20 degrees F to 120 degrees F. Instruments exposed to direct sunlight (without sunshield) shall be suitable for temperatures up to 140 degrees F. 7. Provide configuration software and cables or hand held device(s) for any instrument which cannot be fully programmed via keypad/interface which is integral to device. B. Continuous Level Measurement: 1. Submersible Level (Pressure) Sensor and Transmitter: a. Level Sensor: 1) Complete stainless steel construction. 2) Accuracy: ±0.2% of full scale. 3) Solid state ceramic sensor. 4) 4 minimum sensing elements. 5) Silicon filled oil between diaphragm and sensor. 6) Provide cable bracket on each sensor. 7) Provide signal cable in length as required. 8) Output: 4-20 mAdc proportional to level, wired to transmitter. 9) Power: 12 to 40 Vdc from transmitter. 10) Hazardous Location: Level sensor and sensor circuit shall be intrinsically safe and suitable for sensor mounting in Class 1, Division 1, Group C and D hazardous location. b. Transmitter: 1) NEMA 4X weatherproof housing. 2) 4-digit LCD display (0.56 inches high). 3) UL listed. 4) Output: 4-20 mA proportional to level. 5) Power: 120 VAC. c. Schedule: 1) LE/LIT-1. 0-20 ft. d. Manufacturer and Model: 1) Endress & Hauser Model FMX21 with RIA452 Process Indicator with pump control. 2) Or equal. e. Installation Accessories for Each Sensor: 1) 1/8-inch diameter stainless steel cable, length as stated in schedule. 2) 2-inch stainless steel pipe, 12 inches long. 3) Secure weight to cable and secure sensor to cable at stated elevation. 4) 6-inch perforated, Schedule 80 PVC stilling well with stainless steel mounting hardware to prevent excessive movement of suspended unit. C. Discrete Level Switch: 1. Float Type Switch (Mercury Free): a. Mechanical acting. b. Molded corrosion resistant, polypropylene or PVC body suitable for fluid application. c. Float switches shall have 1-inch actuation/de-actuation level. d. Output Contact: SPDT, 10/5 A, 120/240 VAC. e. Cable shall be PVC type STO with No. 18 AWG (minimum) conductors: 1) Jacket for cable shall be factory molded to the float. 2) Minimum cable length of 20 feet. f. Hazardous Location: Level switch and switch circuit shall be intrinsically safe and suitable for switch mounting in a Class 1, Division 1, Group C and D hazardous location. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 15 g. Schedule: 1) LSH-1. 2) LSL-1. h. Manufacturer: 1) Conery, 2900 Mechanical Series. 2) Or equal. i. Accessories: 1) Corrosion resistant hardware and mounting accessories. 2) See installation detail(s) for additional requirements. D. Discrete Position Switch: 1. Limit Switch: a. General: 1) Lever arm actuation. Coordinate lever arm requirements. 2) SPDT contacts rated for 10A at 120VAC. 3) 1/2-inch NPT conduit entry. 4) Non-plug in terminals. b. Heavy Duty: 1) NEMA 6P oiltight and watertight. 2) Suitable for wet location installation. 3) Schedule: a) HS-1. 4) Manufacturer: Square-D, 907C; or equal. 2.4 SOFTWARE A. General: 1. All software and drivers required for equipment programming or configuration shall be provided. Some software may not be specifically itemized. Owner shall be the licensee of all software. Owner shall be entitled to all upgrades and technical support for a period of 1 year after substantial completion. Technical reference manuals and user’s guides shall be provided for all equipment and software. 2. Installation media (CDs) and licenses shall be provided to Owner for all software provided including applied upgrades, patches and service packs. Provide CD storage case with storage capacity for software provided. Footlocker “Hard Case, 200 Discs/68 Slim Cases/34 Jewel Cases, Black; or equal. Provide optional dividers and sleeves as required to organize storage case. 2.5 SPARE PARTS A. Provide the following spare parts: 1. 1 PLC power supply of each type provided. 2. 1 CompactLogix programmable logic controller processors, with project specific version of firmware loaded. 3. 1 discrete input modules for each type of PLC. 4. 1 discrete output modules for each type of PLC. 5. 1 analog input modules for each type of PLC. 6. 1 analog output modules for each type of PLC. 7. 4 UTP patch cables of each type provided. 8. 2 USB memory card readers with cable for each type of memory card provided. PART 3 - EXECUTION 3.1 PRE-INSTALLATION A. Prior to performing any programming work and prior to program related Shop Drawing review, Contractor shall schedule a meeting between Owner, Engineer and System Supplier (including PLC and operator interface computer programmer(s)) to review system configuration and functional intent. Meeting will be held virtually. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 16 3.2 INSTALLATION COORDINATION A. Install process control equipment and instrumentation in conformance with: 1. Shop Drawings reviewed by Engineer. 2. Manufacturer’s recommendation. B. Electrical: 1. Install wiring in conformance with applicable Sections of Division 26 – Electrical. 2. Run all 4-20 mAdc process control wiring in separate conduit from power and control wiring. 3. Communication cabling shall be in separate conduits from power control and analog signal wiring. C. Mount Control Panels: 1. Securely with framing and fasteners capable of handling additional future loads. 2. In a way that does not restrict access to internal components. 3.3 FIELD QUALITY CONTROL A. System Supplier’s Field Service: 1. Arrange and pay for process control and instrumentation system Supplier’s engineer to: a. Provide field services indicated below: 1) Assist with start-up and conduct performance demonstration. 2) Demonstrate operation and maintenance to the system operators. 3) Review operations and maintenance manual with system operators. b. Minimum Onsite Time: 1) 40 hours to oversee installation. 2) 8 hours to inspect and certify installation. 3) 16 hours to assist with start-up and conduct performance demonstration. 4) 8 hours to demonstrate operation and maintenance, and 4 hours to review operations and maintenance manual. 5) Additional time as necessary for installation, start-up and training. 2. Schedule field services as soon as practical and at times approved by Engineer. 3. Promptly make all changes and additions required by system Supplier’s engineer and as necessary for proper operation of the system. 4. System Supplier’s engineer shall submit written approval of installation. B. Field Performance Demonstration: 1. General. a. Procedures shall be developed by system Supplier and submitted to Engineer for review prior to scheduling demonstration. b. Schedule a minimum of 2 weeks in advance. c. Demonstration shall include “simulation” of system operation, prior to actual operational demonstration, where Plant operation could be negatively affected. d. Schedule and coordinate with Owner and Owner’s operation staff to minimize disruptions to plant operation. 2. Pre-Requisite: a. Complete installation and test all functionality prior to calling for witnessed field demonstration by Engineer. b. Complete integrator sign-off portion of test procedures and route to Engineer for verification. 3. Equipment: a. Demonstrate proper operation. b. Demonstrate that system performs control functions as specified and indicated on the Drawings. 4. Instruments: a. Demonstrate proper calibration and maximum accuracy. b. Demonstrate that system performs monitoring functions as specified and indicated on the Drawings. 5. System: a. Demonstrate proper operation in failure modes. b. Demonstrate backup and recovery modes. 6. Other Supplier’s Systems: Participate in Field Performance Demonstration of systems provided by other suppliers where those systems communicate with SCADA system. 7. Demonstration shall be repeated as required by Engineer until satisfactory results are obtained. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resource Commissioner Section 40 90 00 Instrumentation and Control for Process Systems 40 90 00 - 17 3.4 SYSTEM TRAINING A. System Supplier’s engineer shall provide training for system operators. These services are in addition to those previously identified. 1. Provide 4-hour (minimum) training session(s) (exact quantity to be determined by system Supplier, 2 minimum) to demonstrate and explain operation of all process control and instrumentation equipment and systems. Demonstrations and explanations shall utilize installed equipment and be “hands-on.” Each training session shall be repeated so training is available during day/morning and afternoon/evening shifts to accommodate schedules of Owner’s personnel. Training times and location shall be mutually agreed upon with Owner. 2. Provide handouts and notes to facilitate training as necessary. Operations and maintenance manuals shall be reviewed as applicable during training session. 3. Engineer reserves the right to video tape any or all training sessions. Videotaping will be done by Engineer. B. Provide 1 week’s (40 hours) onsite time (not including travel time) of refresher training/additional programming services to be scheduled to occur 4 to 6 months after Substantial Completion, during the warranty period. Refresher training agenda shall include review of information presented at initial training sessions and time for one-on-one questions from Owner’s personnel. Provide programming modifications (graphics, reports, programmable logic controllers, etc.) during this time as requested by Owner. Training shall be held at Water Treatment Plant. Visit remote sites as required to make programming modifications. C. System Supplier shall submit a detailed outline for each training session for approval, prior to scheduling training. END OF SECTION 40 90 00 Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 43 21 39.20 Submersible Non-Clog Pumps 43 21 39.20 - 1 SECTION 43 21 39.20 – SUBMERSIBLE NON-CLOG PUMPS PART 1 - GENERAL 1.1 SUMMARY A. The work in this section shall include furnishing and placing into operation 3 submersible pumps, with discharge connections, lifting chains and guide bars as specified herein and as indicated on the drawings. The complete pump station shall be submersible up to 65 feet above the inlet pipe level. The pump supplier is responsible to provide the pumping units, variable frequency drives, control panels, cables, and accessories required to assure a seamless pumping package. Coordination between equipment shall be done before submission of the shop drawings. 1.2 SUBMERSIBLE PUMPS A. Pump Selection: Pumps shall be non-clog submersible sewage pumps complete with motor, as selected by Owner and indicated on the Drawings. 1.3 SUBMITTALS A. Submittal data shall be provided to show compliance with these specifications, plans or other specifications that will influence the proper operation of the pump(s). B. Standard submittal data for approval must consist of the following at minimum: 1. Pump Performance Curves. 2. Pump Outline Drawing. 3. Control Panels 3. Station Drawing for Accessories. 4. Electrical Motor Data. 5. Typical Installation Guides. 6. Technical Manuals and Parts List. 8. Printed Warranty. 9. Management system certificate ISO 9001. 10. Manufacturer's Equipment Storage Recommendations. 11. Manufacturer's Standard Recommended Start-Up Report Form. 12. Shop drawings 13. Bill of Material (BOM) 14. Wiring diagrams 15. Outline and dimension drawings 16. Enclosure mounting details 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle products to site under provisions of Section XXXX 1.5 OPERATIONAL REQUIREMENTS AND WARRANTY A. The contractor shall supply and install 3 submersible sewage pumps with discharge connections, discharge pipes, guide bars, cable holder lifting chains. B. The submersible pumps shall have a semi open multi vane self-cleaning impeller designed to transport wastewater with fibrous materials like wet wipes. C. The impeller shall be wear resistant and made of high chromium cast iron with at least 24% chrome against sand and grit which is expected to enter the pump station with the sewage or the storm water. Impellers that have surface hardening (by thermal, coating, etc.) will not be allowed. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 43 21 39.20 Submersible Non-Clog Pumps 43 21 39.20 - 2 D. Each pump shall be capable to lift 2270 US gpm at a total dynamic head of 35.4 feet as a primary rated point and 1616 US gpm at a total dynamic head of 16.0 feet at minimum speed E. The hydraulic efficiency in this duty point shall be not less than 78 % and approved according HI 11.6:2012 Grade 2B. F. The pumps shall be provided with prorated 60 months (5 years) warranty against defects in materials and or workmanship. Unless otherwise specified, all other equipment shall be warrantied for 12 months (1 year). The warranty shall be in printed form and previously published as the manufacturer's standard warranty for all similar units manufactured, latest revision. Upon warranty occurrence, the manufacturer's authorized service center shall remove the pump, repair, reinstall and provide start up on the repaired pump. A detailed failure analysis shall be submitted to the Owner for their records summarizing corrective action taken. G. The manufacturer shall guarantee clog-free operation for a period of 24 months from the date of start-up of the pumps by the local authorized factory representative. A certificate shall be provided to the Owner on the day of start up with the local contact information and effective date. If the impeller clogs with typical solids or modern trash debris normally found in domestic wastewater during this period, an authorized representative shall travel to the jobsite, remove the pump, clear the obstruction and reinstall the pump at no cost for the Owner. A written report shall be provided to the Owner detailing the service call with pictures for verification purposes. 1.6 QUALIFICATION REQUIREMENTS A. The manufacturer shall provide data on alternate equipment manufacturer's experience. Only Manufacturers with 20 or more years of experience who have furnished at least 20 similar lift stations that have been in regular operation not less than 5 years will be considered. Evidence of experience and operational data may be required from the manufacturer to determine the suitability and efficiency of the equipment offered. PART 2 - PRODUCTS 2.1 SUBMERSIBLE SEWAGE PUMPS (FLYGT NP 3202 OR EQUIVALENT) A. Each station shall be equipped with 3 submersible, close-coupled wastewater pumps. B. Each pump shall be equipped with a 35 HP submersible electric motor, capable to operate on a 460 volt, 3 phases, 60 hertz voltage supply. C. The hydraulic of the pump shall be capable of handling raw domestic wastewater and storm water with fibrous materials like wet wipes. D. The impeller blades shall be self-cleaning upon each rotation as they pass across a sharp relief groove in the Insert ring and shall keep the impeller blades clear of debris. The clearance between the insert ring and the impeller leading edges shall be adjustable. E. Due to the presence of sand the impeller shall be made of high chromium cast iron with at least 24% chrome. Impellers that have surface hardening (by thermal, coating, etc.) will not be allowed. F. The pump shall be capable to operate without any limitation between 50% and 125% of the Best efficiency point (B.E.P) of the performance curve. G. The required shaft power (P2) in the guaranteed duty point shall be less than 35 HP. The motor speed shall be max.: 1200 rpm. A performance chart shall be provided upon request showing curves for torque, current, power factor, input/output HP and efficiency. This chart shall also include data on starting and no-load characteristics. H. The impeller shall be mounted on the motor shaft. Couplings shall not be accepted. I. The pump motor shall be induction type with a squirrel cage rotor, shell type design, housed in an air filled, watertight chamber. It shall be permanently submersible according standard IEC 60034 and protection class Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 43 21 39.20 Submersible Non-Clog Pumps 43 21 39.20 - 3 IP 68. J. The motor shall be provided with an integral motor cooling system. A stainless steel cooling jacket shall encircle the stator housing, providing for dissipation of motor heat regardless of the type of pump installation. An impeller, integral to the cooling system and driven by the pump shaft, shall provide the necessary circulation of the cooling liquid through the jacket. The cooling liquid shall pass about the stator housing in the closed loop system in turbulent flow providing for superior heat transfer. The cooling system shall have one fill port and one drain port integral to the cooling jacket. K. The pump shall be capable of operating in a continuous condition in a liquid with a temperature up to 104°F even when the motor is not submerged. L. The motor shall be capable of no less than 30 evenly spaced starts per hour and be able to operate throughout the entire pump performance curve from shut-off through run-out. M. The stator windings shall be insulated with moisture resistant Class H insulation rated for 356°F. N. Sealing of the pumping unit to the discharge connection shall be accomplished by a machined metal to metal watertight contact. Sealing of the discharge interface with a diaphragm, O-ring or profile gasket will not be acceptable. O. It shall be possible to lift and lower the pumps on parallel guide bars and connect them to wet well mounted discharge connection. There shall be no need for personal to enter the wet well when removing or reinstalling the pumps. P. The pump housing shall be prepared for the assembling of a sump mixing valve. The discharge flange of the pump housing shall be 8”. Q. The junction chamber containing the terminal board shall be hermetically sealed from the motor by an elastomeric compression seal. Connection between the cable conductors and stator leads shall be made with threaded compression type binding posts permanently affixed to a terminal board. The motor and the pump shall be produced by the same manufacturer. R. The motor shall be protected by 3 thermal switches embedded in the stator set to open at 285°F (140°C) and one leakage sensor floating type located in the stator chamber. The sensor and the switches shall be connected to the control panel which shall stop the motor and send an alarm when the sensors are activated. S. The pump shall be Explosion approved according FM CLASS 1. DIV 1 "C" & "D" T. The cable entry shall consist of dual cylindrical elastomer sleeves, flanked by washers, all having a close tolerance fit against the cable and the cable entry. Epoxies, silicones, or other secondary sealing systems shall not be considered acceptable. U. The pump shaft shall rotate on two bearings. Motor bearings shall be permanently grease lubricated and have a nominal L10 lifetime of 50.000 hours. The upper bearing shall be a single deep groove ball bearing. The lower bearing shall be a two row angular contact bearing to compensate for axial thrust and radial forces. Single row lower bearings are not acceptable. V. Each pump shall be provided with a positively driven dual, tandem mechanical shaft seal system consisting of two seal sets, each having an independent spring. The lower primary seal, located between the pump and seal chamber, shall contain one stationary and one positively driven rotating corrosion and abrasion resistant tungsten-carbide ring. The upper secondary seal, located between the seal chamber and the seal inspection chamber shall be a leakage-free seal. The upper seal shall contain one stationary and one positively driven rotating corrosion and abrasion resistant tungsten-carbide seal ring. The rotating seal ring shall have small back-swept grooves laser inscribed upon its face to act as a pump as it rotates, returning any fluid that should enter the dry motor chamber back into the lubricant chamber. All seal rings shall be individual solid sintered rings. Each seal interface shall be held in place by its own spring system. The seals shall not depend upon direction of rotation for sealing. Mounting of the lower seal on the impeller hub is not acceptable. Shaft seals without positively driven rotating members or conventional double mechanical seals containing either a common single or double spring acting between the upper and lower seal faces are not acceptable. The seal springs shall be isolated from the pumped media to prevent materials from packing Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 43 21 39.20 Submersible Non-Clog Pumps 43 21 39.20 - 4 around them, limiting their performance. Any leakage passing the sealing shall not pass the bearings. Before it reaches the bearings the liquid shall create an alarm via the floating leakage sensor. W. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and to provide lubricant expansion capacity. The drain and inspection plug, with positive anti-leak seal shall be easily accessible from the outside. The seal system shall not rely upon the pumped media for lubrication. Seal lubricant shall be non-hazardous. X. Where a seal cavity is present in the seal chamber, the area about the exterior of the lower mechanical seal in the cast iron housing shall have cast in an integral concentric spiral groove. This groove shall protect the seals by causing abrasive particulate entering the seal cavity to be forced out away from the seal due to centrifugal action. Y. The Materials of construction shall be as follows: a. Pump housing: ASTM A-48, Class 35B b. Impeller and insert ring: A 532 ALLOY III A (25% Chrome) c. Cooling jacket: Stainless steel AISI 316 d. Stator housing: ASTM A-48, Class 35B e. Shaft: ASTM A479 S43100-T. f. Shaft seal: Pump side: - Corrosion resistant Tungsten carbide WCCR g. Shaft seal Motor side: - Corrosion resistant Tungsten carbide WCCR Z. All castings must be blasted before coating. All wet surfaces are to be coated with two-pack oxyrane ester Duasolid 50. The total layer thickness should be at least 120 microns. Zink dust primer shall not be used. AA. The motor shall be equipped with 50 feet of screened cable suitable for submersible pump applications. The power cable shall be sized according to NEC and ICEA. The outer jacket of the cable shall be oil resistant chlorinated polyethylene rubber. The cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet. BB. Each completed and assembled pump/motor unit shall undergo the following factory tests at the manufacturer’s plant prior to shipment. The Manufacturer shall provide on demand a copy of his quality control plan for these tests and an ISO 9001 factory certificate: a. Minimum 3-point hydraulic performance test b. No-Leak seal integrity test c. Electrical integrity test 2.2 EQUIPMENT FOR WET WELL INSTALLATION A. For each pump the contractor shall supply and install a discharge connection made of cast iron ASTM A-48, Class 35B. B. The outlet flange of the discharge connection shall be 8” drilled according ANSI B16.1-89; tab.5. C. The pump(s) shall be automatically and firmly connected to the discharge connection, guided by no less than two parallel guide bars extending from the top of the station to the wet well mounted discharge connection. The material of the guide bars shall Stainless steel AISI 316. D. The length of the guide bars shall 18 feet and they shall be fasten at the top of the station with a guide bar holder made of Stainless steel AISI 316. E. For each pump the contractor shall supply and install a cable holder made with 4 hooks of Stainless steel AISI 316. F. There shall be no need for personnel to enter the wet-well. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 43 21 39.20 Submersible Non-Clog Pumps 43 21 39.20 - 5 G. The sealing of the pumping unit to the discharge connection shall be accomplished by a machined metal to metal contact. Sealing of the discharge interface with a diaphragm, O-ring or profile gasket will not be accepted. The entire weight of the pump/motor unit shall be borne by the pump discharge elbow. No portion of the pump/motor unit shall bear on the sump floor directly or on a sump floor mounted stand. 2.3 LIFTING EQUIPMENT FOR PUMPS A. Each pump shall be fitted with 18 feet of stainless steel lifting chain or lifting cable. The working load of the lifting system shall be 50% greater than the pump unit weight. 2.4 SUBMERSIBLE CABLE CONNECTION BOX (INTEX, RALSTON OR SIMILAR) A. The submersible cable of the pump shall be connected to the cable from the Control panel in a floor or wall mounted cable connection box to ease the installation and disassembling of the pumps and keep the submersible cables as short as possible. B. The cable connection box shall be submersible NEMA 6P (IP 68) to secure that no water can enter the motor via the cables even when the complete area is flooded. PART 3 - EXECUTION 3.1 SCOPE A. The work in this section shall include furnishing and placing into operation the monitoring and control panel a pump station with 3 submersible wastewater pumps. B. The controller shall alternate the pumps and operate the pumps at its set duty point. 3.2 RELATED SECTIONS A. SECTION 26 18 39 – MOTOR CONTROL DEVICES B. SECTION 40 05 13 – PROCESS PIPING SYSTEMS C. SECTION 40 05 23 – PROCESS VALVES D. SECTION 40 90 00 – INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS 3.3 REFERENCES A. Electrical work shall be in accordance with Division 16 - Electrical B. UL 508A and 698A C. NFPA 70 - NEC (2017) D. NFPA 820 E. ISA 5.1 and 5.4 3.4 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site per manufacturer’s recommendations. B. Store in a clean, dry space. C. Lift only with lugs provided for the purpose. D. Handle carefully to avoid damage to internal components, enclosure and finish. 3.5 INSTALLATION A. After installation, a pump station start-up shall be performed by the installing contractor under the supervision of the manufacture’s authorized representative 1 day of field service shall be provided by an authorized, factory trained representative of the pump manufacturer. Services shall include, but not be limited to, inspection of the completed pump station installation to ensure that it has been performed in accordance with the manufacturer’s instructions and recommendations, supervision of all field-testing and activation of the Pump Manufacturer’s Warranty. The test shall demonstrate to the satisfaction of the Owner that the equipment meets all specified performance criteria, is properly installed and anchored, and operates smoothly without exceeding the full load amperage rating of the motor. The Contractor shall be responsible for coordinating the required field services with the Pump Manufacturer. B. All electrical work performed shall be in full accordance to the requirements of the Division 16 (Electrical) Specifications. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 43 21 39.20 Submersible Non-Clog Pumps 43 21 39.20 - 6 3.6 WARRANTY A. When installed in accordance with all the provisions of this section, related sections and the supplier’s installation manual, the warranty on the Monitoring and Control equipment shall be 12 months. B. The warranty period shall start from the date of equipment delivery to the job site. PART 4 - PRODUCTS / MONITORING & CONTROL 4.1 MONITORING & CONTROL / PUMP DRIVE (FLYGT SMARTRUN SRC 300 OR EQUIVALENT) A. The station is equipped with 3 pumps. Each pump shall be equipped with a pump drive unit sized to match the submersible electric motor and designed for a power supply from 230-480V 60 Hz 3 phase. B. The pump controller shall provide all level control functionality, hand/auto operation, pump alternation, pump over temperature monitoring, seal leakage monitoring, pump self-cleaning, and pipe cleaning algorithms. The pump drive shall also include capability to monitor station inflow, pump speed and energy consumption in order to automatically operate the pump station at optimal energy efficiency. C. One Pump drive per pump should be used to allow full redundancy and alternation. D. It shall be tested and approved in accordance with international standards, the European safety directive 98/37/EC, the Low Volt-age Directive 2006/95/EC, the EMC Directive 2004/108/EC and in accordance with the European standards: EN 61800-5-1:2003; EN 61800-3; EN 55011:2007; EN60529 and EN 60204-1 E. The software shall be programmed with all parameters and settings pre-configured for an efficient operation. F. It shall be freestanding for wall mounting or cabinet installation construction an equipped with an air ventilated system. G. Without any limitation or derating it shall operate in ambient temperature of up to 40°C (104°F) at an altitude up to 1000m. H. It shall include provision for external communication to higher-level system. Communication shall be via 2-wire RS-485 connection to the pump drive. Communication shall be available as MODBUS RTU. I. Serial communication capabilities shall include, but not be limited to set Start- and stop level, Pump clean interval, speed and ramp times as well as PID control parameters. J. The communication telegram shall include process variable feed-back like Sump level, power (kW), Output speed/frequency, cur-rent (A), % torque, relay outputs, digital inputs and drive status and fault information. K. Following function shall be provided by the equipment: 1. High/Low Level Sump Control: a. The pump drive shall provide automatic level control via means of a submersible pressure transducer (4-20mADC). User-programmable Start Level shall indicate the point at which the pump will start. Upon activation the pump shall run at maximum speed for a pre-determined period, then ramp down to the energy efficient Optimal speed, calculated by the pump drive. When the water level reaches the Stop Level, the pump shall stop. The Optimal Speed shall either be calculated by the pump drive or manually entered by the user. b. In case of high inflow, the pump drive shall increase pump speed until the water level begins to decrease. When the water level reaches the Stop Level, the pump shall stop. c. In case of very high inflow, in a duplex installation, when a single pump is unable to overcome the inflow conditions even at maxi-mum speed, additional pumps shall be activated and run at maxi-mum speed until the Stop Level is reached. If water levels continue to rise, a High Level Alarm shall be activated. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 43 21 39.20 Submersible Non-Clog Pumps 43 21 39.20 - 7 d. The pump drive shall incorporate a Minimum Speed function that prevents the pump from operating at speeds too low to move water based on the pump curve. 2. Run Time Averaging and random start levels: a. The pump drive shall provide capability to balance run times for even wear. This shall be an internal function of the drive and not require external devices, such as an alternating relay. b. Each drive shall determine its own random start level independent of each other. New random start levels shall be determined after each pump cycle. The pump with the lowest random start level shall be first to start on any given pump cycle. The second pump shall remain in Standby capacity in case the lead pump shall not be able to lower the water level as described in the section above. By recalculating the random start levels every pump cycle the operating hours of the pumps shall be balanced and the settling of “Grease-rings” in the station shall be avoided. 3. Pump Cleaning Function: a. The Pump drive shall incorporate a “self-cleaning” function to remove debris from the impeller. The cleaning shall be triggered by following circumstances: • Soft Clogging: When motor current is increasing over a certain period of time defined by the pump supplier. • Hard Clogging: When motor current is increase drastically and pump stops. b. The cleaning function shall consist of forced stopping, reversal and forward runs timed to allow for debris to fall from the impeller. After cleaning cycle is complete, drive shall resume to automatic operation. 4. Sump Cleaning Function: a. The pump drive shall incorporate a sump cleaning function to ensure surface solids and grease is regularly removed from the sump. The sump cleaning function shall perform regularly when enabled by the operator. Sump cleaning shall consist of the following functions: • Sump cleaning is triggered when internal timer expires and during a normal pump down cycle • Pump is automatically ramped to maximum speed • Pump runs at maximum speed for designated time or until the pump are snoring." • When Sump Cleaning is over, the pump is shut off and resumes normal operation. 5. Pipe Cleaning Function: a. The pump drive shall incorporate a pipe cleaning function to avoid discharge pipe sedimentation and clogging due to reduced pump speed. This shall be an automatic feature that initiates with every pump cycle. Upon reaching Pump Start Level, the drive shall operate the pump at 100% speed for a determined time before ramping down to the most energy efficient speed for the duration of the cycle. 6. Energy efficient speed finder: a. The pump drive shall provide a function that automatically calculates the most energy efficient speed for the pump based on station inflow characteristics. The speed shall be constantly adjusted to account for changes of the inflow without requiring operator adjustment. b. This function shall also prevent the drive from running off of the system curve and ensure the maximum hydraulic efficiency. 7. Alarms & Monitoring: a. The pump drive shall provide alarms and monitoring for the drive, pump and sump. Alarms shall be presented on the LCD display, via a Summary Alarm relay and via Modbus registers. All alarms, when occurring, shall remain active until reset. Alarms shall have a built-in 4 second delay to prevent nuisance tripping. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 43 21 39.20 Submersible Non-Clog Pumps 43 21 39.20 - 8 Alarms shall be as follows: 1. Motor monitoring: a. Motor Temperature too high b. Leakage in stator housing 2. Sump monitoring: a. High sump Level (via float switch or transducer) b. transducer sensor error (connection failure, faulty values) 3. Pump drive monitoring: a. overcurrent or overload trip b. over- or under voltage c. ambient or drive temperature too high d. ambient temperature too low. e. input phase loss f. max torque exceeded L. USER UÍNTERFACE 1. The pump drive shall incorporate an (OLED) LCD screen to display drive operating status, alarms, liquid level and parameters. 2. The pump drive shall include 7 pushbuttons with the following functions: Pump Start, Pump Stop, Hand (Manual) Operation, Auto Operation, Menu Access, Increase Value, and Decrease Value. 3. Pump Start Level, Operating Parameter Adjustment and Alarm History shall be accessed via menu structure. Menu shall have at least 2 levels of security, limiting access to qualified personnel only. 4. The LCD screen shall display status information in 4 modes: Off, standby, active auto and active Manual. 5. The information shown shall be as follows: OFF: Firmware name, Status (“STOP”), Rating (kW/hp) STANDBY: Status and Name, Operating Mode, Sump Level Auto/Manual: Status and Name, Operating Mode, Motor Freq. Power, Sump Level, Current 4.2 LEVEL CONTROL (FLYGT ENM 10) A. Each station shall be equipped with 2 Float switches for backup level sump control approved according LVD EN61058. B. CSA approved according Class I Zone 0, Gr. IIC and Div.1 Gr A, B, C&D C. Material of casing: Polypropylene. D. Degree of protection: NEMA 6. E. They shall be applicable for liquids with a density of 0.95 – 1.10 g/cm3. The Level control shall include 40 feet submersible cable. 4.3 LEVEL TRANSMITTER (FLYGT LTU 801) A. Each station shall be equipped 1 Level transmitter approved acc. EN 61000-6-2, EN 61000-6-3, EN 61326-1. It shall be approved for explosive areas according UL Class 1, 2 and 3 Division 1 Group A-D T4/T5/T6 B. Output 4–20 mA direct current, proportional to the measured level. Low supply voltage 8–30 V DC – or battery operation. C. It shall be suitable for waste water with a diaphragm made of ceramic. D. Insulated > 100 MΩ at 500 V DC. Material of sensor body: Ryton PPS. Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 43 21 39.20 Submersible Non-Clog Pumps 43 21 39.20 - 9 E. Degree of protection: Nema 6. F. The transmitter shall include 35 feet submersible cable. 4.4 CABINET A. The Monitoring & Control and the telemetry and variable frequency drives shall be assembled in a cabinet. It shall be made of stainless steel and it shall be prepared for an installation on a concrete pad. B. Beside the Monitoring & Control unit it shall have enough space for the customer-installed telemetry equipment and include. - 1 backup battery for the telemetry unit. - Red-dome style flashing alarm light - Alarm Horn or Bell with Alarm silence button - Intrinsically safe barrier for UL 913 requirements - Anti-condensation heater and thermostat - Generator receptacle and Emergency circuit breaker (walking-beam interlocked with Main breaker) - Enclosure legs - Power switch, which can be locked in the off position by a pad-lock. - 1 light group with socket C. The inner dimension of the cabinet shall reserve at least 10% back panel space for future adjustments. D. All components on the front of the machine should be provided with function plate. PART 5 - EXECUTION 5.1 GENERAL A. Perform installation in accordance with Contract Documents and manufacturers specifications. 5.2 EXAMINATION A. A factory trained technician shall examine the work area prior to beginning work and check the following: 1. The environment is safe to begin working in 2. All surfaces are ready to receive work 3. All tools are in the proper location and are in good condition 4. Grounding of the system 5.3 FIELD QUALITY CONTROL A. The follow field tests shall be performed by a factory trained technician 1. Point to point wiring verification 2. Utility power verification 3. Site acceptance testing 4. System demonstration B. Point to Point I/O Verification 1. After installation of the pumps and the control panel, a factory trained technician shall prepare the I/O checklist. The checklist shall include the following: a. All inputs and outputs connected to the control panel b. All alarms that can be generated by the control panel Martin Luther King Jr Blvd Pump Station & Sanitary Sewer Improvements Oakland County Water Resources Commissioner Section 43 21 39.20 Submersible Non-Clog Pumps 43 21 39.20 - 10 2. The technician shall follow a test procedure to test all I/O and alarms. a. All digital inputs shall be tested from point of origin unless it is unsafe. b. All digital outputs shall be tested by running a simulation test from the controller or by simulating the fault condition. c. All analog inputs shall be tested from the point of origin where possible and by use of a signal generator otherwise. d. All analog outputs shall be tested by running a simulation program or by forcing the output to a value. 3. The technician shall follow a test procedure to ensure the system operation parameters are met. C. Configuration Verification 1. The factory trained technician shall document the settings using a factory provided configuration checklist. Each parameter shall be verified prior to the beginning of testing and then again after testing is completed. 2. The configuration of the pump station manager as well as the IPS gateways shall be documented. 3. The pump station manager configuration shall be saved to a factory provided SD card after testing is completed. 5.4 FACTORY TRAINED SUPERVISION A. The contractor shall procure a factory trained technician to check over equipment prior to putting the equipment into operation. B. Point to point test of all wiring. C. Functional test of all equipment alarms and controls. 5.5 CERTIFICATION OF TESTING A. All tests shall be performed in the presence of a duly authorized representative of the Owner. If the presence is waived, certified results shall be provided by the Contractor. B. Written notice of all tests shall be given two weeks in advance. 5.6 TEST EQUIPMENT A. All test equipment shall be provided by the Contractor. 5.7 TRAINING A. Training shall be a minimum of four (4) hours and cover the complete Pumping System and related controls. B. Instruction material shall be provided for four (4) trainees. END OF SECTION 43 21 39.20 MATERIALS – SANITARY SEWER PIPE SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page MSSP-1 of MSSP-7 Rev. 04/01/2003 TABLE OF CONTENTS 1. TYPES OF PIPE ................................................................................................................................................ 2 2. CONCRETE PIPE .............................................................................................................................................. 2 3. ABS AND PVC TRUSS PIPE ............................................................................................................................ 3 4. ABS AND PVC SOLID WALL PIPE .................................................................................................................. 4 5. TRUSS AND SOLID WALL PLASTIC PIPE JOINTS ....................................................................................... 4 6. TRUSS AND SOLID WALL PLASTIC PIPE CUTTING AND HANDLING ....................................................... 5 7. TESTING ............................................................................................................................................................ 5 8. ALLOWABLE TYPES OF SEWER PIPE ADAPTERS ..................................................................................... 5 9. ALLOWABLE METHODS OF SEWER PIPE CONNECTIONS ........................................................................ 5 10. DUCTILE IRON PIPE ........................................................................................................................................ 5 11. HIGH DENSITY POLYETHYLENE PIPE .......................................................................................................... 6 12. EPOXY COATING OF PIPE AND STRUCTURES ........................................................................................... 7 MATERIALS – SANITARY SEWER PIPE SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page MSSP-2 of MSSP-7 Rev. 04/01/2003 1. TYPES OF PIPE a. The various types of pipe are shown on the drawings or specified in the supplemental specifications. Sanitary sewer pipe shall be designed for air testing. b. All sewer pipe used in this work shall meet the current requirements of the American Society for Testing and Materials (ASTM), or American Water Works Association, as follows: (1) ABS Composite (Truss) Pipe - ASTM D-2680 (2) ABS Solid Wall Plastic Pipe - ASTM D-2751, SDR 23.5 (3) PVC Composite (Truss) Pipe - ASTM D-2680 (4) PVC Solid Wall Plastic Pipe - ASTM D-3034, SDR 26 or 35 (5) PVC Solid Wall Plastic Pipe - ASTM D-2665, Sch. 40 (6) Reinforced Concrete Sewer Pipe - ASTM C76 with Type I, IA, IP, II or IIA Cement (7) Ductile Iron Pipe - AWWA C 104/A 21, 4, Class 54 (8) High Density Polyethylene Pipe - ASTM F714, ASTM D 3350, material cell classification 345434C, material designation PE 3408 (Plastic Pipe Institute) c. All pipes shall have class and date of manufacture conspicuously marked on each length by the manufacturer. In addition, the lot number shall similarly be marked on all concrete and reinforced concrete pipe. d. One or more types of sewer pipe and joint have been shown on the plans. Unless otherwise specified, any of the type of sewer pipe or joints listed below may only be used upon approval of the Engineer, provided the pipe strength is equal to or exceeds that of the pipe shown on the plans. 2. CONCRETE PIPE a. Reinforced Concrete Pipe ASTM C76 with Type I, IA, IP, II or IIA Cement, Wall Thickness B (1) Reinforced concrete pipe, unless otherwise specified, shall conform to the current specifications of ASTM Designation C76 - Reinforced Concrete Sewer Pipe. Pipe up to and including thirty-six (36) inches in diameter shall be accepted on the basis of 3-edge bearing tests, material tests and inspection of manufactured pipe for defects and imperfections. The test specimen pipe which exceeds the ASTM specified minimum 0.01 inch crack requirement by 20%, without cracking, may be accepted for use. Manufactures shall supply certifications of conformance to ASTM standards for cement, steel reinforcement and aggregates for the concrete pipe may be accepted in lieu of performance testing by the testing laboratory. Absorption tests will be waived provided the test 0.01 inch crack load exceeds the ASTM minimum 0.01 crack load by 20%, without cracking; otherwise, absorption tests will be conducted as set forth in the current applicable ASTM standards. Inspection shall include checking for the proper amount and placement of steel reinforcement. The bell and tongue of each pipe shall be gauged for conformance to the manufacturer's dimension and tolerance for the particular joint configuration supplied. (2) Pipe larger than thirty-six (36) inches in diameter shall be accepted on the same basis as set forth in the proceeding paragraph except that in lieu of 3-edge bearing tests, the design concrete strength may be tested by performing compression tests on either standard rodded concrete cylinders or cylinders compacted and cured in like manner as the pipe or, where permitted by the Engineer, on cores drilled from the wall of the pipe. MATERIALS – SANITARY SEWER PIPE SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page MSSP-3 of MSSP-7 Rev. 04/01/2003 b. Reinforced Concrete Low-Head Pressure Pipe ASTM C361 Reinforced concrete pressure pipe, when specified, shall conform to ASTM Designation C361 - Reinforced Concrete Low-Head Pressure Pipe. Acceptability of the pipe in all diameters and classes shall be determined by the results of 3-edge bearing tests , hydrostatic pressure, and joint leaking tests, and by inspection during and after manufacture to determine whether the pipe conforms to the applicable ASTM Standards as to design and freedom from defects. Certificate of conformance to ASTM Standards by the supplier of cement, steel reinforcement and aggregates for concrete pipe may be accepted in lieu of performance tests by the testing laboratory. c. Concrete Pipe Joints Joints for concrete pipe noted above in a. and b., unless otherwise specified, shall be modified tongue and groove joints and shall conform to ASTM C361 with the following stipulations and exceptions: (1) Gaskets shall be synthetic rubber only. Natural rubber gaskets are not acceptable. (2) Gaskets shall conform to the requirements of ASTM C361. (3) The Engineer must approve alternate joint designs. 3. ABS AND PVC TRUSS PIPE a. Truss Pipe and Fittings shall be as described under ASTM Designation D-2680, Standard Specification for Acrylonitrile-Butadiene-Styrene (ABS), and Poly (vinyl chloride) (PVC) Composite Sewer Piping. Appendix X1 of said specification shall be as modified by the bedding requirements outlined in Section 5. b. All pipe shall be certified by the manufacturer to meet applicable ASTM specification requirements. Certification forms, together with a report of the test results, shall be provided the inspector with pipe deliveries and copies shall be forwarded to the Engineer or Owner. Certification forms shall include project name, location, contractor and test lot number. Lot sizes shall be acceptable to the Engineer. c. All pipe fittings shall be suitably marked to provide manufacturer's name, lot or production number. ASTM Designation, ABS, nominal diameter, and SDR number, where applicable. Fittings, however, need not contain lot or production number. Pipe shall have a "home" mark. Truss Pipe with an absence of filler material at the ends greater than one-fourth (1/4) inch deep shall be subject to rejection or acceptable repair. d. All standard Oakland County Water Resources Commissioner specifications and details shall apply to this work except where covered otherwise by these supplemental specifications. Oakland County Water Resources Commissioner air test requirements shall be met. Water Resources Commissioner approved flexible manhole joints shall be used. To maintain the flexibility of the pipe materials, concrete encasement of drop connections shall not be used. Where adapters to other materials are required, only approved adapters and joints may be used. Where connections are made to existing manholes, a rubber waterstop shall be used around the pipe. MATERIALS – SANITARY SEWER PIPE SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page MSSP-4 of MSSP-7 Rev. 04/01/2003 4. ABS AND PVC SOLID WALL PIPE a. PVC Pipe and Fittings shall be as described under ASTM Designation D-3034, SDR 26 or 35, ASTM D-2751, SDR 23.5, or ASTM D-2665, Sch. 40 Standard Specification for Type PSM Polyvinyl Chloride Sewer Pipe and Fittings, minimum wall thickness shall be SDR 35. b. ABS pipe and fittings for six (6) inch house connection sewers shall be SDR 23.5 for depths over 16’, SDR 35 where the depth does not exceed 16', conforming to ASTM Designation D-2751, Standard Specification for Acrylonitrile-Butadiene-Styrene (ABS) Sewer Pipe and Fittings. c. PVC Materials: Pipe and Fittings shall be made of PVC plastic having a cell classification of 12454-B or 12454-C as defined in Specification D-1784. d. The manufacturer to meet the applicable ASTM specification requirements shall certify all pipes. Certification forms, together with a report of the test results shall be provided the construction inspector with pipe deliveries and copies shall be forwarded to the Engineer or Owner. Certification forms shall include project name, location, contractor and test lot number. Lot sizes shall be acceptable to the Engineer. e. All pipe and fittings shall be suitably marked to provide manufacturer's name or trademark, lot or production number, ASTM designation, PVC cell classification, SDR number and nominal diameter. Fittings, however, need not contain lot number, cell classification or SDR number. Pipe shall have a "home mark". f. All standard Oakland County Water Resources Commissioner specifications and details shall apply to this work except where covered otherwise in the supplemental specifications. Oakland County Water Resources Commissioner air test requirements shall be met. Water Resources Commissioner approved flexible manhole joints shall be used. To maintain the flexibility of the pipe materials, concrete encasement of drop connections shall not be used. Where adapters to other materials are required, only approved adapters and joints may be used. 5. TRUSS AND SOLID WALL PLASTIC PIPE JOINTS a. Joints for truss and solid wall ABS pipe shall be sleeve coupling type "SC" chemically welded joint as specified in ASTM D-2235. b. Joints for truss and solid wall PVC pipe shall be of the elastomeric gasket push-on type joint as specified in ASTM D-3212. Gasket joints shall be installed in accordance with procedures specified by the pipe manufacturer. Care should be taken to insure that all joints are pushed to the full home position and held tightly in home position during any grade or line adjustments. c. For joint compatibility, house lead pipe material shall be the same as sewer pipe material. MATERIALS – SANITARY SEWER PIPE SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page MSSP-5 of MSSP-7 Rev. 04/01/2003 6. TRUSS AND SOLID WALL PLASTIC PIPE CUTTING AND HANDLING a. Cutting of pipe lengths, where required, shall be performed by the use of tools or equipment that will provide a neat, perpendicular cut without damage to the plastic. All burrs shall be removed by the use of a file, knife or abrasive paper. Spigot ends on cut pipe shall be beveled similar to factory beveling to prevent gasket damage. b. Bowing or warping of plastic pipe can occur with temperature fluctuations. The Contractor shall store and protect the pipe to minimize bowing. Nominal pipe lengths of ten (10) feet, twelve (12) feet six (6) inches, or twenty (20) feet having deviations from straight greater than one (1) inch shall not be used. 7. TESTING All sewer pipe and joints shall be capable of meeting the requirements of air testing and infiltration testing as set forth elsewhere in these Contract Documents. 8. ALLOWABLE TYPES OF SEWER PIPE ADAPTERS a. Fernco Donuts b. Fernco Flexible Coupling c. Mission Clay Band - Seal Coupling d. Smith-Blair Stainless Steel Repair Clamp e. Plant Fabricated Joint Conversion Pipe f. Or Approved Equal by the Engineer 9. ALLOWABLE METHODS OF SEWER PIPE CONNECTIONS a. Cast iron, cast aluminum or plastic premium joint saddle, shewer tap or equal. To be inserted in machine-drilled hole designed for the particular saddle. b. Taps to existing manholes shall be made by coring. The contractor shall place a KOR-N- SEAL boot (or WRC approved equal) after coring is completed. Blind drilling will not be permitted in lieu of coring. 10. DUCTILE IRON PIPE a. Pipe The ductile iron pipe to be furnished, delivered and installed under this specification shall conform in all respects with the requirements of the current American National Standards Institute for "Ductile-Iron-Pipe, centrifugally cast in Metal or Sand-Lined Molds for Water or Other Liquids". The manufacturer shall furnish a sworn statement as described in ANSI/AWWA A21.52/C-151. MATERIALS – SANITARY SEWER PIPE SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page MSSP-6 of MSSP-7 Rev. 04/01/2003 b. Joints Push-on and mechanical type joints shall be in accordance with the current standard for "Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings" (ANSI/AWWA A21.11/C- 111). Bolts and nuts for Mechanical Joints shall be of high strength low alloy steel conforming to the characteristics listed in this standard. All bolts in contact with soil shall be cor-ten t-bolts or equal. Flanged joints, when and where approved, shall be in conformity with the requirements of the current standard for "Ductile Iron Flanges and Flanged Fittings", Class 125, (ANSI/AWWA A21.15/C-115). Flanged faces, except stainless steel, shall be coated with a rust inhibitor immediately after drilling. Flanged joints shall be made with single piece full- face rubber gaskets 1/8 inch thick or as approved by the engineer. Flanges shall be firmly bolted with machine, stud or tap bolts of the proper size and number meeting the requirements of ASTM A-307 Grade B. Joints made with bolts or bolt studs shall have a nut on each side. Bolt projection through nuts shall be equal, and where studs are used, bolt projection on each side of the flange shall be equal. All nuts and bolts shall be cadmium plated or hot-dip galvanized except on stainless steel flanges shall be 316L stainless steel. All bolts shall be coated with anti-seize compound prior to assembly. c. Fittings Gray Iron Full Body Fittings - 2" through 36" Fittings shall be gray or ductile iron clay 250 minimum and in conformity with the requirements of the ANSI/AWWA A21.10/C-110 and ANSI/AWWA A21.11/C-111. Ductile Iron Short Body Fittings - 3" through 24" Ductile Iron Fittings shall be Class 350 minimum and in conformity with the requirements of the ANSI/AWWA C153/A21.53-94 and ANSI/AWWA C111/A21.11. The working pressure rating shall be 350 p.s.i. Coatings - Interior and exterior coatings shall conform to AWWA C-110. Cement mortar lining is not required unless specified. Markings - The manufacturer's mark, nominal diameter of openings and the number of degrees in fractions of a circle on all bends, shall be distinctly cast on the fittings. The pressure rating shall be distinctly marked on the fitting. 11. HIGH DENSITY POLYETHYLENE PIPE a. Mainline Pipe: ASTM D 3035, SDR-11, Pressure Rating 160 psi b. Services: ASTM D 3035, SDR-9, Pressure Rating 200 psi c. Material Designation Code: PE 3408 d. Joints: Heat Fusion Bonding, ASTM D 2657 e. Flange Adapters – Stub Ends: Butt Heat Fusion Bonded MATERIALS – SANITARY SEWER PIPE SPECIFICATIONS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page MSSP-7 of MSSP-7 Rev. 04/01/2003 12. EPOXY COATING OF PIPE AND STRUCTURES a. When required, a minimum coating (or lining) of thirty (30) dry mils of coal tar epoxy shall be applied to the inner surfaces of concrete pipe, sanitary manholes or junction chambers. The Contractor, or manufacturer, shall apply the epoxy in one coat (a prime coat is also allowed) after preparing the concrete surface by sandblasting and dust removal or as otherwise recommended by the manufacturer of the epoxy. The epoxy shall be applied to dry concrete surfaces and dry cured for a minimum of seventy-two (72) hours at fifty (50) degrees F. b. The coal tar epoxy shall be CTE-200 manufactured by Wise Chemical Company of Pittsburgh, Pennsylvania, or equal. c. The Contractor shall repair any damaged or missing epoxy on precast products prior to installation. d. The Contract Documents shall indicate what portions of concrete pipe barrel inside surface shall be coated. Normally, the entire interior surface shall be coated. e. When specified, the exposed interior surface of manholes, including base and risers, shall be coated. Unless otherwise noted, the base, roof, interior walls and manhole riser sections in junction chambers shall all be coated. SPECIFICATIONS FOR COLOR AUDIO-VIDEO RECORDING OF CONSTRUCTION AREAS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page 1 of 5 11/3/2015 1. QUALIFICATIONS The pre-construction digital versatile disk (DVD) documentation shall be done by a responsible commercial firm known to be skilled and regularly engaged in the business of color audio-video construction documentation. The firm shall furnish such information as the Owner deems necessary to determine the ability of that firm to perform the work in accordance with contract specifications. This information may include a complete history of all construction work experience. 2. CONTRACTOR'S RESPONSIBILITIES The Contractor shall provide all labor, materials, equipment, services and perform all operations necessary to furnish to the Owner a complete color audio-video recording of the surface features within the proposed construction zone of influence including access roads and haul routes. This record shall include, but not be limited to, all audio-videos, DVD storage cases, index labels and logs. The purpose of this coverage shall be to accurately document the pre-construction condition of these surface features. a. Coverage The recordings shall include coverage of all surface features located within the construction zone of influence. The construction zone of influence shall be defined (1) as the area within the permanent and temporary easements and areas adjacent to these easements which may be affected by routine construction operations; (2) road R.O.W. (3) as directed by the Owner. The surface features within the construction zone of influence shall include, but not be limited to, all roadways, pavements, curbs, driveways, sidewalks, culverts, headwalls, retaining walls, buildings, landscaping, trees, shrubbery and fences. Of particular concern shall be the existence or non- existence of any faults, fractures or defects. Houses and buildings shall be identified visually by house or building number, when possible, in such manner that the progress of the recording and proposed construction areas may be located by reference to the house and buildings. b. Recording Operation The operator in charge must have experience on at least 25 miles preconstruction work and/or other similar construction work. Apprentice operators may not assume control over any work, but must, in the course of their duties, be continuously supervised by an experienced operator. c. Recording Schedule The recording shall be performed prior to the placement of any construction materials or equipment on the proposed construction site. SPECIFICATIONS FOR COLOR AUDIO-VIDEO RECORDING OF CONSTRUCTION AREAS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page 2 of 5 11/3/2015 d. Delivery The Contractor shall deliver the DVD recordings to the Owner upon their completion as a whole; or upon request of the Owner, deliver specific DVD recordings of any area to the Owner upon their completion. Upon delivery of the DVDs, transfer of ownership of those DVDs shall be made to the Owner. e. Unacceptable Documentation The Owner shall have the authority to reject all or any portion of the DVD documentation not conforming to specifications. Those rejected portions shall be re-done at no additional cost to the Owner. f. Documentation Additions and Omissions The Owner shall have the authority to designate what areas may be added to or omitted from DVD documentation. g. Specification Deviations Any deviation from these specifications must have the written approval of the Owner/Engineer. 3. PROCEDURAL REQUIREMENTS The following procedures shall be implemented in the production of pre-construction color audio-DVD documentation. Above all, the documentation shall be executed in a conscientious and professional manner to assure the end product's maximum usefulness to the Owner. a. The coverage shall consist of a single, continuous, unedited recording which begins at one end of a particular construction area and continues to the other end of that construction area. However, where coverage is required in areas not accessible by conventional wheeled vehicles and smooth transport of the recording system is not possible, such coverage shall consist of an organized, interrelated sequence of recordings at various positions along that construction area. b. The DVD shall be divided into chapters with a maximum of 10 stations (1,000’) per chapter. c. Vehicle Rate of Travel - The vehicle rate of travel shall be indirectly proportional to the number, size and value of the surface features within that construction area's zone of influence. The following table classifies typical areas and sets the maximum average rates of travel in those areas, shall be used to establish approximate limits on actual average rates of travel: SPECIFICATIONS FOR COLOR AUDIO-VIDEO RECORDING OF CONSTRUCTION AREAS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page 3 of 5 11/3/2015 RATE OF TRAVEL AREA RATE MAX. TYPICALLY CHARACTERIZED BY AVG. (1) High Density (e.g. developed subdivision) hard surface streets, curbs, drives & sidewalks; 50' lots; very few empty lots 30 ft/min. (2) Med. Density (e.g. partially developed subdivision) gravel roads, hard & soft surface drives, no sidewalks culverts and headwalls, 100' lots, few empty lots 60 ft/min. (3) Low Density (e.g. Suburban fringe) gravel roads, small fields or woods, occasional houses 90 ft/min. (4) Extra Low Density (e.g. rural) gravel roads, large fields, sparse number of houses 120 ft/min. d. Visibility - All recording shall be performed during times of good visibility. No recording shall be done during period of significant precipitation, mist or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. No recording shall be performed when more than 10% of the ground area is covered with snow, unless otherwise authorized by the Owner, 4. TECHNICAL REQUIREMENTS The total audio-video recording system and the procedures employed in its use shall be such as to produce a finished product that will fulfill the technical requirements of the project as well as those more subjective requirements of high quality audio and video production. The video portion of the recording shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls, or any other form of picture imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity and be free from distortion. a. Recording System (1) DVD The DVD used for the recordings shall be professional quality 12 cm color DVD media that conforms to either DVD-R or DVD+R recording standards using high quality DVD video and audio bitrates. No DVD’s used for any previous recording will be used except when furnished by the Owner. The recorded DVDs shall be compatible for playback with any standard DVD-R or DVD+R player. SPECIFICATIONS FOR COLOR AUDIO-VIDEO RECORDING OF CONSTRUCTION AREAS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page 4 of 5 11/3/2015 (2) Recorder All video recordings must, by electronic means, display continuously and simultaneously generated transparent digital information to include the date the time of recording, the engineering stationing corresponding to the stationing on the plans or as directed by the engineer, the name of the street, easement or building being documented, the project and time to appear in the upper left hand corner of the picture. Example: N on First Street W/E 84 + 20 (3) Audio Record There shall be a corresponding and simultaneously recorded audio recording. This audio recording, containing the commentary of the camera operator, shall assist the viewer orientation and in any needed identification, differentiation, clarification or objective description of the structures being shown in the video portion of the recording. The audio recording shall be free of any other voice communication. At the start of production and the beginning of a new street, an identification summary shall be read into the record while at the same time a wide angle view with numeric displays is provided for facial record. Summary to include: DVD Number, Name of Job, Location of Job, Positional Location at start of job date, time, weather and other notable conditions. (4) Camera The color video camera used in the recording system shall have a horizontal resolution of 300 lines at center, a luminance signal to noise ratio of 45db, and a minimum illumination requirement of 25 foot-candles. Camera to be adjusted to factory specifications and f-stop adjusted to optimum contrast. White balance pedestal, level and sync must be adjusted for factory recommended optimum performance under environmental conditions. a. Camera Height and Stability When conventional wheeled vehicles are used as conveyances for the recording system, the distance between the camera lens and the ground shall be not less than 12 feet. The camera shall be firmly mounted, such that transport of the camera during the recording process will not cause an unsteady picture. b. Camera Control Camera pan, tilt, zoom-in, and zoom-out rates shall be sufficiently controlled such that recorded objects will be clearly viewed during DVD playback. In addition, all other camera and recording system controls, such as lens focus and aperture, video level, pedestal, chrome, white balance and electrical focus, shall be properly controlled or adjusted to maximize recorded picture quality. SPECIFICATIONS FOR COLOR AUDIO-VIDEO RECORDING OF CONSTRUCTION AREAS JIM NASH OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page 5 of 5 11/3/2015 (1) A wide angle of area will be shown first, then a series of pans, zooms and tilts as may be necessary to accomplish a comprehensive view. Close-ups will be utilized as necessary to insure sufficient detail of items of interest. Progress shall continue linearly along the field of view, for example, one side of roadway must be completed before commencing recording of the opposite side. (2) Camera pans and tilts to be no faster than 90 degrees of arc in a five-second interval, or slower, to assure maximum clarity of scene detail. (3) Camera zoom to be no faster than a doubling of focal distance within a 1/2 second interval, or slower. Zoom is capable of 17 to 120 mm, then the minimum time to perform a full zoom is 3/5 seconds. (4) Each item of interest shall be clearly indicated in the video record for sufficient time to permit audio discussion and viewer comprehension. (5) DVD Indexing a. DVD Identification All DVDs and their storage cases shall be properly identified by DVD index number, project title and general project location. b. DVD Logs Displayed on the storage case of each DVD shall be a log of that DVD's contents. That log shall describe the various segments of coverage contained on that DVD in terms of the chapters, names and sides of the streets or easements, coverage beginning, direction and endpoints, with corresponding DVD layer counter numbers. c. Cumulative Index A cumulative alphabetical index correlating the various segments of coverage to their corresponding DVDs shall be supplied to the Owner. All equipment, accessories and materials to perform this service shall be furnished by the Contractor, except the plans of the proposed area to be televised, which are furnished by the engineer. Measurement will be based on the number of lineal feet of proposed pipe installation including manholes measured horizontally on the centerline thereof as indicated on the contract drawings. ***END OF SECTION*** SPECIAL PROVISION FOR PERMIT FEE ALLOWANCE 1 of 1 NFE: JDK 2023-12-14 Description The contractor shall be responsible for securing and paying for any and all permits associated with this project. Permits may include, but are not limited to: Oakland County Soil Erosion and Sediment Control (SESC) Road Commission for Oakland County Traffic Control City of Pontiac Traffic Control Michigan Department of Transportation Traffic Control Measurement and Basis of Payment The completed work shall be paid for at the contract unit price. Contractor must provide engineer with proof of payment of permit fees. Item Unit Permit Fee Allowance Dlrs Form DC–699 HYDRANT METER PERMIT Permit  HMXXXXX  OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page 1 of 2 8/28/15   APPLICANT INFORMATION  Date:  Name:  Company:  Mailing Address – Street Address:  Mailing Address ‐ City, State, Zip:  Phone:  Email:  Hydrant Location:    What will the hydrant water be used for? This permit is valid only for the use identified.   Options:   City Authorized Demolition Contractor – May be used at multiple locations. List of addresses  shall be provided.     City Authorized Festival such as Dream Cruise.  One location.  Address to be provided.   Construction – One location.  Address to be provided. Subject to WRC discretion.    TERMS AND CONDITIONS:    1. Hydrant permit must be kept onsite and provided upon request.  2. Permit authorizes the use of the hydrant in front of the above designated hydrant location only.  3. Applicant must obtain a meter and backflow preventer from WRC for use at all times while  operating the hydrant.  4. A backflow preventer must be tested by a certified tester once installed and documentation must be  provided to WRC prior to using hydrant.  5. Contractor applicant certifies that their staff will be trained in the proper operation of a fire hydrant.  6. Applicant will be responsible for any and all damage to private or public property as a result of  operating the hydrant. Applicant will be responsible for any damage to the hydrant itself. If any  damage is caused to the hydrant, WRC will repair/replace the hydrant and bill the applicant for the  cost incurred. Applicant will be charged for replacement meter or repairs in the event that the  meter is damaged, stolen or lost. The cost of restoring any damage, including total replacement,  shall be determined by the WRC and its computation of costs and expenses shall be definite, final  and conclusive. Damages may be deducted from the applicant’s permit deposit by the WRC without  notice.  7. If there is any evidence of hydrant meter tampering or damage to the hydrant meter prohibiting  WRC to accurately determine the amount of water used, at WRC’s discretion, per day charges will  be assessed for the entire term of the permit.  8. No hydrant use is permitted when temperature is below 38 degrees Fahrenheit.  9. The Fire Department or WRC access to the hydrant must be unobstructed at all times.  10. If the hydrant is not operating properly, contact WRC at 248‐858‐4318 for assistance. Do not  attempt to repair the hydrant.   11. Do not impact traffic or create an unsafe condition for water customers, pedestrians, motorists, or  any other person.      Form DC–699 HYDRANT METER PERMIT Permit  HMXXXXX  OAKLAND COUNTY WATER RESOURCES COMMISSIONER Page 2 of 2 8/28/15   12. Pump Down Daily ‐ $75 fee per hydrant if WRC has to pump down hydrant.  13. This permit is effective until expiration date.  Any subsequent use is subject to $75/day fee.  14. This permit may be revoked at any time at WRC’s sole and absolute discretion.  15. Food operators are required to use food‐grade hoses for water.  Concession trailers that are  connected to the water supply will also have a backflow prevention device on the water line coming  into the trailer.     Failure to follow these terms and conditions could result in penalties for unauthorized hydrant usage.      Hydrant Use Instructions    Applicant agrees to abide by the following Hydrant Use Instructions.    To Open:   Make sure hydrant is off by turning operating nut in direction shown   Remove cap   Open hydrant slowly and flush until water is clear   Slowly close hydrant   Connect backflow preventer, meter and hoses   Reopen hydrant slowly using operating nut   In case of problems contact maintenance    To Close:   When finished, slowly close hydrant using operating nut   Remove hoses, meter and backflow preventer   Pump down hydrant   Replace cap   Contact Water Maintenance at 248‐858‐4318 for Inspection    The undersigned applicant owner or authorized representative accepts responsibility for payment of all  charges for water services provided by the Oakland County Water Resources Commissioner’s office and  agrees to comply with all WRC regulations governing such services as outlined above in the WRC  Hydrant Use Permit.    Signature:        Date:           DO NOT WRITE BELOW THIS LINE FOR OFFICIAL USE ONLY    Reviewed By:       Date:    Approved      Disapproved    Authorized Official’s Signature:       Fee:            This permit is valid for the period of ___________________________ through ________________________________________    Meter Serial #       Backflow Device Serial #           Appendix A Table of Contents Supplemental Phase II Environmental Site Assessment and Recommendations..................... 1-112 Testing Engineers & Consultants, Inc. PHASE I I ESA NOWAK & FRAUS ENGINEERS 46777 WOODWARD AVE PONTIAC, MI 48342 SUPPLEMENTAL PHASE II ENVIRONMENTAL SITE ASSESSMENT SEWER PROJECT FEATHERSTONE ST & MARTIN LUTHER KING JR BLVD N PONTIAC, MI 48342 TEC REPORT 63166-02 Submitted by: TESTING ENGINEERS & CONSULTANTS, INC. Street/Courier: 1343 ROCHESTER RD, TROY, MI 48083-6015 Mailing:PO BOX 249,TROY, MI 48099-0249 (248) 588-6200 www.testingengineers.com July 21, 2023 This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. 1343 Rochester Rd • Troy, MI 48083-6015 (Delivery) PO Box 249 • Troy, MI 48099-0249 (Mailing) (248) 588-6200 or (313) T-E-S-T-I-N-G • Fax (248) 588-6232 www.testingengineers.com Copyright 2007 Testing Engineers & Consultants, Inc. All rights reserved. All services undertaken are subject to the following policy. Reports are submitted for exclusive use of the clients to whom they are addressed. Their significance is subject to the adequacy and representative character of the samples and the comprehensiveness of the tests, examinations and surveys made. No quotation from reports or use of TEC’s name is permitted except as expressly authorized by TEC in writing. CONSULTING ENGINEERS & FULL-SERVICE PROFESSIONAL TESTING AND INSPECTION OFFICES IN DETROIT, DETROIT, AND TROY FOUNDED IN 1966 July 21, 2023 TEC Project 63166-02 Mr. Chad Findley, PE, PS, Managing Partner email: cfindley@nfe-engr.com Nowak & Fraus Engineers tel: 248.332.7931 46777 Woodward Ave, Pontiac, MI 48342 RE:Professional Services Supplemental Phase II Environmental Site Assessment Sewer Project Featherstone Rd & Martin Luther King Jr Blvd N, Pontiac, MI Dear Mr.Findley: Testing Engineers & Consultants, Inc. (TEC) has completed the Supplemental Phase II Environmental Site Assessment (ESA) at the above referenced property located in Pontiac, Oakland County, Michigan (Subject Property).Our findings are enclosed in the following report. It has been our pleasure to provide this service for you. Should you have any questions or desire further information, please do not hesitate to call us at (248) 588-6200. Respectfully submitted, TESTING ENGINEERS & CONSULTANTS, INC. Andrew Temerowski, EP Donald C. Kaylor, PG (IN, TN), EP Environmental Scientist Manager, Environmental Assessment This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. SUPPLEMENTAL PHASE II ESA TEC REPORT 63166-02 FEATHERSTONE ST &MARTIN LUTHER KING JR BLVD N JULY 21,2023 PONTIAC,MI TABLE OF CONTENTS EXECUTIVE SUMMARY ........................................................................................................i RELIANCE ...........................................................................................................................iii LIMITATIONS AND EXCEPTIONS ......................................................................................iii 1.0 INTRODUCTION ..........................................................................................................1 2.0 FIELD ACTIVITIES.......................................................................................................2 2.1 SCOPE OF WORK .......................................................................................................2 2.2 SOIL SAMPLING ..........................................................................................................2 2.3 GROUNDWATER SAMPLING .....................................................................................3 3.0 LABORATORY ANALYSIS .........................................................................................3 3.1 ANALYTICAL SCOPE OF WORK .................................................................................3 3.2 ANALYTICAL RESULTS ..............................................................................................4 4.0 FINDINGS AND CONCLUSIONS ................................................................................5 4.1 FINDINGS ....................................................................................................................5 4.2 CONCLUSIONS ...........................................................................................................7 LIST OF FIGURES FIGURE 1 SUBJECT PROPERTY LOCATION FIGURE 2 SUBJECT PROPERTY FEATURES FIGURE 3 SAMPLE LOCATIONS FIGURE 4 SAMPLE LOCATIONS WITH EXCEEDANCES LIST OF TABLES TABLE 1 SUMMARY OF SOIL ANALYTICAL RESULTS TABLE 2 SUMMARY OF PFAS ANALYTICAL RESULTS LIST OF APPENDICES APPENDIX A TEC RESUMES APPENDIX B SOIL BORING LOGS APPENDIX C LABORATORY ANALYTICAL REPORTS This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. SUPPLEMENTAL PHASE II ESA TEC REPORT 63166-02 FEATHERSTONE ST &MARTIN LUTHER KING JR BLVD N JULY 21,2023 PONTIAC,MI PAGE i of iv EXECUTIVE SUMMARY Testing Engineers & Consultants, Inc. (TEC) was retained by Nowak & Fraus Engineers (Client) to perform a Supplemental Phase II Environmental Site Assessment (ESA) at 1030 & 1220 Featherstone Street and along the rights-of-way of Martin Luther King Jr Boulevard North, Pontiac, Oakland County, Michigan (Subject Property).Refer to Figure 1 for Subject Property locations. TEC previously completed a Phase I ESA for a portion of the current Subject Property, report dated August 17, 2022.The Phase I ESA revealed no evidence of recognized environmental conditions (RECs) in connection with the Subject Property except for the following: “A portion of the Subject Property had been occupied by a sewage disposal and garbage incinerator plant from at least 1931 through 1950 and a sewage treatment plant from 1960 through present.The Subject Property was also reportedly used as a sludge drying bed in the early 1900s through the 1960s. The likely presence of contamination from historical releases and lack of data regarding potential adverse impacts to the Subject Property is an REC. The Subject Property is located in an area of environmental concern due to the long-time presence of multiple auto service/filling station entities and a BEA property adjoining (to the east and west) to the Subject Property. The location of the Subject Property in relation to these multiple current and historical properties with known or likely contamination is a vapor encroachment condition (VEC) and an REC.” To evaluate the RECs, TEC completed a Phase II ESA at the Subject Property, reported dated February 8, 2023.In summary, based on the results and the evaluation of the laboratory data collected during the Phase II ESA, the detected contaminants can be used to conclude that the Subject Property is or contains a “Facility” or is or contains a “Property”(defined by Michigan’s cleanup programs as any area, place, or property where a hazardous substance in excess of the established state cleanup standard for residential property has been released, deposited, disposed of, or otherwise comes to be) per Part 201 or Part 213 of the Natural Resources and Environmental Protection Act, Public Act 451 of 1994, as amended. The February 8, 2023 Phase II ESA is presented under separate cover. TEC was requested by the client to evaluate an alternative route along the rights-of-way of Martin Luther King Jr Boulevard North and two locations at 1030 and 1220 Featherstone Street for a sewer pipe rehab. To evaluate the RECs and additional locations, TEC completed a Supplemental Phase II ESA at the Subject Property. The subsurface portion of the investigation consisted of the advancement of six soil borings within the Subject Property to a maximum depth of approximately 20 feet below ground surface (bgs), and the collection/laboratory analysis of eight soil samples and one groundwater sample to evaluate subsurface conditions.One soil sample from each of soil borings SB-13 through SB-16 from along the rights-of-way of Martin Luther This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. SUPPLEMENTAL PHASE II ESA TEC REPORT 63166-02 FEATHERSTONE ST &MARTIN LUTHER KING JR BLVD N JULY 21,2023 PONTIAC,MI PAGE ii of iv King Jr Boulevard North portion of the Subject Property were analyzed for volatile organic compounds (VOCs),polynuclear aromatics (PNAs), 10 Michigan metals (arsenic, barium, cadmium, chromium, copper, lead, mercury, selenium, silver, and zinc), and perfluoroalkyl and polyfluoroalkyl substances (PFAS).Two soil samples from each of soil borings SB-17 and SB- 18 from the 1030 and 1220 Featherstone Street portions of the Subject Property were sampled for VOCs, PNAs,10 Michigan metals,and PFAS. The groundwater sample was collected from SB-18 and was analyzed for VOCs, PNAs,and PFAS.Refer to Figures 3a and 3b for sample locations. Findings Subsurface soil conditions encountered generally consisted of asphalt/concrete, gravel, or brown sandy topsoil followed by a fill of brown to dark brown clayey silt and sand with some organics to a depth of 12 feet bgs underlain by brown to gray sand with gravel to a maximum depth explored of approximately 20 feet bgs. No elevated photoionization detector readings were detected in the soil borings. In general, fill soils consisting of brown to dark brown clayey silt and sand with some organics were observed to a depth of 12 feet bgs. VOCs and PNAs were not detected at concentrations above the laboratory method detection limits (MDLs) in the groundwater sample. Multiple VOCs and PNAs were detected at concentrations above the laboratory MDLs in three soil samples collected from SB-13, SB-14,and SB-12 (1 to 7 feet)of the six soil borings. However, the concentrations did not exceed criteria or screening levels. One or more metals were detected at concentrations above their MDLs in each of the eight soil samples. Arsenic was detected in two soil samples at concentrations exceeding the SDBL, the drinking water protection (DWP criterion, the groundwater surface water interface protection criterion (GSIP), and the residential direct contact criterion; however, the nonresidential direct contact criterion was not exceeded.Barium, cadmium, and selenium were detected in one soil sample at concentrations exceeding the SDBL and the DWP criterion. Chromium was detected in two soil samples at concentrations exceeding the SDBL and DWP criterion. Zinc was detected in two soil samples at concentrations exceeding the SDBL and DWP criterion. Mercury was detected in two soil samples at concentrations exceeding the SDBL and the generic volatilization to indoor air (VIAP) screening level. One soil sample (SB-14)was reported to have lead exceeding 75 milligrams per kilogram (mg/kg).The sample was not further subjected to fine/coarse fraction for lead. Without further analysis, the soil sample should be assumed to exceed the direct contact criterion for lead in soil.Lead was detected in the SB-13 soil sample at a concentration exceeding the residential direct contact criterion. Multiple PFAS were detected at concentrations above the laboratory MDLs in one of the eight soil samples and in the groundwater sample.There are no state of federal criteria or screening levels for PFAS in soil.PFOA was detected at 13 nanograms/liter exceeding the maximum contaminant level (MCL) of 8 parts per trillion (ppt). 1 ng/l equals 1 ppt. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. SUPPLEMENTAL PHASE II ESA TEC REPORT 63166-02 FEATHERSTONE ST &MARTIN LUTHER KING JR BLVD N JULY 21,2023 PONTIAC,MI PAGE iii of iv Conclusions Based on the results and the evaluation of the laboratory data collected during the Supplemental Phase II ESA, the detected contaminants can be used to conclude that the Subject Property is or contains a “Facility” or is or contains a “Property”(defined by Michigan’s cleanup programs as any area, place, or property where a hazardous substance in excess of the established state cleanup standard for residential property has been released, deposited, disposed of, or otherwise comes to be) per Part 201 or Part 213 of the Natural Resources and Environmental Protection Act, Public Act 451 of 1994, as amended. Recommendations The Supplemental Phase II ESA revealed the presence of fill soil/material with low concentrations of VOCs and PNAs in three of the six soil borings at the Subject Property, as well as elevated metals and detectable PFAS.If fill material will be excavated and transported off- site for treatment or disposal, the fill material will require waste characterization. TEC recommends that a Due Care Plan be developed and implemented for the Subject Property to address contamination exceeding criteria. No further action is recommended for a short-term construction scenario provided that Due Care obligations are met. RELIANCE The information and opinions rendered in this report are exclusively for use and reliance by Nowak & Fraus Engineers whom may rely on its contents and conclusions.The information and opinions expressed in this report are given in response to a limited assignment by TEC and should be considered and implemented only in light of that assignment. The services provided by TEC in completing this project have been provided in a manner consistent with normal standards of the profession. No other warranty, expressed or implied, is made. LIMITATIONS AND EXCEPTIONS TEC has prepared this Supplemental Phase II ESA using reasonable efforts in each phase of its work to evaluate known or suspected RECs associated with the Subject Property. TEC has, in part, relied on information provided by private organizations and individuals, as well as municipal, state, and federal agencies. This report is intended to serve only as an evaluation of the real or potential environmental impairment arising from potential issues identified during previous assessments at the Subject Property performed by TEC and others, and addressed in accordance with approved TEC Proposal. Regardless of the findings stated in this report, TEC is not responsible for consequences or conditions arising from facts that were concealed, withheld, or not fully disclosed at the time the assessment was conducted. This report does not warrant against future operations or conditions, nor does it warrant against operations or conditions present of a type or at a location not investigated. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. SUPPLEMENTAL PHASE II ESA TEC REPORT 63166-02 FEATHERSTONE ST &MARTIN LUTHER KING JR BLVD N JULY 21,2023 PONTIAC,MI PAGE iv of iv The Phase II ESA scope of work did not include the following: inspection or testing for asbestos containing materials, lead-based paint screen, preliminary radon inspection, lead in drinking water testing, wetlands investigation, or multimedia compliance audit inspection. Given the availability of data, probable future adjustments in “industry standards,” the limited scope of the investigation, the resulting environmental liability disposition of the Subject Property is subject to change with time and does not guarantee a zero-risk level of environmental impairment liability. Furthermore, information contained in this report is based on current regulations and accepted practices in assessing potentially contaminated soil and/or groundwater. Changes in the present guidelines may be retroactive and may require further expenditures for additional investigation and/or remediation. The Executive Summary to the Phase II ESA is intended to be used as an overview of the complete Report findings. The Executive Summary is not intended to be used as a stand-alone document. Interpretation of the conclusions should be based on the report in its entirety. The Phase II ESA report does not represent a legal opinion. Legal opinions regarding potential environmental liability issues as they relate to the Subject Property and the Phase II ESA should be obtained from a qualified attorney. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. SUPPLEMENTAL PHASE II ESA TEC REPORT 63166-02 FEATHERSTONE ST &MARTIN LUTHER KING JR BLVD N JULY 21,2023 PONTIAC,MI PAGE 1 OF 7 1.0 INTRODUCTION Testing Engineers & Consultants, Inc. (TEC) was retained by Nowak & Fraus Engineers (Client) to perform a Phase II ESA at 1030 and 1220 Featherstone Street and along the rights-of-way Martin Luther King Jr Boulevard North, Pontiac, Oakland County, Michigan (Subject Property). Refer to Figure 1 for Subject Property locations. The Subject Property consisted of a portion of the commercial properties located at 1030 and 1220 Featherstone Street and along the rights-of-way of Martin Luther King Jr Boulevard North, Oakland County, Michigan.The construction and rehab of a gravity sewer pipe and lift station (pump station) are proposed at the Subject Property. The Subject Property is zoned “M-1” (Light Manufacturing) at the parent parcel and “C-1” (Local Business), “C-3” (Corridor Commercial), “R-1” (One Family Dwelling), and “R-3” (Multiple Family Dwelling) along the rights-of-way of Featherstone Street and Martin Luther King Jr Boulevard North. 1030 Featherstone Street is zoned M-1 and 1220 Featherstone Street is zoned “SP” (Special Purpose). Municipal water services are available at the Subject Property, along with natural gas and electricity provided by the local public utilities. The Subject Property was bordered by various commercial businesses and vacant land to the west of Martin Luther King Jr Boulevard North.Refer to Figures 2a and 2b for Subject Property features. TEC previously completed a Phase I ESA for a portion of the current Subject Property, report dated August 17, 2022. The Phase I ESA revealed no evidence of recognized environmental conditions (RECs) in connection with the Subject Property except for the following: “A portion of the Subject Property had been occupied by a sewage disposal and garbage incinerator plant from at least 1931 through 1950 and a sewage treatment plant from 1960 through present.The Subject Property was also reportedly used as a sludge drying bed in the early 1900s through the 1960s. The likely presence of contamination from historical releases and lack of data regarding potential adverse impacts to the Subject Property is an REC. The Subject Property is located in an area of environmental concern due to the long-time presence of multiple auto service/filling station entities and a BEA property adjoining (to the east and west) to the Subject Property. The location of the Subject Property in relation to these multiple current and historical properties with known or likely contamination is a vapor encroachment condition (VEC) and an REC.” To evaluate the RECs, TEC completed a Phase II ESA at the Subject Property, reported dated February 8, 2023. In summary, based on the results and the evaluation of the laboratory data collected during the Phase II ESA, the detected contaminants can be used to conclude that the Subject Property is or contains a “Facility” or is or contains a “Property”(defined by Michigan’s cleanup programs as any area, place, or property where a hazardous substance in excess of the established state cleanup standard for residential property has been released, deposited, disposed of, or otherwise comes to be) per Part 201 or Part 213 of the Natural Resources and Environmental Protection Act, Public Act 451 of 1994, as amended. The February 8, 2023 Phase II ESA is presented under separate cover. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. SUPPLEMENTAL PHASE II ESA TEC REPORT 63166-02 FEATHERSTONE ST &MARTIN LUTHER KING JR BLVD N JULY 21,2023 PONTIAC,MI PAGE 2 OF 7 TEC was requested by the client to evaluate an alternative route along the rights-of-way of Martin Luther King Jr Boulevard North and two locations at 1030 and 1220 Featherstone Street for a sewer pipe rehab. TEC was requested by the client to evaluate an alternative route along the rights-of-way of Martin Luther King Jr Boulevard North and two locations at 1030 and 1220 Featherstone Street for a sewer pipe rehab. To evaluate the REC, TEC completed a Phase II ESA at the Subject Property. Mr. Andrew Temerowski, Environmental Scientist with TEC, was the person with the primary responsibility for sample collection, data assembly, interpretation, and technical conclusions with respect to the Phase II ESA.Mr. Donald Kaylor, Senior Environmental Scientist with TEC, provided quality assurance and senior technical review in completing these tasks. The subsurface portion of the investigation consisted of the advancement of six soil borings to a maximum depth of approximately 20 feet below ground surface (bgs) and the collection/laboratory analysis of eight soil samples and one groundwater sample to evaluate subsurface conditions. The soil samples were analyzed for a combination of VOCs, PNAs,10 Michigan metals, and PFAS.The sole groundwater sample was analyzed for VOCs, PNAs, and PFAS. Refer to Figures 3a and 3b for sample locations. 2.0 FIELD ACTIVITIES 2.1 SCOPE OF WORK On June 15 and 16,2023, TEC performed the fieldwork portions of the Phase II ESA.The Phase II ESA specifically consisted of the following: Advancing six soil borings to extended to maximum depths of approximately 20 feet bgs and the collection eight soil samples and one groundwater sample. From each of the borings SB-13 through SB-16, submitting one soil sample for laboratory analysis of VOCs, PNAs, 10 Michigan metals, and PFAS. From each of the borings SB-17 and SB-18, submitting two soil samples for laboratory analysis of VOCs, PNAs,10 Michigan metals, and PFAS. From the boring SB-18, submitting one groundwater sample for laboratory analysis of VOCs, PNAs,and PFAS. Comparing analytical results of soil and groundwater samples to EGLE screening levels associated with residential and nonresidential land uses. 2.2 SOIL SAMPLING The boring locations were selected to evaluate the identified REC.The environmental soil borings were performed to maximum depths of approximately 20 feet bgs.A concurrent geotechnical investigation was also performed at SB-13, SB-16, SB-17, and SB-18 to maximum depths of approximately 24 to 30 feet bgs. The geotechnical investigation is presented under separate cover. Refer to Figures 3a and 3b for the soil boring locations. The soil borings addressing the REC were performed with a truck-mounted auger equipment using a standard 2-inch O.D. split-barrel sampler. The sampler and associated drilling This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. SUPPLEMENTAL PHASE II ESA TEC REPORT 63166-02 FEATHERSTONE ST &MARTIN LUTHER KING JR BLVD N JULY 21,2023 PONTIAC,MI PAGE 3 OF 7 equipment were decontaminated prior to the initiation of drilling.The sampler, sample extraction implements, and any other equipment that came into contact with the samples were decontaminated using an Alconox detergent solution wash and rinsed prior to the sample collection event. Soil samples were collected at depths of 2 ½, 5, 7 ½ and 10 feet and at 5-foot depth intervals thereafter to the bottom of the boring. Soil samples were observed for visual or olfactory indications of contamination. Selected soil samples were also screened in the field with a photoionization detector (PID). The PID is a trace vapor (VOC) analyzer with a detection range of approximately 0.1 to 10,000 parts per million (ppm). The PID was calibrated prior to screening using 100-ppm isobutylene. Soil samples were placed into resealable plastic bags. This allowed for headspace expansion as the sample was allowed to warm. Once expansion occurred, the tip of the PID was inserted and the result was recorded.Soil samples for VOC analysis were field preserved with methanol. Standard sample chain of custody protocol was followed for the transference of collected samples. In general, no elevated photoionization detector readings were detected in the six soil borings. In general, fill soils consisting of brown to dark brown clayey silt and sand with some organics were observed to a depth of 12 feet bgs. 2.3 GROUNDWATER SAMPLING Groundwater of sufficient volume considered necessary to obtain a water sample was encountered in one of the six borings performed at the Subject Property. A temporary monitoring well was installed at one of the soil boring locations to collect a groundwater sample. The temporary monitoring well consisted of a 5-foot long, 1-inch outside diameter, pre-cleaned PVC well screen and associated blank PVC risers. The groundwater sample was collected at a via minimal drawdown (“low-flow”) techniques using a peristaltic pump and clean, disposable plastic and silicone tubing connected to the pump. Once sampling was complete, the well was abandoned by pulling the casing/screen and placing the original soil cuttings and/or a hydrated bentonite seal into the boring. No permanent structures were installed. 3.0 LABORATORY ANALYSIS 3.1 ANALYTICAL SCOPE OF WORK The soil samples were collected from depths ranging down to approximately 20 feet bgs.Soil samples are typically submitted for analysis based on field indications of potential impact (PID readings, odor, or staining). In the absence of such indications, a representative sample is submitted for analysis.Field observations are described in the boring logs presented in Appendix B. TEC used knowledge of environmental concerns associated with the Subject Property, field observations, and the scope of the Phase II ESA to a select representative soil samples for analysis.Analytical parameters were selected based on the environmental concern identified This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. SUPPLEMENTAL PHASE II ESA TEC REPORT 63166-02 FEATHERSTONE ST &MARTIN LUTHER KING JR BLVD N JULY 21,2023 PONTIAC,MI PAGE 4 OF 7 during the Phase I ESA and included VOCs via EPA method 8260,PNAs via EPA method 8270, metals via EPA method 6020,and PFAS via method ASTM D7968-17M. The groundwater sample was collected from an approximate depth of 17-22 feet bgs. Analytical parameters were selected based on the environmental concern identified during the Phase I ESA and included VOCs via EPA method 8260, PNAs via EPA method 8270,and PFAS via method ASTM D7968-17M. TEC submitted the soil and groundwater samples for chemical laboratory analysis to Merit Laboratories, Inc. in East Lansing, Michigan along with a proper chain of custody form. 3.2 ANALYTICAL RESULTS The results of the laboratory analysis were as follows: VOCs and PNAs were not detected at a concentration above the laboratory method detection limits (MDLs) in the groundwater sample. Multiple VOCS and PNAs were detected at concentrations above the laboratory MDLs in three soil samples collected from SB-13, SB-14,and SB-16 (1 to 7 feet) of the six soil borings. However, the concentrations did not exceed criteria or screening levels. One or more metals were detected at concentrations above their MDLs in each of the eight soil samples collected at the Subject Property. In two of the eight soil samples, total chromium was detected at concentrations exceeding the SDBL for total chromium of 18 milligrams per kilogram (mg/kg, approximately equivalent to parts per million) and the drinking water protection criterion (DWP) for hexavalent chromium; however, chromium is typically analyzed as total chromium (trivalent and hexavalent forms totaled together) and trivalent is the dominant form in most natural soil chemistries. Arsenic was detected in four soil samples at concentrations exceeding the SDBL of 5.8 milligrams per kilogram (mg/kg). Two soil samples also exceeded the residential drinking water protection criteria, the groundwater surface water interface protection criterion (GSIP) for arsenic of 4.6 mg/kg and direct contact criteria 7.6 mg/kg. Barium was detected in one soil sample at a concentrations exceeding the SDBL of 75 mg/kg and exceeding the residential drinking water protection criteria for barium of 1,300 mg/kg. Cadmium was detected in one soil sample at a concentrations exceeding the SDBL of 1.2 mg/kg and exceeding the residential drinking water protection criteria for cadmium of 6 mg/kg. Lead was detected in all soil samples at concentrations ranging from 2.1 mg/kg to 481 mg/kg with two concentrations exceeding 75 mg/kg. One soil sample exceeded the direct contact criteria of 400 mg/kg and without further analysis, the remaining soil sample should be assumed to exceed criteria. Selenium was detected in one soil sample at a concentration exceeding the SDBL of 0.41 mg/kg and GSIP for selenium of 0.4 mg/kg. Zinc was detected in two soil samples at concentrations exceeding the SDBL of 47 mg/kg and exceeding the residential drinking water protection criteria for cadmium of 2,400 mg/kg. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. SUPPLEMENTAL PHASE II ESA TEC REPORT 63166-02 FEATHERSTONE ST &MARTIN LUTHER KING JR BLVD N JULY 21,2023 PONTIAC,MI PAGE 5 OF 7 Mercury was detected in two soil samples, one at a concentration exceeding the SDBL of 130 mg/kg, and two samples exceeded the GSIP criteria and the generic VIAP) screening level. Multiple PFAS were detected at concentrations above the laboratory MDLs in one of the eight soil samples. In soil, PFOA was detected at 100 nanograms per kilogram (ng/kg, approximately equivalent to parts per trillion), PFOS was detected at 140 ng/kg, and PFOS- LN was detected at 100 ng/kg.There are no applicable state criteria or screening levels for PFAS in soil. In groundwater, PFBA was detected at 13 nanograms per liter (ng/l), PFPeA was detected at 8 ng/l, PFHxA was detected at 16 ng/l, PFBS was detected at 4.1 ng/l, PFHpA was detected at 8.1 ng/l, PFOA was detected at 13 ng/l (which exceeds the maximum MCL of 8 ppt),PFHxS was detected at 45 ng/l,PFHxS-LN was detected at 35 ng/l, PFHxS-BR was detected at 7.5 ng/l, PFOS was detected at 2.4 ng/l, and PFOS-BR was detected at 2.1 ng/l. For comparison, the state standard for is PFOS 16 ng/l. Most PFAS compounds do not have criteria or screening levels for groundwater. Table 1, attached, presents a summary of the soil analytical results compared to State criteria and screening levels.Table 2, attached, presents a summary of the PFAS analytical results. Copies of the laboratory analytical reports are presented as Appendix C. 4.0 FINDINGS, DISCUSSION,AND CONCLUSIONS 4.1 FINDINGS Subsurface soil conditions encountered generally consisted of asphalt/concrete, gravel, or brown sandy topsoil followed by a fill of brown to dark brown clayey silt and sand with some organics to a depth of 12 feet bgs underlain by brown to gray sand with gravel to a maximum depth explored of approximately 20 feet bgs. No elevated photoionization detector readings were detected in the soil borings. In general, fill soils consisting of brown to dark brown clayey silt and sand with some organics were observed to a depth of 12 feet bgs. VOCs and PNAs were not detected at concentrations above the laboratory method detection limits (MDLs) in the groundwater sample. Multiple VOCs and PNAs were detected at concentrations above the laboratory MDLs in three soil samples collected from SB-13, SB-14, and SB-12 (1 to 7 feet) of the six soil borings. However, the concentrations did not exceed criteria or screening levels. One or more metals were detected at concentrations above their MDLs in each of the eight soil samples. Arsenic was detected in two soil samples at concentrations exceeding the SDBL, the drinking water protection (DWP criterion, the groundwater surface water interface protection criterion (GSIP), and the residential direct contact criterion; however, the nonresidential direct contact criterion was not exceeded. Barium, cadmium, and selenium were detected in one soil sample at concentrations exceeding the SDBL and the DWP criterion. Chromium was detected in two soil samples at concentrations exceeding the SDBL and DWP criterion. Zinc was detected in two soil samples at concentrations exceeding the SDBL and DWP criterion. Mercury was detected in two soil samples at concentrations exceeding the SDBL and the generic volatilization to indoor air (VIAP) screening level. One soil sample (SB-14) was reported to have lead exceeding 75 milligrams per kilogram (mg/kg). The sample was not further subjected to fine/coarse fraction for lead. Without This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. SUPPLEMENTAL PHASE II ESA TEC REPORT 63166-02 FEATHERSTONE ST &MARTIN LUTHER KING JR BLVD N JULY 21,2023 PONTIAC,MI PAGE 6 OF 7 further analysis, the soil sample should be assumed to exceed the direct contact criterion for lead in soil.Lead was detected in the SB-13 soil sample at a concentration exceeding the residential direct contact criterion. Multiple PFAS were detected at concentrations above the laboratory MDLs in one of the eight soil samples. In soil, PFOA, PFOS, and PFOS-LN were detected. There are no applicable state criteria or screening levels for PFAS in soil.In groundwater, PFBA, PFPeA, PFHxA, PFBS, PFHpA, PFOA, PFHxS, PFHxS-LN, PFHxS-BR, PFOS, and PFOS-BR were detected.The PFOA concentration detected at 13 ng/l exceeded the MCL of 8 ppt. 4.2 DISCUSSION Based on information provided by the Client, the construction scope of the project and amount of encountered material may vary. The project may include “open-cut,” directional drill, or a combination of methods.Stockpiled material from excavations will be appropriately placed on the wastewater treatment plant site to prevent runoff to the Clinton River. PFAS compounds were detected in one the eight samples analyzed, and in the one groundwater sample. The presence of PFAS compounds could complicate off-site disposal of media (soil, groundwater) if that is necessary. If soil, groundwater, or both are to be treated or disposed of at an appropriately-licensed treatment, storage, and disposal facility (TSDF, e.g., landfill), TEC recommends contacting the intended TSDF as early as possible to establish the requirements for waste characterization. Arsenic was detected at concentrations above the SDBL and some criteria in two soil samples. Note that metals may be distributed in soil in unpredictable ways and it may be prudent to considered sending excavated soil that cannot be expeditiously re-used, in the same general area from which it was excavated, to a TSDF. Arsenic exceeded the residential direct contact criterion, but did not exceed the nonresidential direct contact criterion; therefore, no unacceptable exposure concerns were identified for the short-term construction worker exposure scenario.However, the one soil sample with lead above 75 mg/kg is assumed to exceed criteria and one sample exceeded criteria (see below). Lead was detected in all soil samples at concentrations ranging from 2.1 mg/kg to 481 mg/kg with two concentrations (SB-13 and SB-14) exceeding 75 mg/kg. When total lead concentrations directly measured in soil are less than or equal to 75 mg/kg, it is not necessary to separately measure lead in the fine and coarse fractions of soil, and the total lead concentrations may be used for comparison to criteria. When total lead concentrations in soil exceed 75 mg/kg, the lead concentrations in the fine and coarse fractions should be determined. Alternatively, the lead concentrations may be determined initially in the fine and coarse fractions of the soil and the total lead concentrations calculated for criteria comparison. Fine and coarse lead data must separately be compared to the soil direct contact criteria (DCC) and particulate soil inhalation criteria (PSIC); total measured or calculated lead data is used for the remaining soil criteria. The SB-14 soil sample with lead exceeding 75 mg/kg was not further subjected to fine/coarse fraction for lead. The four soil samples were located within the area of the proposed pump house. Without further analysis, the soil sample should be assumed to exceed criteria. Lead was detected in the SB-13 soil sample at a concentration exceeding the residential direct contact criterion. The two soil samples were located within the southern portion of the Martin Luther King Jr Boulevard North right-of-way. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. SUPPLEMENTAL PHASE II ESA TEC REPORT 63166-02 FEATHERSTONE ST &MARTIN LUTHER KING JR BLVD N JULY 21,2023 PONTIAC,MI PAGE 7 OF 7 4.3 CONCLUSIONS Based on the results and the evaluation of the laboratory data collected during the Phase II ESA, the detected contaminant can be used to conclude that the Subject Property is or contains a “Facility” or is or contains a “Property”(defined by Michigan’s cleanup programs as any area, place, or property where a hazardous substance in excess of the established state cleanup standard for residential property has been released, deposited, disposed of, or otherwise comes to be) per Part 201 or Part 213 of the Natural Resources and Environmental Protection Act, Public Act 451 of 1994, as amended.The area of soil borings SB-13, SB-14, and SB-16 can be considered to be or to contain a “Facility” or to be or to contain a “Property.”Contaminated media (soil, groundwater)leaving the Subject Property should be property characterized and sent for treatment or disposal at a TSDF. Waste characterization for off-site treatment or disposal of contaminated media should be addressed as early as possible in the project schedule. Several exceedances of nonresidential criteria were reported; therefore, unacceptable exposure concerns were identified for the short -term construction worker exposure scenario. 4.4 RECOMMENDATIONS Owners and operators of “Facilities” or “Properties” must document their compliance with due care per Section 20107a(1) of Part 201, Environmental Remediation, of the Natural Resources and Environmental Protection Act, 1994 PA 451, as amended and Part 10 of the Part 201 Rules. To fully document compliance with due care, additional assessment may be appropriate. The Phase II ESA revealed the presence of fill soil/material with low concentrations of VOCs and PNAs in three of the six soil borings at the Subject Property, as well as, elevated metals and PFAS. A composite soil sample of the fill material should be collected and submitted for waste characterization analysis in the event the fill material should require removal and proper disposal. TEC recommends that a Due Care Plan be developed and implemented for the Subject Property to address contamination exceeding criteria. No further action is recommended for a short-term construction scenario provided Due Care obligations are met. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. FIGURES This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. 1343 Rochester Rd, Troy, MI 48083 www.testingengineers.com Supplemental Phase II ESA Featherstone St & Martin Luther King Jr Blvd N, Pontiac, MI 48342 TEC Project: 63166-02 Approx. scale: 1:24700 Date: 2023/06/15 Figure 1 Subject Property Location This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice.              Clinton River Water Resource Recovery Facility (274 MLK) This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice.              Kaltz Excavating (1030 Featherstone St) Commercial (1040 Featherstone) Cell Tower Electrical Sub-station (1098 Featherstone St) Former Railroad Bed Amazon (1220 Featherstone St) Access Drive This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice.             SB-14 SB-15 SB-16 SB-13 This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice.             SB-17 SB-18 This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice.             SB-13 SB-16 SB-15 Residential (RES) Drinking Water Protection (DWP) Groundwater-Surface Water Interface (GSIP) Direct Contact (DC) SB-16 (6’-7’) ARSENIC (>RES DWP,GSIP,DC) SB-14 (1’-2’) CHROMIUM (>RES DWP,GSIP) ZINC (>RES DWP) MERCURY (>RES GSIP) SB-14 SB-13 (4’-5’) ARSENIC (>RES DWP,GSIP,DC) BARIUM (>RES DWP) CADMIUM (>RES DWP) CHROMIUM (>RES DWP,GSIP) LEAD (>RES DC) SELENIUM (>RES GSIP) ZINC (>RES DWP) MERCURY (>RES GSIP) This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice.             SB-17 SB-18    This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. TABLES This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc.Table 1: Soil Analytical Data Summary (Residential Criteria) TEC #63166-02 Featherstone Rd Martin Luther King Jr Blvd N Pontiac, MI                                     nd nd nd 630 nd nd            nd nd nd 200 nd nd Naphthalene 91-20-3           500 nd nd nd nd nd 2-Methylnaphthalene 91-57-6           400 nd nd nd nd nd Remaining VOCs Varies NA nd nd nd nd nd nd Acenaphthylene 208-96-8   1.60E+06 NA NA 2.20E+06 1.60E+06 1,500 nd nd nd nd nd Anthracene 120-12-7           400 nd nd nd nd nd Benzo(a)anthracene 56-55-3 NA NLL NLL NLV 160,000 (MM)1.1E+07 NLV ID 20,000 NA 1,300 nd nd nd nd nd Benzo(a)pyrene 205-99-2 NA NLL NLL ID NA NA ID ID 20,000 NA 2,300 400 nd nd nd nd Benzo(b)fluoranthene 205-99-2 NA NLL NLL ID NA NA ID ID 20,000 NA 2,800 400 nd nd nd nd Benzo(k)fluoranthene 207-08-9 NA NLL NLL NLV NA NA NLV ID 2.00E+05 NA 2,600 500 nd nd nd nd Benzo(ghi)perylene 191-24-2 NA NLL NLL NLV NA NA NLV 8.00E+08 2.50E+08 NA 1,300 nd nd nd nd nd Chrysene 218-01-9 NA NLL NLL NLV NA NA NLV ID 2.00E+06 NA 1,500 nd nd nd nd nd Dibenzo(ah)anthracene 53-70-3 NA NLL NLL NLV NA NA NLV ID 2.00E+03 NA 400 nd nd nd nd nd Fluoranthene 206-44-0 NA 7.30E+05 5,500 1.0E+9 (D) NA NA 7.40E+08 9.30E+09 4.60E+07 NA 1,600 nd nd nd nd nd Indeno(1,2,3-cd)pyrene 193-36-5 NA NLL NLL NLV NA NA NLV ID 2.00E+04 NA 1,000 nd nd nd nd nd Phenanthrene 85-01-8 NA 56,000 2,100 2.80E+06 1,700 29,000 1.60E+05 6.70E+06 1.60E+06 NA 800 400 nd nd nd nd Pyrene 129-00-0 NA 480,000 ID 1.0E+9 (D) 2.50E+07 4.4E+08 6.50E+08 6.70E+09 2.90E+07 NA 2,500 nd nd nd nd nd Remaining PNAs Varies NA nd nd nd nd nd nd Arsenic 7440-38-2 5,800 4,600 4,600 NLV NA NA NLV 9.10E+05 7,600 16,000 7,350 2,790 7,760 6,630 6,070 Barium 7440-39-3 75,000 1.30E+06 (G) NLV NA NA NLV 3.30E+08 3.70E+07 1.35E+06 541,000 5,210 18,800 32,600 30,900 Cadmium 7440-43-9 1,200 6,000 (G, X) NLV NA NA NLV 1.70E+06 5.50E+05 26,500 271 nd nd nd nd Chromium (III) 16065831 18,000 1.0E+9 (D) (G, X) NLV NA NA NLV 3.30E+08 7.90E+08  Chromium (VI) 18540299 NA 30,000 3,300 NLV NA NA NLV 2.60E+05 2.50E+06  Copper 7440-50-8 32,000 5.80+E06 (G) NLV NA NA NLV 1.30E+08 2.00E+07 93,300 20,700 5,320 12,400 12,500 10,700 Lead (total) 7439-92-1 21,000 7.00E+05 (G, X) NLV NA NA NLV 1.00E+08 4.00E+05 4.81E+05 200,000 2,180 4,920 6,620 5,630 Selenium 7782-49-2 410 4,000 400 NLV NA NA NLV 1.30E+08 2.60E+06 1,730 nd nd nd nd nd Silver 7440-22-4 1,000 4,500 100 (M); 27 NLV NA NA NLV 6.70E+06 2.50E+06 420 nd nd nd nd nd Zinc 7440-66-6 47,000 2.40+E06 (G) NLV NA NA NLV ID 1.70E+08 2.32E+07 2.49E+06 15,600 34,300 39,800 32,300 Mercury 7439-97-6 130 1,700 50 (M); 1 2 48,000 0.027 0.12 52,000 2.00E+07 1.60E+05 628 87 nd nd nd nd Footnotes Units: micrograms per kilogram (µg/kg), approx. equivalent to parts per billion (ppb). bgs - Below ground surface (in feet). nd - Analyte was not detected at or above practical quantification limits. PID - Photoionization detector. ppm - Parts per million. --- Sample not analyzed for compound. shaded -Sample numbers in yellow-shaded boxes represent exceedances of criteria. shaded - Numbers in green-shaded boxes represent criteria exceeded. Polynuclear Aromatics (PNAs)  40,000 40,300 2,740 5,810 10,400  Metals    Volatile Organic Compounds (VOCs) 9,740 This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc.Table 1: Soil Analytical Data Summary (Residential Criteria) TEC #63166-02 Featherstone Rd Martin Luther King Jr Blvd N Pontiac, MI                      Naphthalene 91-20-3           2-Methylnaphthalene 91-57-6           Remaining VOCs Varies NA Acenaphthylene 208-96-8   1.60E+06 NA NA 2.20E+06 1.60E+06  Anthracene 120-12-7           Benzo(a)anthracene 56-55-3 NA NLL NLL NLV 160,000 (MM)1.1E+07 NLV ID 20,000 NA Benzo(a)pyrene 205-99-2 NA NLL NLL ID NA NA ID ID 20,000 NA Benzo(b)fluoranthene 205-99-2 NA NLL NLL ID NA NA ID ID 20,000 NA Benzo(k)fluoranthene 207-08-9 NA NLL NLL NLV NA NA NLV ID 2.00E+05 NA Benzo(ghi)perylene 191-24-2 NA NLL NLL NLV NA NA NLV 8.00E+08 2.50E+08 NA Chrysene 218-01-9 NA NLL NLL NLV NA NA NLV ID 2.00E+06 NA Dibenzo(ah)anthracene 53-70-3 NA NLL NLL NLV NA NA NLV ID 2.00E+03 NA Fluoranthene 206-44-0 NA 7.30E+05 5,500 1.0E+9 (D) NA NA 7.40E+08 9.30E+09 4.60E+07 NA Indeno(1,2,3-cd)pyrene 193-36-5 NA NLL NLL NLV NA NA NLV ID 2.00E+04 NA Phenanthrene 85-01-8 NA 56,000 2,100 2.80E+06 1,700 29,000 1.60E+05 6.70E+06 1.60E+06 NA Pyrene 129-00-0 NA 480,000 ID 1.0E+9 (D) 2.50E+07 4.4E+08 6.50E+08 6.70E+09 2.90E+07 NA Remaining PNAs Varies NA Arsenic 7440-38-2 5,800 4,600 4,600 NLV NA NA NLV 9.10E+05 7,600  Barium 7440-39-3 75,000 1.30E+06 (G) NLV NA NA NLV 3.30E+08 3.70E+07  Cadmium 7440-43-9 1,200 6,000 (G, X) NLV NA NA NLV 1.70E+06 5.50E+05  Chromium (III) 16065831 18,000 1.0E+9 (D) (G, X) NLV NA NA NLV 3.30E+08 7.90E+08  Chromium (VI) 18540299 NA 30,000 3,300 NLV NA NA NLV 2.60E+05 2.50E+06  Copper 7440-50-8 32,000 5.80+E06 (G) NLV NA NA NLV 1.30E+08 2.00E+07  Lead (total) 7439-92-1 21,000 7.00E+05 (G, X) NLV NA NA NLV 1.00E+08 4.00E+05  Selenium 7782-49-2 410 4,000 400 NLV NA NA NLV 1.30E+08 2.60E+06  Silver 7440-22-4 1,000 4,500 100 (M); 27 NLV NA NA NLV 6.70E+06 2.50E+06  Zinc 7440-66-6 47,000 2.40+E06 (G) NLV NA NA NLV ID 1.70E+08  Mercury 7439-97-6 130 1,700 50 (M); 1 2 48,000 0.027 0.12 52,000 2.00E+07 1.60E+05  Footnotes Units: micrograms per kilogram (µg/kg), approx. equivalent to parts per billion (ppb). bgs - Below ground surface (in feet). nd - Analyte was not detected at or above practical quantification limits. PID - Photoionization detector. ppm - Parts per million. --- Sample not analyzed for compound. shaded -Sample numbers in yellow-shaded boxes represent exceedances of criteria. shaded - Numbers in green-shaded boxes represent criteria exceeded. Polynuclear Aromatics (PNAs)   Metals   Volatile Organic Compounds (VOCs)            nd nd nd nd nd nd nd nd nd nd nd nd nd nd nd nd nd --- nd nd --- nd nd --- nd nd --- nd nd --- nd nd --- nd nd --- nd nd --- nd nd --- nd nd --- nd nd --- nd nd --- nd nd --- nd nd --- 4,760 5,290 --- 31,500 24,400 --- nd nd --- --- --- 11,600 10,800 --- 7,770 6,140 --- nd nd --- nd nd --- 32,200 36,000 --- nd nd ---  9,250 9,550 This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc.Table 2: Analytical Data Summary (perfluoroalkyl polyfluoroalkyl substances) TEC #63166-02 Featherstone St Martin Luther King Jr Blvd N Pontiac, MI                                       PFBA 375-22-4 NA nd nd nd nd nd nd nd nd 13 nd PFPeA 2706-90-3 NA nd nd nd nd nd nd nd nd 8.0 nd PFHxA 307-24-4 400,000 nd nd nd nd nd nd nd nd 16 nd PFBS 375-73-5 420 nd nd nd nd nd nd nd nd 4.1 nd PFHpA 375-85-9 NA nd nd nd nd nd nd nd nd 8.1 nd PFOA 335-67-1 8 nd nd nd nd 100 nd nd nd 13 nd PFHxS 355-46-4 51 nd nd nd nd nd nd nd nd 45 nd PFHxS-LN 355-46-4-LN NA nd nd nd nd nd nd nd nd 35 nd PFHxS-BR 355-46-4-BR NA nd nd nd nd nd nd nd nd 7.5 nd PFOS 1763-23-1 16 nd nd nd nd 140 nd nd nd 2.4 nd PFOS-LN 1763-23-1-LN NA nd nd nd nd 100 nd nd nd nd nd PFOS-BR 1763-23-1-BR NA nd nd nd nd nd nd nd nd 2.1 nd Remaining PFAS Varies NA nd nd nd nd nd nd nd nd nd nd Footnotes ng/kg Nanograms per kilogram. ng/L Nanograms per liter. bgs - Below ground surface (in feet). nd - Analyte was not detected at or above practical quantification limits. PID - Photoionization detector. ppm - Parts per million. ppt - Parts per trillion. shaded -Sample numbers in yellow-shaded boxes represent exceedances of criteria. shaded - Numbers in green-shaded boxes represent criteria exceeded. PFAS      This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. R 299.49 FOOTNOTES FOR GENERIC CLEANUP CRITERIA TABLES Cleanup Criteria Requirements for Response Activity (formerly the Part 201 Generic Cleanup Criteria and Screening Levels) Effective Date December 30, 2013 GSI Criteria Updated June 25, 2018 Groundwater Criteria Updated August 3, 2020 Groundwater Criteria Updated December 21, 2020 COVER PAGE R 299.49 Footnotes for generic cleanup criteria tables. Rule 49. (1) The footnotes that apply to the generic criteria tables in R 299.44, R 299.46, and R 299.48 are as follows: (A)Criterion is the state of Michigan drinking water standard established pursuant to Section 5 of 1976 PA 399, MCL 325.1005. (B)Background, as defined in R 299.1(b), may be substituted if higher than the calculated cleanup criterion. Background levels may be less than criteria for some inorganic compounds. (C)The criterion developed under R 299.20 to R 299.26 exceeds the chemical-specific soil saturation screening level (Csat). The person proposing or implementing response activity shall document whether additional response activity is required to control free-phase liquids or NAPL to protect against risks associated with free-phase liquids by using methods appropriate for the free-phase liquids present. Development of a site-specific Csat or methods presented in R 299.22, R 299.24(5), and R 299.26(8) may be conducted for the relevant exposure pathways. (D)Calculated criterion exceeds 100 percent; hence it is reduced to 100 percent or 1.0E+9 parts per billion (ppb). (E)Criterion is the aesthetic drinking water value, as required by Section 20120a(5) of the Natural Resources and Environmental Protection Act, 1994 PA 451, as amended (NREPA). A notice of aesthetic impact may be employed as an institutional control mechanism if groundwater concentrations exceed the aesthetic drinking water criterion, but do not exceed the applicable health-based drinking water value provided in the following table: Hazardous Substance Chemical Abstract Service Number Residential Health- Based Drinking Water Value Non- Residential Health- Based Drinking Water Value Aluminum 7429905 300 4,100 tertiary Amyl methyl ether 994058 910 2,600 Copper 7440508 1,400 4,000 Diethyl ether 60297 3,700 10,000 Ethylbenzene 100414 700 700 Iron 7439896 2,000 5,600 Manganese 7439965 860 2,500 Methyl-tert-butyl ether (MTBE) 1634044 240 690 Toluene 108883 1,000 1,000 1,2,4-Trimethylbenzene 95636 1,000 2,900 1,3,5-Trimethylbenzene 108678 1,000 2,900 Xylenes 1330207 10,000 10,000 (F)Criterion is based on adverse impacts to plant life and phytotoxicity. (G)Groundwater surface water interface (GSI) criterion depends on the pH or water hardness, or both, of the receiving surface water. The final chronic value (FCV) for the protection of aquatic life shall be calculated based on the pH or hardness of the receiving surface water. Where water hardness exceeds 400 mg CaCO3/L, use 400 mg CaCO3/L for the FCV calculation. The FCV formula provides values in units of ug/L or ppb. The This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. generic GSI criterion is the lesser of the calculated FCV, the wildlife value (WV), and the surface water human non-drinking water value (HNDV). The soil GSI protection criteria for these hazardous substances are the greater of the 20 times the GSI criterion or the GSI soil-water partition values using the GSI criteria developed with the procedure described in this footnote. Hazardous Substance FCV Formula g/L FCV Conversion Factor (CF) WV g/L HNDV g/L Acetate EXP(0.2732*(pH) + 7.0362)NA NA 1.3E+6 Acetic Acid EXP(0.2732*(pH) + 7.0362)NA NA 1.3E+6 Barium EXP(1.0629*(LnH)+1.1869)NA NA 1.6E+5 Beryllium EXP(1.6839*(LnH)-5.8575)NA NA 1,200 Cadmium (EXP(0.7852*(LnH)-2.715))*CF 1.101672- ((LnH)*(0.041838)NA 130 Chromium (III)(EXP(0.819*(LnH)+0.6848))*CF 0.86 NA 9,400 Copper (EXP(0.8545*(LnH)-1.702))*CF 0.96 NA 38,000 Lead (EXP(0.9859*(LnH)- 1.0967))*CF 1.46203- ((LnH)*(0.14571))NA 190 Manganese EXP(0.8784*(LnH)+3.5385)NA NA 59,000 Nickel (EXP(0.846*(LnH)+0.0584))*CF 0.997 NA 2.1E+5 Pentachlorophenol EXP(1.005*(pH)-5.134)NA NA 2.8 Zinc (EXP(0.8473*(LnH)+0.884))*CF 0.986 NA 16,000 Where, EXP(x) = The base of the natural logarithm raised to power x (ex). LnH = The natural logarithm of water hardness in mg CaCO3/L. * = The multiplication symbol. = The GSI criterion developed here may not be protective for surface water that is used as a drinking water source. Refer to footnote (X) for further guidance. A spreadsheet that may be used to calculate GSI and GSI protection criteria for (G)-footnoted hazardous substances is available on the Department of Environmental Quality (DEQ) internet web site. (H) Valence-specific chromium data (Cr III and Cr VI) shall be compared to the corresponding valence-specific cleanup criteria. If both Cr III and Cr VI are present in groundwater, the total concentration of both cannot exceed the drinking water criterion of 100 ug/L. If analytical data are provided for total chromium only, they shall be compared to the cleanup criteria for Cr VI. Cr III soil cleanup criterion for protection of drinking water can only be used at sites where groundwater is prevented from being used as a public water supply, currently and in the future, through an approved land or resource use restriction. (I)Hazardous substance may exhibit the characteristic of ignitability as defined in 40 C.F.R. §261.21 (revised as of July 1, 2001), which is adopted by reference in these rules and is available for inspection at the DEQ, 525 West Allegan Street, Lansing, Michigan. Copies of the regulation may be purchased, at a cost as of the time of adoption of these rules of $45, from the Superintendent of Documents, Government Printing Office, Washington, DC 20401 (stock number 869-044- 00155-1), or from the DEQ, Remediation and Redevelopment Division (RRD), 525 West Allegan Street, Lansing, Michigan 48933, at cost. (J)Hazardous substance may be present in several isomer forms. Isomer-specific concentrations shall be added together for comparison to criteria. (K)Hazardous substance may be flammable or explosive, or both. (L)Criteria for lead are derived using a biologically based model, as allowed for under Section 20120a(9) of the NREPA, and are not calculated using the algorithms and assumptions specified in pathway-specific rules. The generic residential drinking water criterion of 4 ug/L is linked to the generic residential soil direct contact criterion of 400 mg/kg. A higher concentration in the drinking water, up to the state action level of 15 ug/L, may be allowed as a site-specific remedy and still allow for drinking water use, under Section 20120a(2) and 20120b of the NREPA if soil concentrations are appropriately lower than 400 mg/kg. If a site-specific criterion is approved based on this subdivision, a notice shall be filed on the deed for all property where the groundwater concentrations will exceed 4 ug/L to provide notice of the potential for unacceptable risk if soil or groundwater concentrations increase. Acceptable combinations of site-specific soil and drinking water concentrations are presented in the following table: Acceptable Combinations of Lead in Drinking Water and Soil Drinking Water Concentration (ug/L) Soil Concentration (mg/kg) 5 386-395 6 376-385 7 376-385 8 366-375 9 356-365 10 346-355 11 336-345 12 336-345 13 326-335 14 316-325 15 306-315 This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. (M) Calculated criterion is below the analytical target detection limit, therefore, the criterion defaults to the target detection limit. (N) The concentrations of all potential sources of nitrate-nitrogen (e.g., ammonia-N, nitrite- N, nitrate-N) in groundwater that is used as a source of drinking water shall not, when added together, exceed the nitrate drinking water criterion of 10,000 ug/L. Where leaching to groundwater is a relevant pathway, soil concentrations of all potential sources of nitrate-nitrogen shall not, when added together, exceed the nitrate drinking water protection criterion of 2.0E+5 g/kg. (O) The concentration of all polychlorinated and polybrominated dibenzodioxin and dibenzofuran isomers present at a facility, expressed as an equivalent concentration of 2,3,7,8-tetrachlorodibenzo-p-dioxin based upon their relative potency, shall be added together and compared to the criteria for 2,3,7,8- tetrachlorodibenzo-p-dioxin. The generic cleanup criteria for 2,3,7,8- tetrachlorodibenzo-p-dioxin are not calculated according to the algorithms presented in R 299.14 to R 299.26. The generic cleanup criteria are being held at the values that the DEQ has used since August 1998, in recognition of the fact that national efforts to reassess risks posed by dioxin are not yet complete. Until these studies are complete, it is premature to select a revised slope factor and/or reference dose for calculation of generic cleanup criteria. (P) Amenable cyanide methods or method OIA-1677 shall be used to quantify cyanide concentrations for compliance with all groundwater criteria. Total cyanide methods or method OIA-1677 shall be used to quantify cyanide concentrations for compliance with soil criteria. Nonresidential direct contact criteria may not be protective of the potential for release of hydrogen cyanide gas. Additional land or resource use restrictions may be necessary to protect for the acute inhalation concerns associated with hydrogen cyanide gas. (Q) Criteria for carcinogenic polycyclic aromatic hydrocarbons were developed using relative potential potencies to benzo(a)pyrene. (R) Hazardous substance may exhibit the characteristic of reactivity as defined in 40 C.F.R. §261.23 (revised as of July 1, 2001), which is adopted by reference in these rules and is available for inspection at the DEQ, 525 West Allegan Street, Lansing, Michigan. Copies of the regulation may be purchased, at a cost as of the time of adoption of these rules of $45, from the Superintendent of Documents, Government Printing Office, Washington, DC 20401 (stock number 869-044- 00155-1), or from the DEQ, RRD, 525 West Allegan Street, Lansing, Michigan 48933, at cost. (S) Criterion defaults to the hazardous substance-specific water solubility limit. (T) Refer to the federal Toxic Substances Control Act (TSCA), 40 C.F.R. §761, Subpart D and 40 C.F.R. §761, Subpart G, to determine the applicability of TSCA cleanup standards. Subpart D and Subpart G of 40 C.F.R. §761 (July 1, 2001) are adopted by reference in these rules and are available for inspection at the DEQ, 525 West Allegan Street, Lansing, Michigan. Copies of the regulations may be purchased, at a cost as of the time of adoption of these rules of $55, from the Superintendent of Documents, Government Printing Office, Washington, DC 20401, or from the DEQ, RRD, 525 West Allegan Street, Lansing, Michigan 48933, at cost. Alternatives to compliance with the TSCA standards listed below are possible under 40 C.F.R. §761 Subpart D. New releases may be subject to the standards identified in 40 C.F.R. §761, Subpart G. Use Part 201 soil direct contact cleanup criteria in the following table if TSCA standards are not applicable. Land Use Category TSCA, Subpart D Cleanup Standards Part 201 Soil Direct Contact Cleanup Criteria Residential 1,000 ppb, or 10,000 ppb if capped 4,000 ppb Nonresidential 1,000 ppb, or 10,000 ppb if capped 16,000 ppb (U)Hazardous substance may exhibit the characteristic of corrosivity as defined in 40 C.F.R. §261.22 (revised as of July 1, 2001), which is adopted by reference in these rules and is available for inspection at the DEQ, 525 West Allegan Street, Lansing, Michigan. Copies of the regulation may be purchased, at a cost as of the time of adoption of these rules of $45, from the Superintendent of Documents, Government Printing Office, Washington, DC 20401 (stock number 869-044- 00155-1), or from the DEQ, RRD, 525 West Allegan Street, Lansing, Michigan 48933, at cost. (V)Criterion is the aesthetic drinking water value as required by Section 20120(a)(5) of the NREPA. Concentrations up to 200 ug/L may be acceptable, and still allow for drinking water use, as part of a site-specific cleanup under Section 20120a(2) and 20120b of the NREPA. (W)Concentrations of trihalomethanes in groundwater shall be added together to determine compliance with the Michigan drinking water standard of 80 ug/L. Concentrations of trihalomethanes in soil shall be added together to determine compliance with the drinking water protection criterion of 1,600 ug/kg. (X)The GSI criterion shown in the generic cleanup criteria tables is not protective for surface water that is used as a drinking water source. For a groundwater discharge to the Great Lakes and their connecting waters or discharge in close proximity to a water supply intake in inland surface waters, the generic GSI criterion shall be the surface water human drinking water value (HDV) listed in the table in this footnote, except for those HDV indicated with an asterisk. For HDV with an asterisk, the generic GSI criterion shall be the lowest of the HDV, the WV, and the calculated FCV. See formulas in footnote (G). Soil protection criteria based on the HDV shall be as listed in the table in this footnote, except for those values with an asterisk. Soil GSI protection criteria based on the HDV shall be as listed in the table in this footnote, except for those values with an asterisk. Soil GSI protection criteria for compounds with an asterisk shall be the greater of 20 times the GSI criterion or the GSI soil-water partition values using the GSI criteria developed with the procedure described in this footnote. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Hazardous Substance Chemical Abstract Service Number Surface Water Human Drinking Water Values (HDV) (g/L) Soil GSI Protection Criteria for HDV (g/kg) Acetonitrile 75058 5,600 1.1E+5 Acrylamide 79061 0.5 (M); 0.12 10 Alachlor 15972608 3.5 88 Antimony 7440360 2.0 (M); 1.7 1,200 Benzene 71432 12 240 Boron 7440428 4,000 80,000 Bromate 15541454 10 (M); 0.5 200 n-Butanol 71363 3,500 70,000 Butyl benzyl phthalate 85687 6.9 13,000 Cadmium 7440439 2.5** Carbon tetrachloride 56235 4.7 94 Chloride 16887006 50,000 1.0E+6 Chloroethane 75003 170 3,400 Chromium (III)16065831 120** Cyanazine 21725462 2.0 (M); 0.93 200 (M); 40 1,2-Dichloroethane 107062 6.0 120 trans-1,2-Dichloroethylene 156605 470 9,400 1,2-Dichloropropane 78875 9.1 180 1,3-Dichloropropene 542756 3.3 100 (M); 66 N,N-Dimethylacetamide 127195 700 14,000 1,4-Dioxane 123911 3.5 70 Ethylene dibromide 106934 0.17 20 (M); 3.4 Ethylene glycol 107211 56,000 1.1E+6 Hexachloroethane 67721 5.3 310 Isophorone 78591 310 6,200 Isopropyl alcohol 67630 28,000 5.6E+5 Lead 7439921 14** Manganese 7439965 1,300** Methanol 67561 14,000 2.8E+5 Methyl-tert-butyl ether (MTBE)1634044 100 2,000 Methylene chloride 75092 47 940 Molybdenum 7439987 120 2,400 Nitrobenzene 98953 4.7 330 (M); 94 Pentachlorophenol 87865 1.8** Perfluorooctanoic acid 335671 0.42 350 Perfluorooctane sulfonic acid 1763231 0.011 0.22 Styrene 100425 20 530 1,2,4,5-Tetrachlorobenzene 95943 2.8 3,300 1,1,2,2-Tetrachloroethane 79345 3.2 64 Tetrachloroethylene 127184 11 220 Tetrahydrofuran 109999 350 7,000 Thallium 7440280 2.0 (M); 1.2 1,400 1,2,4-Trichlorobenzene 120821 80 4,700 1,1,2-Trichloroethane 79005 12 240 Trichloroethylene 79016 29 580 Vinyl chloride 75014 1.0 (M); 0.25 40 (M); 20 (Y) Source size modifiers shown in the following table shall be used to determine soil inhalation criteria for ambient air when the source size is not one-half acre. The modifier shall be multiplied by the generic soil inhalation criteria shown in the table of generic cleanup criteria to determine the applicable criterion. See Footnote (C). Source Size sq. feet or acres Modifier 400 sq feet 3.17 1000 sq feet 2.2 2000 sq feet 1.76 1/4 acre 1.15 1/2 acre 1 1 acre 0.87 2 acre 0.77 5 acre 0.66 10 acre 0.6 32 acre 0.5 100 acre 0.43 (Z) Mercury is typically measured as total mercury. The generic cleanup criteria, however, are based on data for different species of mercury. Specifically, data for elemental mercury, chemical abstract service (CAS) number 7439976, serve as the basis for the soil volatilization to indoor air criteria, groundwater volatilization to indoor air, and soil inhalation criteria. Data for methyl mercury, CAS number 22967926, serve as the basis for the GSI criterion; and data for mercuric chloride, CAS number 7487947, serve as the basis for the drinking water, groundwater contact, soil direct contact, and the groundwater protection criteria. Comparison to criteria shall be based on species-specific analytical data only if sufficient facility characterization has been conducted to rule out the presence of other species of mercury. (AA) Use 10,000 ug/l where groundwater enters a structure through the use of a water well, sump or other device. Use 28,000 ug/l for all other uses. (BB) The state drinking water standard for asbestos (fibers greater than 10 micrometers in length) is in units of a million fibers per liter of water (MFL). Soil concentrations of asbestos are determined by polarized light microscopy. (CC) Groundwater: The generic GSI criteria are based on the toxicity of unionized ammonia (NH3); the criteria are 29 ug/L and 53 ug/L for cold water and warm water surface water, respectively. As a result, the GSI criterion shall be compared to the percent of the total ammonia concentration in the groundwater that will become NH3 in the surface water. This percent NH3 is a function of the pH and temperature of the receiving surface water and can be estimated using the following table, taken from Emerson, et al., (Journal of the Fisheries Research Board of Canada, Volume 32(12):2382, 1975). This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Percent NH3 in Aqueous Ammonia Solutions for 0-30 oC and pH 6-10 Temp Temp pH (oF) ( oC) 6.0 6.5 7.0 7.5 8.0 8.5 9.0 9.5 10.0 32.0 0 0.00827 0.0261 0.0826 0.261 0.820 2.55 7.64 20.7 45.3 33.8 1 0.00899 0.0284 0.0898 0.284 0.891 2.77 8.25 22.1 47.3 35.6 2 0.00977 0.0309 0.0977 0.308 0.968 3.00 8.90 23.6 49.4 37.4 3 0.0106 0.0336 0.106 0.335 1.05 3.25 9.60 25.1 51.5 39.2 4 0.0115 0.0364 0.115 0.363 1.14 3.52 10.3 26.7 53.5 41.0 5 0.0125 0.0395 0.125 0.394 1.23 3.80 11.1 28.3 55.6 42.8 6 0.0136 0.0429 0.135 0.427 1.34 4.11 11.9 30.0 57.6 44.6 7 0.0147 0.0464 0.147 0.462 1.45 4.44 12.8 31.7 59.5 46.4 8 0.0159 0.0503 0.159 0.501 1.57 4.79 13.7 33.5 61.4 48.2 9 0.0172 0.0544 0.172 0.542 1.69 5.16 14.7 35.3 63.3 50.0 10 0.0186 0.0589 0.186 0.586 1.83 5.56 15.7 37.1 65.1 51.8 11 0.0201 0.0637 0.201 0.633 1.97 5.99 16.8 38.9 66.8 53.6 12 0.0218 0.0688 0.217 0.684 2.13 6.44 17.9 40.8 68.5 55.4 13 0.0235 0.0743 0.235 0.738 2.30 6.92 19.0 42.6 70.2 57.2 14 0.0254 0.0802 0.253 0.796 2.48 7.43 20.2 44.5 71.7 59.0 15 0.0274 0.0865 0.273 0.859 2.67 7.97 21.5 46.4 73.3 60.8 16 0.0295 0.0933 0.294 0.925 2.87 8.54 22.8 48.3 74.7 62.6 17 0.0318 0.101 0.317 0.996 3.08 9.14 24.1 50.2 76.1 64.4 18 0.0343 0.108 0.342 1.07 3.31 9.78 25.5 52.0 77.4 66.2 19 0.0369 0.117 0.368 1.15 3.56 10.5 27.0 53.9 78.7 68.0 20 0.0397 0.125 0.396 1.24 3.82 11.2 28.4 55.7 79.9 69.8 21 0.0427 0.135 0.425 1.33 4.10 11.9 29.9 57.5 81.0 71.6 22 0.0459 0.145 0.457 1.43 4.39 12.7 31.5 59.2 82.1 73.4 23 0.0493 0.156 0.491 1.54 4.70 13.5 33.0 60.9 83.2 75.2 24 0.0530 0.167 0.527 1.65 5.03 14.4 34.6 62.6 84.1 77.0 25 0.0569 0.180 0.566 1.77 5.38 15.3 36.3 64.3 85.1 78.8 26 0.0610 0.193 0.607 1.89 5.75 16.2 37.9 65.9 85.9 80.6 27 0.0654 0.207 0.651 2.03 6.15 17.2 39.6 67.4 86.8 82.4 28 0.0701 0.221 0.697 2.17 6.56 18.2 41.2 68.9 87.3 84.2 29 0.0752 0.237 0.747 2.32 7.00 19.2 42.9 70.4 88.3 86.0 30 0.0805 0.254 0.799 2.48 7.46 20.3 44.6 71.8 89.0 The generic approach for estimating NH3 assumes a default pH of 8 and default temperatures of 68 F and 85 F for cold water and warm water surface water, respectively. The resulting percent NH3 is 3.8 percent and 7.2 percent for cold water and warm water, respectively. This default percentage shall be multiplied by the total ammonia-nitrogen (NH3-N) concentration in the groundwater and the resulting NH3 concentration compared to the applicable GSI criterion. As an alternative, the maximum pH and temperature data from the specific receiving surface water can be used to estimate, from the table in this footnote, a lower percent unionized ammonia concentration for comparison to the generic GSI. Soil: The generic soil GSI protection criteria for unionized ammonia are 580 ug/kg and 1,100 ug/kg for cold water and warm water surface water, respectively. (DD) Hazardous substance causes developmental effects. Residential direct contact criteria are protective of both prenatal and postnatal exposure. Nonresidential direct contact criteria are protective for a pregnant adult receptor. (EE) The following are applicable generic GSI criteria as required by Section 20120e of the NREPA. Hazardous Substance GSI (ug/L) Notes Phosphorus 1,000 Criteria applicable unless receiving water is a surface water that has a phosphorus waste load allocation or is an inland lake. In those cases, contact the department for applicable values. Total dissolved solids (TDS) 5.0E+5 If TDS data are not available, the TDS criterion may be used a screening level for the sum of the concentrations of the following substances: calcium, chlorides, iron, magnesium, potassium, sodium, sulfate. Dissolved Oxygen (DO): Cold receiving waters Warm receiving waters >7,000 >5,000 Since a low level of DO can be harmful to aquatic life, the criterion represents a minimum level that on-site samples must exceed. This is in contrast to other criteria which represent “not to exceed” concentrations. DO criteria are not applicable if groundwater Carbonaceous Biochemical Oxygen Demand (CBOD) is less than 10,000 ug/L and groundwater ammonia concentration is less than 2,000 ug/L. (FF) The chloride GSI criterion shall be 125 mg/l when the discharge is to surface waters of the state designated as public water supply sources or 50 mg/l when the discharge is to the Great Lakes or connecting waters. Chloride GSI criteria shall not apply for surface waters of the state that are not designated as a public water supply source, however, the total dissolved solids criterion is applicable. (GG) Risk-based criteria are not available for methane due to insufficient toxicity data. An acceptable soil gas concentration (presented for both residential and nonresidential land uses) was derived utilizing 25 percent of the lower explosive level for methane. This equates to 1.25 percent or 8.4E+6 ug/m3. (HH) The residential criterion for sodium is 230,000 ug/l in accordance with the Sodium Advisory Council recommendation and revised Groundwater Discharge Standards. (II) The residential drinking water criterion for 1,4-dioxane is not calculated using the equations of R 299.10 or the toxicological and chemical-physical data as shown in Table 4 of R 299.50. The drinking water criterion is calculated using the United States Environmental Protection Agency’s (U.S. EPA) “Toxicological Review of 1,4-Dioxane,” EPA/635/R-11/003F, September 2013, and the department’s residential exposure algorithms to protect both children and adults from unsafe levels of the chemical. A copy of the U.S. EPA’s “Toxicological Review of 1,4-dioxane,” may be obtained on the U.S. EPA website, www.epa.gov, free of charge as of the time of adoption of these rules. A copy of This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. the department’s residential exposure algorithms may be obtained without charge from the DEQ, RRD, 525 West Allegan Street, Lansing, Michigan 48933. “ID” means insufficient data to develop criterion. “NA”means a criterion or value is not available or, in the case of background and CAS numbers, not applicable. “NLL”means hazardous substance is not likely to leach under most soil conditions. “NLV”means hazardous substance is not likely to volatilize under most conditions. R 299.50 Toxicological and chemical-physical properties. Rule 50. (1) The toxicological and chemical-physical properties used to calculate genericshall be as shown in table 4, except as provided in section 20120a(9) of the act, R299.49(1)(l) and R 299.49(1)(o). (2) Abbreviations used in table 4 have the following meanings when used in this rule: (a)“NA” means not available. (b)“NR” means not relevant. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. APPENDIX A TEC RESUMES This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. ANDREW J. TEMEROWSKI, EP 1 | P a g e I:\mktg\RESUMES\EA\Temerowski\Temerowski Resume 2023.docx TITLE: Environmental Scientist Environmental Assessment Department EDUCATION: BS in Environmental Studies, Biology, 2003 Western Michigan University, Kalamazoo, Michigan PROFESSIONAL DEVELOPMENT: 40-Hour Hazardous Waste Training Certification (OSHA), 2006 8-Hour Hazwoper Training Refresher (Annually) Asbestos Building Inspector Course/Refresher, 2009, 2010-2023 LICENSES/REGISTRATIONS: State of Michigan Accredited Asbestos Inspector #A38677 EXPERIENCE: Mr. Temerowski has over 15 years’ experience conducting Phase I and Phase II Environmental Site Assessments as well as Baseline Environmental Assessments; including identification, evaluation, quantification, and sampling of suspect asbestos containing materials, as well as National Environmental Policy Act (NEPA) checklists. Field activities include coordination of environmental investigations and supervising and performing environmental laboratory analyses. Mr. Temerowski is qualified as an Environmental Professional (EP) per 40 CFR 312. SAMPLING OF PROJECTS: Environmental Site Assessments Phase I Environmental Site Assessments associated with various industrial, commercial, and residential sites including the following: Commercial and light industrial properties throughout Michigan. Various Industrial / manufacturing / automotive facilities throughout Michigan. Retail businesses and restaurants throughout Michigan. Numerous parcels of undeveloped property of various sizes in Michigan. Agricultural properties and farmsteads in rural areas of Michigan. Apartment complex and hotel throughout Michigan and Ohio. Subsurface Investigations Phase II Subsurface Investigations associated with various industrial, commercial, and residential sites in Michigan including the following: Numerous soil and groundwater investigations completed at undeveloped properties, farmsteads, automotive related properties, commercial and light industrial businesses, and residential properties. Soil, soil gas and groundwater sampling events at various commercial properties and adjacent to landfills in Michigan. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. ANDREW J. TEMEROWSKI, EP SAMPLING OF PROJECTS: Cont. 2 | P a g e I:\mktg\RESUMES\EA\Temerowski\Temerowski Resume 2023.docx Underground Storage Tank Experience Phase II soil and groundwater assessments associated with UST removals and closures at various residential, commercial, and municipal sites in Michigan including the following: City of Detroit orphan tanks - Detroit, Michigan City of Ann Arbor orphan tank – Ann Arbor, Michigan Farmstead, Van Buren Township, Michigan Township of Waterford Public Schools Asbestos Surveys Limited bulk sampling and reporting for the purpose of transactions, renovations, or demolitions of numerous commercial and residential properties throughout southeast Michigan. Hazardous Materials Surveys Performed hazardous materials surveys for private sector and local municipal clients of buildings in southeast Michigan targeted for renovation or demolition, addressing an assortment of hazardous materials and equipment potentially containing hazardous materials including but not limited to emergency lighting fixtures, exit signs, fluorescent light bulbs and ballasts, high-intensity discharge lights, batteries, maintenance and cleaning chemicals, compressed gas containers, refrigerant- containing equipment, electrical panels, electrical switches, circuit breaker panels, and electronic equipment. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. DONALD C. KAYLOR, PG (IN, TN), EP 1 |P a g e I:\mktg\RESUMES\EA\Kaylor\Kaylor.docx TITLE:Manager, Environmental Assessment EDUCATION: Graduate Diploma in Waste Management &Groundwater Contamination, McGill University Master of Science (Geology), McGill University Bachelor of Science (Geology), McGill University LICENSES/REGISTRATIONS: Professional Geologist (PG), #1584, Indiana Professional Geologist (PG), #TN2438, Tennessee Certified UST Professional (CP), #663, Michigan Certified Class A UST System Operator, Michigan Certified Class B UST System Operator, Michigan Certified Stormwater Operator (CSO) for Construction Sites, #03033, Michigan Certified Stormwater Operator (CSO) for Industrial Sites, #05834, Michigan Asbestos Inspector, #A22920, Michigan PROFESSIONAL DEVELOPMENT: OSHA 40-Hour, 8-Hour Supervisor, & Current 8-Hour Annual Refresher Safety Training Underground & Aboveground Storage Tank Inspector, University of Wisconsin Environmental Assessment for Commercial Real Estate, ASTM Asbestos Building Inspector Training Vapor Intrusion Pathway Training, ITRC IAQ/Mold Inspector Certified Project Manager Cleanup Criteria Training, Michigan DEQ Risk-Based Corrective Action Applied at Petroleum Release Site, ASTM First Aid and CPR, American Red Cross EXPERIENCE: Mr. Kaylor is a Professional Geologist (IN, TN), a Certified Underground Storage Tank Professional (MI), and is qualified as an Environmental Professional (EP) per 40 CFR 312, with more than 2 years of progressively responsible environmental consulting experience in Michigan.Previously, Mr. Kaylor was an oil and gas exploration geologist.He specializes in conducting or overseeing all aspects of environmental due diligence, hydrogeological investigation, contamination assessment, Risk-Based Corrective Action, and UST/leaking UST projects.As Manager of Environmental Assessment, his responsibilities include department and project management, report writing, client consultation, staff training and supervision, senior technical review, department P/L, and business development. SAMPLING OF PROJECTS: Environmental Due Diligence/Investigation Project Experience: MDOT & Windsor-Detroit Bridge Authority; Gordie Howie International Bridge, Detroit, MI: Conducted multiple Phase I ESAs, Preliminary Site Assessments, Baseline Environmental Assessments (BEAs), &Due Care Plans (DCPs)to support parcel acquisition (MDOT) and parcel leasing (WDBA). Greektown Casino LLC;Former Wayne County Sheriff’s Administration Building (Greektown Valet Parking Deck), Detroit, MI: Conducted Phase I ESA, Phase II ESA,supplemental chromium sampling,BEA,& DCP to support property acquisition. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. DONALD C. KAYLOR, PG (IN, TN), CP (MI), EP, Cont. SAMPLING OF PROJECTS: Cont. 2 |P a g e Standard Federal Bank; RJ Marshall sites, Various Locations: Managed multi-state Phase I ESA portfolio (California, Arkansas, & Michigan).Additional detailed regulatory review services provided on critical sites. Private Owner; Proposed Retail Gas Station, Ecorse, MI: Conducted Phase I ESA, Phase II ESA, &Type S BEA (affirmed by DEQ) on former gas station. State of Michigan, Department of Transportation; Proposed Transportation Service Center, Pontiac, MI: Conducted Phase I ESA, Phase II/III drilling investigations, BEA, &Section 7a (Due Care) Compliance Analysis on former State Psychiatric Hospital facility. Greektown Casino LLC; Multiple Property Refinancing, Detroit, MI: Conducted multi-property Phase I ESAs to support refinancing.Subsequently conducted update of Phase I ESAs in March 2017. Detroit Brownfield Redevelopment Authority; Former Conrail Property, Detroit, MI: Conducted a Phase I ESA, Phase II ESA, BEA, Due Care consulting, & extensive client consultation as part of City plan to market property coincidental with the extensive Uniroyal cleanup on adjacent land. Casmere/Halanski; Sterling Heights, MI: Phase I ESA on former 58-acre landfill. State of Michigan, Department of Transportation; Proposed Transportation Service Center, Detroit, MI: Conducted Phase I ESA, geophysical investigation (GPR/EM), Phase II/III drilling investigations, & Section 7a (Due Care) Compliance Analysis on former automobile manufacturing facility. Taktix; University Preparatory Academy Elementary School II, Detroit, MI Conducted a Phase I ESA & Phase II ESA,&assessed site for possible presence of USTs.Report preparation. State of Michigan, Department of Transportation; Multiple Transportation Corridors, MI: Conducted Preliminary Site Investigations (PSIs) including review of PACs reports, environmental drilling, field-screening, laboratory analysis, report preparation,&client consultation. State of Michigan, Department of Transportation; Proposed Transportation Service Center, Detroit, MI: Conducted Phase I ESA, geophysical investigation (GPR/EM), Phase II/III drilling investigations,&Section 7a (Due Care) Compliance Analysis on former automobile manufacturing facility. Detroit Edison; Fermi Nuclear Power Plant, Newport, MI: Project management, data validation,& low-stress field sampling for multiple parameters to support a Combined Operating License Application (COLA) for a new reactor (Fermi 3). UST / Petroleum Project Experience: Amoco; Multiple Sites, MI: Project manager/certified UST professional for multi-site long-term quarterly/annual groundwater monitoring &free product recovery programs. State of Michigan, Department of Environmental Quality; Mercury Manufacturing Site, River Rouge, MI: Project manager for Leaking Underground Storage Tank Acute Risk Abatement Project. Extensive investigation &remediation of free product. State of Michigan, Department of Management &Budget; Flint State Office Building, Flint, MI: Certified UST Professional and project manager for UST removal and Leaking UST investigation, risk assessment (RBCA),&closure project.Conducted on an expedited basis to prevent release from adversely impacting existing construction project schedule. Almont Schools; Former High School, Almont, MI: Certified UST Professional and senior reviewer for long-term groundwater monitoring program for leaking UST.Assisted with Adaptive Reuse Study, Leaking UST reporting, risk assessment, well maintenance &repair. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. DONALD C. KAYLOR, PG (IN, TN), CP (MI), EP, Cont. SAMPLING OF PROJECTS: Cont. 3 |P a g e Charter Township of West Bloomfield; Fire Station No. 2, West Bloomfield, MI: Certified UST Professional and project manager for Underground Storage Tank removal, Leaking Underground Storage Tank investigation,&unrestricted residential RBCA closure. State of Michigan, Department of Environmental Quality; Berrien County, MI: Project manager/certified UST professional for investigations/acute risk abatement of drinking water impact from abandoned former gasoline station. Troy School District Transportation Department; Troy, MI: Certified UST Professional for Leaking UST investigation, contaminated groundwater investigation, risk assessment (RBCA), reporting (Initial Assessment &Closure reports). Walther P Reuther Psychiatric Hospital;Westland, MI: Senior Geologist/Reviewer for investigation of impacted soil causing vapor intrusion into hospital.Soil sampling, analyses, risk assessment, reporting,&client Consultation. Mobil Oil Corporation; Multiple Sites, MI: Project manager/certified UST professional for multi-site investigations, RBCA risk assessments, long-term quarterly/annual groundwater monitoring program,&site closures/delisting. Lincoln Plaza, Warren, MI: Certified Professional for UST registration, removal, site assessment/release discovery, investigation,&closure reporting for orphan UST discovered during construction activities. Detroit Catholic Pastoral Alliance Residential Re-Development, Detroit, MI: Managed investigation for orphan USTs and known petroleum releases to assist client with multi-family housing redevelopment.Conducting GPR &drilling/sampling investigations to locate additional UST and assess site especially for vapor intrusion concerns. Provided documentation to support MSHDA application. Coca-Cola Enterprises North; Multiple Sites, MI: Project geologist for investigation and remediation of leaking UST plumes via soil excavation &thermal destruction; report preparation. Multi-site long- term quarterly/annual groundwater monitoring program. Birmingham Cleaners; Birmingham, MI: Project manager for removal of two diesel USTs and closures in place of two solvent USTs, including regulatory reporting,on-site supervision of confined space entry, & cleaning of USTs. Lincoln Plaza,Warren, MI: Certified Professional for UST registration, removal, site assessment/release discovery, investigation, &closure reporting for orphan UST discovered during construction activities. National Steel; Zug Island, MI: Project manager/certified UST professional for multi-site investigations, RBCA risk assessments,&long-term monitoring.Recovered several thousand gallons of free product. Brownfields Project Experience: Detroit Building Authority, Former Joe Louis Arena Demolition & Redevelopment, Detroit, MI: Conducted Phase I ESA, Phase II ESA, & Due Care consulting. Preparation of Act 381 Work Plan to obtain tax increment financing (TIF).Coordinated with local/state technical personnel & elected officials. Private Developer, City of Highland Park, Wayne County; Former Manufacturing Site, Highland Park, MI: Extensive site investigation and remediation.Preparation of Brownfield/Act 381 Work Plan to obtain TIF. Private Developer & City of Warren; Former Equipment Manufacturing Inc. Site, Warren, MI: Assessed site conditions and prepared Brownfields Investigation Work Plan for Michigan DEQ approval under Site Reclamation.Coordinated with city personnel, site developer, and DEQ to This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. DONALD C. KAYLOR, PG (IN, TN), CP (MI), EP, Cont. SAMPLING OF PROJECTS: Cont. 4 |P a g e facilitate redevelopment of contaminated former heavy industrial property and ensure compliance with reimbursement/brownfield credits requirements. Compliance/Health & Safety Project Experience: Grand Ledge Public Schools: Grand Ledge, MI: Manager and Senior Reviewer for Environmental Health &Safety Management program.Supervised review of current Environmental Health & Safety Management plans (e.g., personal protective equipment, playground safety management, medication disposal).Researched current regulations and guidance.Deliverables included compliance plans, informational summaries, website postings,&training materials.Managed annual training sessions for school employees. Hazardous Substances Project Experience: Arte Express Detroit; Former Packard Plant; Detroit, MI: Managed hazardous materials/regulated waste surveys, reporting, and recommendations.Provided consultation on due care obligations and up to 50 suspected orphan/abandoned USTs. Hopkins International Airport; Cleveland, OH: On-site environmental consulting services related to investigation and recovery of de-icing fluids from the subsurface.Obtained security clearance & safety training to conduct on-site work.On-site monitoring of de-icing fluids recovery. South Macomb Disposal Authority (SMDA) Landfill Site #11, Macomb County, MI: Project management, analytical data/peer review and validation, assessment of field sampling and laboratory techniques and results, and groundwater monitoring report preparation for multi-year quarterly groundwater sampling and monitoring of a landfill. Marysville Public Schools; Middle School, Marysville MI: Manager and Senior Technical Reviewer for Science Waste Drain Line Assessment and Remediation. Rapid response assessment of impact (soil/groundwater, health & safety for workers/students) from the release of hazardous waste material originating from chemistry classrooms.Waste characterization/disposal assistance, bid spec preparation, remediation design and contractor supervision, mercury vapor monitoring, verification of soil remediation, client consultation,&documentation.Consulted on exceedances at outfalls to sanitary sewers,&interaction with wastewater treatment plant to resolve regulator concerns. West Lake Landfill; St. Louis, MO: Project geologist for RI/FS investigation and risk assessment of radioactive waste disposal site, including development of ARARs. Neumann Smith & Associates; Oak Pointe Church, Novi, MI: Conducted investigation of arsenic impacted soil prior to site redevelopment.Performed drilling &soil sampling, statistical data evaluation,&report preparation. Mass Transit Authority; Flint, MI: Project manager for investigation of risk assessment of arsenic- impacted soil that was scheduled to be removed from various project locations.Performed soil sampling, data evaluation, risk assessment,&risk management consulting regarding worker health and safety and waste relocation for a transportation improvement project. TECHNICAL SOCIETY AFFILIATIONS: Michigan Association of Environmental Professionals, Immediate Past President (2013-2014), President (2012-2013), Vice-President (2009-2012), & Board Member (2007-2009) This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. APPENDIX B SOIL BORING LOGS This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Testing Engineers & Consultants, Inc. APPENDIX C LABORATORY ANALYTICAL REPORTS This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Metals Organics - Semi-Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Organics - Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Metals Organics - Semi-Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Organics - Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Organics - Semi-Volatiles Organics - Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Metals Organics - Semi-Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Organics - Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Metals Organics - Semi-Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Organics - Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Metals Organics - Semi-Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Organics - Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Metals Organics - Semi-Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Organics - Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Organics - Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Organics - Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Metals Organics - Semi-Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Organics - Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Metals Organics - Semi-Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Organics - Volatiles This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. X X X X X X X X X X X X X X X X X X X This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Organics This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Organics This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Organics This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Organics This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Organics This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Organics This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Organics This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Organics This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Organics This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. Extraction / Prep. Inorganics Organics This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. X X X X X X X X X X X X X X X X X X X This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. This document was created by an application that isn’t licensed to use novaPDF. Purchase a license to generate PDF files without this notice. 4872-0955-6119 v1 [9007-449] Note: This notice must be not less than ¼ page in size in the newspaper. NOTICE OF INTENT TO ISSUE BONDS BY THE COUNTY OF OAKLAND, MICHIGAN NOTICE IS HEREBY GIVEN, that the County of Oakland, Michigan, intends to issue bonds in one or more series in the aggregate principal amount of not to exceed $5,000,000 for the purpose of defraying all or part of the cost of acquiring, constructing and installing sewage disposal system improvements and facilities to improve the County’s City of Pontiac Sewage Disposal System (the "System") to serve the users of the System and the residents of the County of Oakland, which improvements shall include without limitation the replacement of sanitary sewer mains, construction of new sanitary sewer mains, a new pump station, valve vault, and sewer force main, and improvements to related facilities as well as all work necessary and incidental to these improvements, including without limitation the restoration of property, streets, rights-of-way, and easements affected by the improvements. The bonds will bear interest from their date at a rate or rates to be determined at competitive and/or negotiated sales but in no event to exceed such rates as may be permitted by law. The bonds will be issued under and pursuant to the provisions of Act No. 34, Public Acts of Michigan, 2001, as amended, and the principal of and interest on the bonds are expected to be paid from revenues of the System. In addition, the full faith and credit of the County will be pledged to pay the principal of and interest on the bonds as the same shall become due. The County will be obligated, as a first budget obligation, to advance moneys from its general funds or to levy ad valorem taxes on all taxable property within its corporate boundaries to pay the principal of and interest on the bonds as the same shall become due to the extent that the revenues of the System are not sufficient for such purpose; provided, however, that the ability of the County to raise such moneys is subject to applicable constitutional and statutory limitations on the taxing power of the County. Sources of repayment of the principal of and interest on the bonds may also include any other monies lawfully available for the repayment thereof. RIGHT TO PETITION FOR REFERENDUM This notice is given, by order of the Board of Commissioners of the County of Oakland, to and for the benefit of the electors of the County of Oakland in order to inform them of their right to petition for a referendum upon the question of the issuance of the aforesaid bonds. The bonds will be issued, without submitting such a question to a vote of the electors, unless within 45 days after the date of publication of this notice a petition requesting a referendum upon such question, signed by not less than 10% or 15,000 of the registered electors residing within the County of Oakland, whichever is the lesser, shall have been filed with the undersigned County Clerk. In the event that such a petition is filed, the bonds will not be issued unless and until the issuance thereof shall have been approved by the vote of a majority of the electors of the County of Oakland qualified to vote and voting thereon at a general or special election. FURTHER INFORMATION Further information relative to the issuance of said bonds and the subject matter of this notice may be secured at the office of the Clerk of the County of Oakland, 1200 North Telegraph Road, Pontiac, Michigan 48341. This notice is given pursuant to the provisions of Act 34, Public Acts of Michigan, 2001, as amended. LISA BROWN, Clerk County of Oakland Site PART OF THE NORTHWEST 1/4 OF SECTION 27, T.3N., R.10E., CITY OF PONTIAC, OAKLAND COUNTY, MICHIGAN C-0 Cover Sheet C-1 General Construction Notes & Test Bore Logs C-2 Bypass Pumping Details C-3 Temporary Traffic Control Plan, Notes & Details C-4 Demolition Plan C-5 Demolition Plan C-6 Sanitary Sewer Plan C-7 Sanitary Sewer Plan C-8 Sanitary Sewer Plan C-9 Sanitary Sewer Profiles C-10 Sanitary Sewer Profiles C-11 Sanitary Sewer Profiles C-12 Paving Plan C-13 Paving Plan PUMP STATION PS-1 Pump Station & Valve Vault Details E-1 General Electrical Symbols & Abbreviations E-2 General Electrical Notes & Area Classifications E-3 Electrical One-Line Diagram & Panel Schedules E-4 Electrical Riser Diagram E-5 Electrical Control Panel Layout E-6 Electrical Standard Details WRC STANDARDS 1 of 3 Low Pressure Sewer Details 2 of 3 Low Pressure Sewer Details 3 of 3 Low Pressure Sewer Details 1 of 2 Sanitary Sewer Details 2 of 2 Sanitary Sewer Details 1 of 1 S.E.S.C. Details CONSTRUCTION DOCUMENTS Prepared For Oakland County Water Resources Commissioner Project Name N & F JOB #I999 LOCATION MAP SHEET INDEX ISSUED/REVISED: 12/16/2022 50% DRAWINGS 12/13/2023 90% DRAWINGS Mechanical Engineer (Pump) APPLIED SCIENCE, INC. 21455 Melrose Avenue Building R, Suite 12 Southfield, MI 48075 Tel. (313) 567-3990 Web. www.asi-detroit.com CONTACT: Dane M. Wiebe Cell (734) 709-7369 email: dwiebe@asi-detroit.com OAKLAND COUNTY WRC One Public Works Drive Building 95 West Waterford, MI 48328 CONTACT: Joel Brown, P.E Cell: (248) 410-4908 email: brownjt@oakgov.com Owner / Developer MARTIN LUTHER KING JR BLVD PUMP STATION & SANITARY SEWER IMPROVEMENTS NF N Know what's below Call before you dig. R Civil Engineer NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 CONTACT: James D. Klinkenberger, CFM Cell (248) 722-9621 email: jimk@nfe-engr.com NF Civil Engineers Land Surveyors Land Planners ENGINEERS NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 WWW.NOWAKFRAUS.COMJim Nash ESTIMATED QUANTITIES (FOR INFORMATIONAL PURPOSES ONLY) QUANTITY NOTE: ESTIMATED QUANTITIES ARE FOR INFORMATIONAL PURPOSES ONLY. THE ENGINEER MAKES NO ASSURANCES AS TO THE ACCURACY OF THE ESTIMATED QUANTITIES. THE CONTRACTOR SHALL MAKE THEOR OWN DETERMINATION BASED ON THE EXTENT OF THE WORK AND QUANTITIES NEEDED BASED ON THEIR ANTICIPATED OPERATIONS. THE OWNER OR ENGINEER IS NOT RESPONSIBLE FOR ANY DIFFERENCES IN QUANTITIES. (INCIDENTAL TO CONTRACT) General Construction Notes & Test Bore Logs C-1 SCALE: Know what's belowCallbefore you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DATE ISSUED/REVISED DRAWN BY: DESIGNED BY: APPROVED BY: DATE: sheet no. I999 NFE JOB NO. 12/16/2022 50% Drawings NF civil Engineers Land Surveyors Land Planners ENGINEERS NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 WWW.NOWAKFRAUS.COM Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 12/12/2022 90% Drawings not for construction 050100 50 100 150 1" = 100' N/A N/A N/A FORCEMAIN AND GRAVITY SEWER CONSTRUCTION NOTES GENERAL CONSTRUCTION NOTES GENERAL CONSTRUCTION NOTES (CONTINUED) SOIL EROSION CONTROL FORCEMAIN AND GRAVITY SEWER TESTING NOTES UTILITIES NOTE Bypass Pumping Details C-2 SCALE: Know what's belowCallbefore you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DATE ISSUED/REVISED DRAWN BY: DESIGNED BY: APPROVED BY: DATE: sheet no. I999 NFE JOB NO. 12/16/2022 50% Drawings NF civil Engineers Land Surveyors Land Planners ENGINEERS NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 WWW.NOWAKFRAUS.COM Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 12/12/2022 90% Drawings not for construction 050100 50 100 150 1" = 100' N/A N/A N/A · · · · · 2' 4" MIN.FINISH GRADE AT ROAD TEMPORARY PLUG (TYP.) DISCHARGE MANHOLE EXISTING MANHOLE TO BE BYPASSED SUCTION MANHOLE TEMPORARY PLUG (TYP.) EXISTING MANHOLE TO BE BYPASSED LENGTH OF BYPASS PUMPING NOT PROVIDED. REFER TO PLAN SHEETS FOR BYPASS PIPING ROUTE PRIMARY SUCTION LINE BACKUP SUCTION PUMP MANHOLE SURCHARGE LEVEL (1) FINISH GRADE AT GREENBELT EXISTING SEWER TO BE BYPASSED 2' MIN TO BE PLACED AND REMOVED DAILY PER BYPASS OPERATION (INCLD. TO THE BYPASS OPERATION) IF REQUIRED, PLACE TEMPORARY MANHOLE WALL BARREL ABOVE GRADE TO ACCOMMODATE DISCHARGE PIPING AND PROVIDE FALL PROTECTION. PROVIDE ODOR CONTROL AND FALL HAZARD MEASURES TO ALL PERSONNEL AND WILDLIFE. IF REQUIRED, PLACE TEMPORARY MANHOLE WALL BARREL ABOVE GRADE TO ACCOMMODATE DISCHARGE PIPING AND PROVIDE FALL PROTECTION. PROVIDE ODOR CONTROL AND FALL HAZARD MEASURES TO ALL PERSONNEL AND WILDLIFE. BYPASS PIPING TO BE HDPE PER SECTION 02662 OF THE CONTRACT DOCUMENTS HIGH FLOW SUCTION LINE (AVAILABLE FOR STANDBY) SEWER LINE SIZE % FULL VELOCITY FLOW (MGD) FLOW (GPM) APPROX. PUMP SIZE 8"25 %1' / sec 0.1 40 2" - 3" 8"50 %1' / sec 0.1 80 4" 8"50 %2' / sec 0.2 160 4" 8"100 %1' / sec 0.2 160 4" 8"100 %2' / sec 0.5 320 4" 12"50 %1' / sec 0.25 175 4" 12"50 %2' / sec 0.5 350 4" 12"100 %1' / sec 0.5 350 4" 12"100 %2' / sec 1 700 6" 14"50 %1' / sec 0.35 245 4" 14"50 %2' / sec 0.7 490 4" - 6" 14"100 %1' / sec 0.7 490 4" - 6" 14"100 %2' / sec 1.4 980 6" 16"50 %1' / sec 0.45 315 4" 16"50 %2' / sec 0.9 630 4" - 6" 16"100 %1' / sec 0.9 630 4" - 6" 16"100 %2' / sec 1.8 1260 6" - 8" 18"50 %1' / sec 0.6 403 4" - 6" 18"50 %2' / sec 1.2 805 6" 18"100 %1' / sec 1.2 805 6" 18"100 %2' / sec 2.3 1610 8" 20"50 %1' / sec 0.7 490 4" - 6" 20"50 %2' / sec 1.4 980 6" 20"100 %1' / sec 1.4 980 6" 20"100 %2' / sec 2.8 1960 8" 24"50 %1' / sec 1 700 6" 24"50 %2' / sec 2 1400 8" 24"100 %1' / sec 2 1400 8" 24"100 %2' / sec 4 2800 12" PROPOSED SEWER TO BE BYPASSED BYPASS PUMP DISCHARGE PIPING USE LAY-FLAT HOSES AT DRIVEWAY CROSSINGS SUCTION PIPING SMALL PUMP(S) MAY BE REQUIRED TO BYPASS ACTIVE LATERAL SERVICES UPSTREAM PROVIDE FALL HAZARD PROTECTION FOR OPEN MANHOLE ALL ACTIVE BYPASS PUMPING EQUIPMENT SHALL BE LOCATED IN A WORK-ZONE PROTECTED BY BARRICADES AND SIGNS IN ACCORDANCE WITH THE CONTRACT PLANS AND SPECIFICATIONS REFER TO MAINTAINING CONTROL DETAILS FOR BARRICADE AND SIGN PLACEMENT MAINTAIN LOCAL ACCESS Temporary Traffic Control Plan, Notes & Details C-3 SCALE: Know what's belowCallbefore you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DATE ISSUED/REVISED DRAWN BY: DESIGNED BY: APPROVED BY: DATE: sheet no. I999 NFE JOB NO. 12/16/2022 50% Drawings NF civil Engineers Land Surveyors Land Planners ENGINEERS NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 WWW.NOWAKFRAUS.COM Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 12/12/2022 90% Drawings not for construction J. Klinkenberger J. Klinkenberger C. Findley 1" = 30' 01530 15 30 45 NF N EW S MAINTAINING TRAFFIC CONTROL NOTES TO SEWAGE TREATMENT PLANT EAST BOULEVARD WWTPMARTIN LUTHER KING JR. BLVD. (120 ' WIDE) BENCHMARK Demolition Plan C-4 SCALE: Know what's belowCallbefore you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DRAWN BY: DESIGNED BY: APPROVED BY: DATE: NF NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 civil Engineers Land Surveyors Land Planners ENGINEERS sheet no. I999 NFE JOB NO. Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan DATE ISSUED/REVISED 12/16/2022 50% Drawings 12/12/2022 90% Drawings not for construction 01530 15 30 45 Location Map NF N EW S Site 1" = 30' NF N EW S C. Findley J. Nelson TOPOGRAPHIC SURVEY NOTES DEMOLITION NOTES GENERAL TREE PROTECTION NOTES LEGEND TREE PROTECTION DETAIL-SECTION TREE PROTECTION DETAIL-PLAN FEATHER S T O N E S T . ( 1 2 0 ' W D . ) FEATHER S T O N E S T . ( 1 2 0 ' W D . )UNIVERSITYDRIVEMARTIN LUTHER KING JR. BLVD. (120' WD.)UNIVERSITY DRIVEDemolition Plan C-5 SCALE: Know what's belowCallbefore you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DRAWN BY: DESIGNED BY: APPROVED BY: DATE: NF NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 civil Engineers Land Surveyors Land Planners ENGINEERS sheet no. I999 NFE JOB NO. Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan DATE ISSUED/REVISED 12/16/2022 50% Drawings 12/12/2022 90% Drawings not for construction 01530 15 30 45 1" = 30' C. Findley J. Nelson Location Map NF N EW S Site NF N EW S TOPOGRAPHIC SURVEY NOTES LEGEND TO SEWAGE TREATMENT PLANT EAST BOULEVARD WWTPMARTIN LUTHER KING JR. BLVD. (120 ' WIDE) BENCHMARK T1 S2 VV S1A P S1B Sanitary Structure Schedule Structure Name #P PR. SAN. PUMP STATION WET WELL #S1A PR. 5' DIA. SAN. MH #S1B PR. 5' DIA. SAN. MH #S2 PR. 5' DIA. SAN. MH #S3 PR. 5' DIA. SAN. MH #S4 PR. 5' DIA. SAN. MH #S5 PR. 4' DIA. SAN. MH #S6 PR. 4' DIA. SAN. MH #S7 PR. 5' DIA. SAN. MH (W/ DROP CONNECTION) #S8 PR. 4' DIA. SAN. MH #T1 TAP EX. STRUCTURE FOR FORCE MAIN OUTLET CONNECTION TO EX. 78" DIA. GRAVITY SEWER. #T2 TAP EX. SAN. MH 155 #T3 TAP EX. SAN. MH #VV PR. 8'x9' VALVE VAULT Structure Details PR. RIM 889.70 PR. 8" S. INV. 882.00 PR. 24" N. INV. 882.60 PR. RIM 893.50 PR. RIM 889.70 PR. 24" S. INV. 882.65 PR. 24" W. INV. 882.65 PR. RIM 890.00 PR. 24" E. INV. 882.93 PR. 24" N. INV. 883.00 PR. RIM 892.50 PR. 24" S. INV. 883.75 PR. 24" N. INV. 883.75 PR. RIM 894.50 PR. 24" S. INV. 884.02 PR. 12" N. INV. 884.48 PR. 18" E. INV. 885.28 PR. RIM 901.40 PR. 12" S. INV. 888.00 PR. 12" N. INV. 888.00 PR. RIM 910.60 PR. 12" S. INV. 892.15 PR. 12" NE. INV. 892.15 PR. RIM 895.50 PR. 18" W. INV. 885.66 PR. 15" E. INV. 885.66 PR. RIM 904.83 PR. 15" W. INV. 893.75 PR. 15" NE. INV. 893.85 PR. RIM 893.50 PR. RIM 912.91 PR. 12" SW. INV. 893.75 PR. RIM 905.57 PR. 15" SW. INV. 894.38 PR. RIM 889.70 PR. 8" N. INV. 882.00 Sanitary Sewer Plan C-6 SCALE: Know what's belowCallbefore you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DATE ISSUED/REVISED DRAWN BY: DESIGNED BY: APPROVED BY: DATE: sheet no. I999 NFE JOB NO. 12/16/2022 50% Drawings NF civil Engineers Land Surveyors Land Planners ENGINEERS NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 WWW.NOWAKFRAUS.COM Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 12/12/2022 90% Drawings not for construction J. Klinkenberger J. Klinkenberger C. Findley 1" = 30' 01530 15 30 45 Location Map NF N EW S Site NF N EW S LEGEND UTILITIES DAMAGE TO PRIVATE PROPERTY DEWATERING OF TRENCH AND EXCAVATIONS BY-PASS PUMPING MEANS AND METHODS FOR PIPE CONSTRUCTION MAINTENANCE OF TRAFFIC IRRIGATION SUB-SOIL CONDITIONS SUBGRADE UNDERCUTTING AND PREPARTION STRUCTURE BACKFILL TRENCH BACKFILL SOIL EROSION / SEDIMENTATION CONTROL MISCELLANEOUS NOTES MANHOLE NO. S1A NOTE FEATHER S T O N E S T . ( 1 2 0 ' W D . ) FEATHER S T O N E S T . ( 1 2 0 ' W D . )UNIVERSITYDRIVEMARTIN LUTHER KING JR. BLVD. (120' WD.)UNIVERSITY DRIVES4 T2 S6 S5 S3 S7 S8 T3 LOCATE AND EXPOSE EX. SERVICE LOCATION PRIOR TO CONSTRUCTION. EXISTING SERVICE TO BE MAINTAINED AT ALL TIMES THROUGH TO REINSTATEMENT INTO MANHOLE NO. 7 (INCIDENTAL TO CONTRACT) Sanitary Structure Schedule Structure Name #P PR. SAN. PUMP STATION WET WELL #S1A PR. 5' DIA. SAN. MH #S1B PR. 5' DIA. SAN. MH #S2 PR. 5' DIA. SAN. MH #S3 PR. 5' DIA. SAN. MH #S4 PR. 5' DIA. SAN. MH #S5 PR. 4' DIA. SAN. MH #S6 PR. 4' DIA. SAN. MH #S7 PR. 5' DIA. SAN. MH (W/ DROP CONNECTION) #S8 PR. 4' DIA. SAN. MH #T1 TAP EX. STRUCTURE FOR FORCE MAIN OUTLET CONNECTION TO EX. 78" DIA. GRAVITY SEWER. #T2 TAP EX. SAN. MH 155 #T3 TAP EX. SAN. MH #VV PR. 8'x9' VALVE VAULT Structure Details PR. RIM 889.70 PR. 8" S. INV. 882.00 PR. 24" N. INV. 882.60 PR. RIM 893.50 PR. RIM 889.70 PR. 24" S. INV. 882.65 PR. 24" W. INV. 882.65 PR. RIM 890.00 PR. 24" E. INV. 882.93 PR. 24" N. INV. 883.00 PR. RIM 892.50 PR. 24" S. INV. 883.75 PR. 24" N. INV. 883.75 PR. RIM 894.50 PR. 24" S. INV. 884.02 PR. 12" N. INV. 884.48 PR. 18" E. INV. 885.28 PR. RIM 901.40 PR. 12" S. INV. 888.00 PR. 12" N. INV. 888.00 PR. RIM 910.60 PR. 12" S. INV. 892.15 PR. 12" NE. INV. 892.15 PR. RIM 895.50 PR. 18" W. INV. 885.66 PR. 15" E. INV. 885.66 PR. RIM 904.83 PR. 15" W. INV. 893.75 PR. 15" NE. INV. 893.85 PR. RIM 893.50 PR. RIM 912.91 PR. 12" SW. INV. 893.75 PR. RIM 905.57 PR. 15" SW. INV. 894.38 PR. RIM 889.70 PR. 8" N. INV. 882.00 Sanitary Sewer Plan C-7 SCALE: Know what's belowCallbefore you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DATE ISSUED/REVISED DRAWN BY: DESIGNED BY: APPROVED BY: DATE: sheet no. I999 NFE JOB NO. 12/16/2022 50% Drawings NF civil Engineers Land Surveyors Land Planners ENGINEERS NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 WWW.NOWAKFRAUS.COM Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 12/12/2022 90% Drawings not for construction J. Klinkenberger J. Klinkenberger C. Findley 1" = 30' 01530 15 30 45 Location Map NF N EW S Site NF N EW S LEGEND WRC MANHOLE POT106126 DIVERSION DETAIL NF N EW S POT106126 (EXISTING 18" SANITARY SEWER) 893 896 899 902 905 908 911 914 917 920 890 893 896 899 902 905 908 911 914 917 920 890 Sanitary Sewer Plan C-8 SCALE: Know what's belowCallbefore you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DATE ISSUED/REVISED DRAWN BY: DESIGNED BY: APPROVED BY: DATE: sheet no. I999 NFE JOB NO. 12/16/2022 50% Drawings NF civil Engineers Land Surveyors Land Planners ENGINEERS NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 WWW.NOWAKFRAUS.COM Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 12/12/2022 90% Drawings not for construction J. Klinkenberger J. Klinkenberger C. Findley 1" = 30' / 1"=3' 01530 15 30 45 Location Map NF N EW S Site NF N EW S LEGEND AOI LOCATION AND ACCESS MAP AOI ACCESS POINT "D" ACCESS POINT "C" DET3 AMAZONKALTZ EXCAVATING (Station -0+50.00 - 12+00.00) S4 S3 P VV T1 MARTIN LUTHER KING JR. BOULEVARD CALCULATED PEAK WET WEATHER FLOW = 10.34 c.f.s.FEATHERSTONE STREETPIPE CAPACITY 12" PIPE @ 2.03% = 5.50 c.f.s. PIPE CAPACITY 24" PIPE @ 0.25% = 12.26 c.f.s. PIPE CAPACITY 24" PIPE @ 0.25% = 12.26 c.f.s. S2 S1B S1A TRENCHLESS PIPE INSTALLATION - BID: PILOT TUBE (ALT: BORE & JACK) TRENCHLESS PIPE INSTALLATION BID: PILOT TUBE (ALT: BORE & JACK) Sanitary Sewer Profiles C-9 SCALE: Know what's belowCallbefore you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DATE ISSUED/REVISED DRAWN BY: DESIGNED BY: APPROVED BY: DATE: sheet no. I999 NFE JOB NO. 12/16/2022 50% Drawings NF civil Engineers Land Surveyors Land Planners ENGINEERS NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 WWW.NOWAKFRAUS.COM Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 12/12/2022 90% Drawings not for construction J. Klinkenberger J. Klinkenberger C. Findley 1" = 30' / 1"=3' 01530 15 30 45 (Station -0+50.00 - 12+00.00) 867 870 873 876 879 882 885 888 891 894 897 900 903 906 909 912 915 918 S4T2S6S5 S3 CALCULATED PEAK WET WEATHER FLOW = 4.94 c.f.s. MARTIN LUTHER KING JR. BOULEVARD CALCULATED PEAK WET WEATHER FLOW = 10.34 c.f.s.FEATHERSTONE STREETPIPE CAPACITY 12" PIPE @ 2.34% = 5.91 c.f.s. PIPE CAPACITY 12" PIPE @ 2.03% = 5.50 c.f.s. PIPE CAPACITY 24" PIPE @ 0.25% = 12.26 c.f.s. TRENCHLESS PIPE INSTALLATION - BID: PILOT TUBE (ALT: BORE & JACK) Sanitary Sewer Profiles C-10 SCALE: Know what's belowCallbefore you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DATE ISSUED/REVISED DRAWN BY: DESIGNED BY: APPROVED BY: DATE: sheet no. I999 NFE JOB NO. 12/16/2022 50% Drawings NF civil Engineers Land Surveyors Land Planners ENGINEERS NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 WWW.NOWAKFRAUS.COM Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 12/12/2022 90% Drawings not for construction J. Klinkenberger J. Klinkenberger C. Findley 1" = 30' / 1"=3' 01530 15 30 45 (Station -0+50.00 - 4+25.00) 873 876 879 882 885 888 891 894 897 900 903 906 909 870 873 876 879 882 885 888 891 894 897 900 903 906 909 T3 S8 S7 S4 FEATHERSTONE STREET CALCULATED PEAK WET WEATHER FLOW = 5.58 c.f.s. PIPE CAPACITY 15" PIPE @ 3.8% = 13.65 c.f.s. PIPE CAPACITY 15" PIPE @ 0.25% = 5.69 c.f.s. TRENCHLESS PIPE INSTALLATION - BID: PILOT TUBE (ALT: BORE & JACK) Sanitary Sewer Profiles C-11 SCALE: Know what's belowCallbefore you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DATE ISSUED/REVISED DRAWN BY: DESIGNED BY: APPROVED BY: DATE: sheet no. I999 NFE JOB NO. 12/16/2022 50% Drawings NF civil Engineers Land Surveyors Land Planners ENGINEERS NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 WWW.NOWAKFRAUS.COM Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 12/12/2022 90% Drawings not for construction J. Klinkenberger J. Klinkenberger C. Findley 1" = 30' / 1"=3' 01530 15 30 45 TO SEWAGE TREATMENT PLANT EAST BOULEVARD WWTPMARTIN LUTHER KING JR. BLVD. (120 ' WIDE) BENCHMARK Paving Plan C-12 SCALE: Know what's belowCallbefore you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DATE ISSUED/REVISED DRAWN BY: DESIGNED BY: APPROVED BY: DATE: sheet no. I999 NFE JOB NO. 12/16/2022 50% Drawings NF civil Engineers Land Surveyors Land Planners ENGINEERS NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 WWW.NOWAKFRAUS.COM Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 12/12/2022 90% Drawings not for construction J. Klinkenberger J. Klinkenberger C. Findley 1" = 30' 01530 15 30 45 Location Map NF N EW S Site NF N EW S PAVING LEGEND LEGEND CONCRETE CURB DETAIL 'A' CONCRETE CURB DETAIL 'B' CONCRETE PAVEMENT SECTION CONCRETE SIDEWALK SECTION GENERAL PAVING NOTES FULL DEPTH CENTERLINE REPAIR WITHOUT TRANSVERSE JOINT FULL DEPTH CENTERLINE REPAIR WITH TRANSVERSE JOINT DEFORMED BAR PLACEMENT DETAIL TEMPORARY ASPHALT PATCH AND FULL DEPTH CONCRETE PAVEMENT REPAIR DETAIL FEATHER S T O N E S T . ( 1 2 0 ' W D . ) FEATHER S T O N E S T . ( 1 2 0 ' W D . )UNIVERSITYDRIVEMARTIN LUTHER KING JR. BLVD. (120' WD.)UNIVERSITY DRIVEPaving Plan C-13 SCALE: Know what's belowCallbefore you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DATE ISSUED/REVISED DRAWN BY: DESIGNED BY: APPROVED BY: DATE: sheet no. I999 NFE JOB NO. 12/16/2022 50% Drawings NF civil Engineers Land Surveyors Land Planners ENGINEERS NOWAK & FRAUS ENGINEERS 46777 Woodward Ave. Pontiac, MI 48342-5032 Tel. (248) 332-7931 Fax. (248) 332-8257 WWW.NOWAKFRAUS.COM Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 12/12/2022 90% Drawings not for construction J. Klinkenberger J. Klinkenberger C. Findley 1" = 30' 01530 15 30 45 Location Map NF N EW S Site NF N EW S PAVING LEGEND LEGEND CONCRETE CURB DETAIL 'A'CONCRETE CURB DETAIL 'B' CONCRETE PAVEMENT SECTION CONCRETE SIDEWALK SECTION GENERAL PAVING NOTES FULL DEPTH CENTERLINE REPAIR WITHOUT TRANSVERSE JOINT FULL DEPTH CENTERLINE REPAIR WITH TRANSVERSE JOINT DEFORMED BAR PLACEMENT DETAIL TEMPORARY ASPHALT PATCH AND FULL DEPTH CONCRETE PAVEMENT REPAIR DETAIL 12'-0" INSIDE DIAMETER 5'-0" MAX 9'-0"9'-0"32"32"26"18"SEE NOTE 3.HINGE SIDE32"32"C/L WELL MANHOLE STEPS @ 16" O.C. AS SHOWN (TYP) 8"12"8"12" CHECK VALVE (TYP) PLUG VALVE (TYP) HOLE THROUGH TOP SLAB FOR VENT DISCHARGE PIPE (TYP) 24" INLET PIPE SUMP PUMP DISCHARGE TO WET WELL 8" 8" 8" DRESSER COUPLING (TYP) 12" x 8" REDUCER12" 90° ELBOW 12" x 8" TEE TO 12" FORCE MAIN 8'-0" STANDARD 4' MANHOLE MECHANICAL JOINT SEE NOTE #17 RAM NECK JOINT COMPOUND BETWEEN BASE AND WELL 8"12"SUMP PUMP WITH DOUBLE CHECK VALVES NOTE: CONTRACTOR SHALL BE RESPONSIBLE FOR ALL INSTALLATION, START-UP WORK AND MATERIALS FOR THE COMPLETE PUMP STATION, ACCEPTABLE TO OAKLAND COUNTY WATER RESOURCES COMMISSIONER COMPACTED SUB-GRADE 8"18"12"ROOF SLAB KEYED TO MATCH VERTICAL (TYP) 24" INFLUENT PIPE INV ELEV UPPER BRACKET GUIDE 4" VENT PIPE W/ SCREEN STAND-BY PUMP ON HIGH WATER ALARM TOP OF BASE ELEV 872.0 EMERGENCY OFF/ LOW WATER ALARM COMPACTED SUB-GRADE8'-3±COMPACTED BACKFILL (95% MODIFIED PROCTOR) 8" CRUSHED STONE SUB-BASE EMERGENCY CONNECTION - MALE QUICK COUPLE WITH QUICK COUPLE CAP OR PLUG VENT FAN W/ PLASTIC AIR SUCTION LINE TO WITHIN 12" OF VAULT BOTTOM. SECURE SUCTION LINE TO WALL. SEE NOTE 5.18"LIQUID LEVEL SENSORS 2" PIPE GUIDE BARS SCH 40, SS. PROVIDE INTERMEDIATE RAIL SUPPORTS AS REQ'D FOR RIGIDITY MECHANICAL JOINT SEE NOTE #17 JOINTS TO BE A.S.T.M. NUMBER C-433 O-RING CLASS 125 DISCHARGE FLANGE CONCRETE FILL FORMED AS SHOWN - 45-DEGREE FILLETS WET WELL ACCESS HATCH TO BE A 48" W X 108" L TYPE JDAL-H2O-ALUMINUM BILCO MODEL #JD-3AL H2O OR APPROVED EQUAL. VALVE VAULT ACCESS HATCH TO BE A 30" W X 30" L TYPE JAL-H2O ALUMINUM BILCO MODEL #J-4AL H2O. OR APPROVED EQUAL TOP OF STRUCTURE ELEV 889.7 TO 12" FORCE MAIN STANDARD 4' MANHOLE 18"18"LEVEL TRANSDUCER LAG PUMP ON LEAD PUMP ON/ PUMPS OFF 24" INFLUENT PIPE 1.CONTRACTOR SHALL FURNISH LOCKS (WHICH MEET OAKLAND COUNTY WATER RESOURCES COMMISSIONER REQUIREMENTS) WITH ONE MASTER KEY FOR THE EQUIPMENT ENCLOSURE, SAFETY SWITCHES AND HATCHES (INCLUDE GENERATOR). 2.SHOP DRAWINGS SHALL BE SUBMITTED FOR APPROVAL BEFORE FABRICATION OF EQUIPMENT AND STRUCTURES. 3.ACCESS COVER, ANCHOR BOLTS, AND PUMP LOCATION IN WET WELL SHALL BE CONFIRMED WITH APPROVED SHOP DRAWINGS PRIOR TO CONSTRUCTION. 4.PIPING SHALL BE PAINTED PER OAKLAND COUNTY WATER RESOURCES COMMISSIONER SPECIFICATIONS. (EPOXY COATED PIPE AND PVC PIPE SHALL NOT BE PAINTED) 5.SEAL ALL PIPE AND CONDUIT OPENINGS WITH NON-SHRINK GROUT UNLESS OTHERWISE SHOWN OR SPECIFIED. 6.DO NOT LOCATE LIQUID LEVEL SENSORS OR EMERGENCY FLOATS NEAR INFLUENT STREAM. 7.POWER METER ENCLOSURE SHALL BE FURNISHED BY DETROIT EDISON CO. AND INSTALLED BY CONTRACTOR. 8.PRECAST VALVE VAULT AND PUMP STATION WET WELL SHALL BE PROVIDED WITH REINFORCING STEEL TO MEET H-20 LIVE LOADS AND DEAD LOADS AS INDUCED BY STRUCTURE DEPTH. THE STRUCTURAL DIMENSIONS SHOWN SUCH AS WALL THICKNESS ARE FOR GUIDANCE ONLY. WET WELL SHALL BE A MINIMUM OF C76 CLASS IV CONCRETE. 9.STRUCTURE MANUFACTURER'S SHOP DRAWING SUBMITTAL SHOULD INCLUDE STRUCTURAL AND BUOYANCY CALCULATIONS BY A REGISTERED PROFESSIONAL ENGINEER IN THE STATE OF MICHIGAN. 10.TWO INSTALLED PRESSURE INDICATORS ARE REQUIRED ON PUMP SIDE OF VALVES. IN ADDITION, ONE INSTALLED PRESSURE GAUGE ON DOWNSTREAM END OF VALVE IS REQUIRED. 11.CONTRACTOR SHALL SUPPLY SPARE IMPELLER AND OTHER PARTS AS INDICATED IN SPECIFICATIONS. 12.CONTRACTOR SHALL PLACE WET WELL AND VALVE VAULT VENTS SUCH THAT THEY DO NOT FACE THE CONTROL PANEL. 13.ALL PIPE OPENINGS IN CAST STRUCTURES ARE TO BE CAST IN PLACE OR CORED. BREAK-OUTS WITH SLEDGEHAMMERS OR JACK HAMMERS IN THE FIELD WILL NOT BE ALLOWED. 14.SEE SPECIFICATIONS FOR SUMP PUMP INFORMATION: SUMP PUMP DISCHARGE PIPING SHALL BE 2" HDPE SDR 11 AND INCLUDE TWO (2) CHECK VALVES FOLLOWED BY ONE (1) BALL VALVE. 15.LADDER SPECIFICATION: A.FIBERGLASS LADDER AS MANUFACTURED BY IMCO OR APPROVED EQUAL B.LADDER RUNGS @ 16" O.C. C.ATTACH TO WET WELL WITH STANDOFF CLIPS AS REQUIRED 16.PUMPS SHALL BE EXPLOSION PROOF, SEE SPECIFICATIONS. 17.THE JOINT NEEDS TO BE RESTRAINED BY ONE OF THE FOLLOWING APPROVED METHODS: A.RESTRAIN JOINT TO WET WELL & VALVE VAULT STRUCTURE WALLS B.USE MECHANICAL JOINT RESTRAINT OR FIELD-LOCK GASKET 18.FLANGE JOINTS MUST BE USED IN WET WELL AND VALVE VAULT. 19.ONSITE EMERGENCY GENERATOR SHALL BE INSTALLED OF SUFFICIENT SIZE TO OPERATE ALL COMPONENTS OF PUMP STATION. PUMP STATION SCHEDULE NUMBER OF PUMPS 3 WET WELL DIAMETER 12' TOP OF WET WELL ELEVATION 889.7 GRAVITY INLET INVERT 882.0 GRAVITY INLET PIPE DIAMETER 24" TOP OF BASE ELEVATION 872.0 DISCHARGE PIPE DIAMETER 8" DISCHARGE PIPE CENTERLINE ELEVATION 882.5 HIGH WATER ALARM SIGNAL ELEVATION 885.0 LAG PUMP ON ELEVATION 883.5 LEAD PUMP ON ELEVATION 882.0 PUMP TARGET WET WELL ELEVATION 881.5 LAG PUMP OFF ELEVATION 881.5 LEAD PUMP OFF ELEVATION 877.0 EMERGENCY OFF ELEVATION 875.5 CAPACITY (EACH) GPM 2270 TOTAL DYNAMIC HEAD (FT)35.4 MOTOR HP (3-PHASE)35 MOTOR RPM 1200 (MAX) MANUFACTURER FLYGT MODEL NUMBER NP 3202 12" THREADED CONNECTION WITH PLUG FITTING AS REQUIRED FITTING AS REQUIRED 12" BALL VALVE 12" BALL VALVE PRESSURE INDICATOR (GAUGE) GAUGE PROTECTOR NOTES: 1. GAUGE PROTECTOR: ELASTOMERIC 2. PIPING 12" EXCEPT AS APPROVED PUMP STATION AND VALVE VAULT DETAILS PS-1 SCALE: Know what's below Call before you dig. R SEAL 11/10/2022 PROJECT CLIENT PROJECT LOCATION SHEET DATE ISSUED/REVISED DRAWN BY: DESIGNED BY: APPROVED BY: DATE: sheet no. I999 NFE JOB NO. 11/23/2022 50% Drawings civil Engineers Land Surveyors Land Planners 19 96 -9120 NF ENGINEERS nowak & fraus engineers Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 D. Herold-Jackson D. Wiebe N.T.S. Consulting Engineers Applied Science, Inc. PLAN VIEW AT GRADEPLAN VIEW PRESSURE INDICATOR POST GENERAL NOTES SECTION VIEW NJ. Michalski 12/11/2023 90% Drawings (#) *** X X 5A * X XXXX X 52 FRAME (AMPS) TRIP (AMPS) TRIP SETTING BASED ON MOTOR HORSEPOWER 51G Y 20 LOC 100 20 LOC 100 20 100 MCP X 40 * X 100/5 30A 30A 480/120 (3) * ROL L R 1 X TD1 TD1 TD1 TD1 START STOP X X ON OFF 25 27 27/47 32 41 43 49 50/51 50/51N 51G 60 62 63 67 71L 81 83 86 87TL 87M VFD RVSS MCP CIRCUIT BREAKER LOW VOLTAGE DRAWOUT CIRCUIT BREAKER PACKAGED EQUIPMENT VOLTMETER SWITCH ENERGIZED DE-ENERGIZED CONTROL RELAY OR COIL NORMALLY OPEN PUSHBUTTON NORMALLY CLOSED PUSHBUTTON NO/NC MAINTAINED PUSHBUTTON 30A MAINTAINED POSITION PILOT LIGHT TIMED CONTACTS CONTACT ACTION IS DELAYED AFTER COIL IS: SYNCHRONISM CHECK RELAY UNDERVOLTAGE UNDERVOLTAGE, PHASE SEQUENCE, UNBALANCED VOLTAGE DIRECTIONAL POWER RELAY FIELD CONTACTOR SELECTOR SWITCH HIGH OIL TEMPERATURE INSTANTANEOUS AND TIME OVERCURRENT INSTANTANEOUS AND TIME RESIDUALLY CONNECTED GROUND OVERCURRENT GROUND FAULT VOLTAGE BALANCE TIME DELAY SUDDEN PRESSURE AC DIRECTIONAL CURRENT RELAY LOW OIL LEVEL FREQUENCY RELAY CONTROL POWER TRANSFORMER LOCKOUT TRANSFORMER DIFFERENTIAL MOTOR DIFFERENTIAL E-STOP PUSHBUTTON MEDIUM VOLTAGE DRAWOUT BREAKER ANSI RELAY DEVICE MOTOR LIGHTNING ARRESTOR AND SURGE CAPACITOR DELTA-WYE TRANSFORMER WITH RESISTANCE GROUNDED SECONDARY AND GROUND FAULT RELAYING X - GROUNDING RESISTOR AMPS Y - GROUNDING RESISTOR SECONDS X AMPS Y SECONDS X = LENS COLOR HORN XXXX NORMALLY CLOSED CONTACT LINE REFERENCE NORMALLY OPEN CONTACT LINE REFERENCE X = DEVICE MEDIUM VOLTAGE VACUUM DRAWOUT STARTER VOLTAGE SURGE SUPPRESSOR FUSE CROSSING OF CONDUCTORS - CONNECTED KEY INTERLOCK AMMETER SWITCH NORMALLY CLOSED HELD OPEN NORMALLY OPEN HELD CLOSED NORMALLY CLOSED NORMALLY OPEN THREE - POSITION SELECTOR SWITCH TWO - POSITION SELECTOR SWITCH SINGLE POLE TOGGLE SWITCH FUSED CONTROL POWER TRANSFORMER X = LOCATION K (3) DELTA-WYE TRANSFORMER WITH SECONDARY KVA SIZE AND VOLTAGE RATIO AS INDICATED MOV SSM SSMP DI AI AO SV ETM AS VS ROMAN NUMERAL = NEMA SIZE X = LOCATION NORMALLY OPEN CONTACT NORMALLY CLOSED CONTACT NORMALLY OPEN WITH TIME DELAY CLOSING NORMALLY CLOSED WITH TIME DELAY OPENING ELAPSED TIME METER HEATER GROUND CONNECTION CROSSING OF CONDUCTORS - NOT CONNECTED DIGITAL INPUT TO PLC/RTU/DCS SOLENOID VALVE SOLENOID VALVE CAPACITOR SOLID STATE METERING DEVICE SOLID STATE MOTOR PROTECTIVE DEVICE METERING DEVICE X = METER TYPE GROUND FAULT CURRENT TRANSFORMER RATIO AS INDICATED SPD SINGLE LINE DIAGRAM SYMBOLOGY SCHEMATIC DIAGRAM SYMBOLOGY * = STARTER TYPE CONTROL RELAY TIME DELAY RELAY (TIMING RANGE AS INDICATED) MOTOR STARTER PHOTOCELL CR TD M PC CONTINUOUS AMPS DIGITAL OUTPUT FROM PLC/RTU/DCS NORMALLY CLOSED DIGITAL OUTPUT FROM PLC/RTU/DCS NORMALLY OPEN ANALOG INPUT TO PLC/RTU/DCS 4-20 mA (UNLESS INDICATED OTHERWISE) LOCATION SYMBOL LEGEND SHOWN ON SCHEMATIC DRAWINGS ALL DEVICES ARE LOCATED IN THE MCC UNLESS INDICATED OTHERWISE ANALOG OUTPUT FROM PLC/RTU/DCS 4-20 mA (UNLESS INDICATED OTHERWISE) FLOW SWITCH OPEN ON INCREASING FLOW TORQUE SWITCH OPEN ON INCREASING TORQUE FLOW SWITCH CLOSE ON INCREASING FLOW TEMPERATURE SWITCH OPEN ON RISING TEMPERATURE FLOAT LEVEL SWITCH OPEN ON RISING LEVEL FLOAT LEVEL SWITCH CLOSE ON RISING LEVEL THREE - POSITION SPRING RETURN-TO-CENTER MOMENTARY CONTACT SWITCH VACUUM OR PRESSURE SWITCH CLOSE ON RISING PRESSURE VACUUM OR PRESSURE SWITCH OPEN ON RISING PRESSURE NORMALLY CLOSED WITH INSTANT OPENING AND TIME DELAY CLOSING NORMALLY OPEN WITH INSTANT CLOSING AND TIME DELAY OPENING R G A W RED GREEN AMBER WHITE PILOT LIGHT (PUSH-TO-TEST) X = LENS COLOR (SEE ABOVE) WHM WM AM VM PFM WATT HOUR METER WATT METER AMMETER VOLTMETER POWER FACTOR METER POTENTIAL TRANSFORMER RATIO AND NUMBER OF PT'S AS INDICATED CURRENT TRANSFORMER RATIO AND NUMBER OF CT'S AS INDICATED FUSE SIZE AS INDICATED X = HORSEPOWER * = FULL LOAD AMPS ELECTRICAL MOTOR OPERATED VALVE, WITH INTEGRAL REVERSING STARTER DISCONNECT SWITCH SIZE AS INDICATED FUSED DISCONNECT SWITCH SIZE AS INDICATED SURGE PROTECTIVE DEVICE (#) = QUANTITY * = ANSI DEVICE TRANSFER SWITCH (MANUAL OR AUTOMATIC) RATINGS AS INDICATED GENERATOR RATINGS AS INDICATED X = EQUIPMENT SIZE Y = TYPE (KW, KVA, OR HP AS INDICATED) REDUCED VOLTAGE SOLID STATE STARTER X = AMPERE RATING VARIABLE FREQUENCY DRIVE X = AMPERE RATING FULL VOLTAGE NON-REVERSING FULL VOLTAGE REVERSING TWO SPEED TWO WINDING TWO SPEED ONE WINDING (BLANK) FVR 2S2W 2S1W COMBINATION NEMA RATED STARTER WITH MCP DISCONNECT AND CONTROL POWER TRANSFORMER LONG TIME SHORT TIME INSTANTANEOUS GROUND FAULT (L-S-I-G) L S I G THERMAL MAGNETIC CIRCUIT BREAKER X = LOCATION TEMPERATURE SWITCH CLOSE ON RISING TEMPERATURE X X X-# * X F FA FA F F I * I * I IHS VC * * T J M * A * WEATHERPROOF EXPLOSION PROOF GROUND FAULT CIRCUIT INTERRUPTER X-#a LIGHTING PANEL DETECTOR X = TYPE SD SMOKE DETECTOR HD HEAT DETECTOR CD COMBINATION DETECTOR INTERCOM SPEAKER INTERCOM SPEAKER WITH STROBE LIGHT SECURITY ACCESS DEVICE EARTH GROUNDING COMBINATION STARTER 120V DUPLEX RECEPTACLE, NEMA CONFIGURATION 5-20R (WALL MOUNT) COMPUTER/DATA OUTLET - WALL TYPE JUNCTION BOX OR FITTING HORN S X POLE, BRACKET, ARM, AND STREETLIGHT FIRE ALARM HORN WITH STROBE FIRE ALARM LOUDSPEAKER WITH AMPLIFIER FIRE ALARM PULL STATION FIRE ALARM STROBE FIRE ALARM BELL WITH STROBE INTERCOM WALL JACK INTERCOM HANDSET - WALL MOUNTED GROUND ROD AND GROUND WELL GROUND CONNECTION - BOLTED TYPE GROUND CONNECTION - EXOTHERMIC TYPE EXPOSED OR CONCEALED CONDUIT CONDUIT RUN (UNDERGROUND OR IN CONCRETE) CONDUIT RUN (CHANGE IN ELEVATION) CONDUIT TURNING UP CONDUIT TURNING DOWN CONDUIT FROM FLOOR ABOVE TO FLOOR BELOW CONDUIT CAPPED, OR SEALED POWER PANEL DISCONNECT SWITCH MOTOR THERMOSTAT TELEPHONE OUTLET - FLOOR TYPE TELEPHONE OUTLET - WALL TYPE COMPUTER/DATA OUTLET - FLOOR TYPE FIXED PAN-TILT-ZOOM F PTZ * = TYPE X-#a * X # a * = LIGHTING PANEL DESIGNATION = CIRCUIT DESIGNATION = SWITCH DESIGNATION = SWITCH TYPE 3 4 D M 3-WAY 4-WAY DIMMER MANUAL MOTOR STARTER LIGHT SWITCH A * CLG (SEE LUMINAIRE SCHEDULE FOR MORE DETAILS) = LUMINAIRE TYPE = APPROXIMATE MOUNTING HEIGHT AFF = CEILING MOUNT LUMINAIRE CALLOUT WP XP GFCI = PANELBOARD DESIGNATION = CIRCUIT DESIGNATION = TYPE X # * X = BOX TYPE X # a = LIGHTING PANEL DESIGNATION = CIRCUIT NUMBER = SWITCH DESIGNATION FLUORESCENT LUMINAIRE FLUORESCENT LUMINAIRE - UNSWITCHED WALL MOUNTED LUMINAIRE RECEPTACLES FIRE PROTECTION SYMBOLOGY CONDUIT AND RACEWAY SYMBOLOGY MISCELLANEOUS ELECTRICAL SYMBOLOGY SECURITY & COMM SYSTEMS SYMBOL GROUNDING SYMBOLOGY LIGHTING SYMBOLOGY PLAN SYMBOLOGY 120V DUPLEX RECEPTACLE, NEMA CONFIGURATION 5-20R (FLOOR MOUNT) SINGLE SPECIAL PURPOSE RECEPTACLE, 240V 1 PHASE X = AMPERAGE WELDING RECEPTACLE X = AMPERAGE SPECIAL PURPOSE RECEPTACLE, 480 VAC X = AMPERAGE CONDUITS GROUPED TOGETHER BUT SHOWN AS A SINGLE LINE FOR CLARITY HOMERUN TO EQUIPMENT INDICATED (3/4 " CONDUIT, 2 #12, 1 #12 GND UNLESS INDICATED OTHERWISE) RACEWAY BOX BARE COPPER GROUND TO GROUND WIRE IN SLAB, OR UNDERGROUND GROUND GRID, SIZE AS NOTED GROUND ROD (3/4" X 10'-0") EXIT LIGHT, SHOWN WITH TWO ILLUMINATED SIDES, ARROWS INDICATE DIRECTION OF EXIT EMERGENCY LUMINAIRE BATTERY OPERATED PENDANT OR CEILING MOUNT LUMINAIRE - UNSWITCHED (NIGHT LIGHT) PENDANT OR CEILING MOUNT LUMINAIRE * = TYPE (REFER TO SPECIFICATIONS) * = TYPE (REFER TO SPECIFICATIONS) VIDEO CAMERA * = TYPE CR KS PS CARD READER KEY SWITCH DIGITAL KEYPAD MH HH PB MANHOLE HANDHOLE PULLBOX GENERAL ELECTRICAL SYMBOLS AND ABBREVIATIONS E-1 Know what's below Call before you dig. R 12/12/2023 I999 19 96 -9120 Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 N.T.S. B. Brochue R. Vijayendran S. Patel A AC AF AM ANN AS AT ATS AUTO AWG AMPERE, AUTOMATIC ALTERNATING CURRENT CIRCUIT BREAKER FRAME SIZE AMMETER ANNUNCIATOR ADJUSTABLE SPEED AMPERE TRIP AUTOMATIC TRANSFER SWITCH AUTOMATIC AMERICAN WIRE GAUGE BATTERY BARE COPPER BREAKER BATT BC BKR C CAP CB CKT CLF COM COMM COMP CP CPT CR CT CONDUIT, CLOSED CAPACITOR CIRCUIT BREAKER CIRCUIT CURRENT LIMITING FUSE COMMON COMMUNICATIONS COMPARTMENT CONTROL PANEL CONTROL POWER TRANSFORMER CONTROL RELAY, CARD READER CURRENT TRANSFORMER DCS DISC DISTR DPDT DPST EMERGENCY ELECTRICAL METALLIC TUBING ENCLOSURE ELAPSED TIME METER E EMT ENCL ETM F FDR FLA FLUOR FM FO FVR FVNR FREQUENCY, FUSE, FIXED FEEDER FULL LOAD AMPS FLUORESCENT FREQUENCY METER FIBER OPTIC FULL VOLTAGE REVERSING FULL VOLTAGE NON-REVERSING GENERATOR GROUND FAULT CIRCUIT INTERRUPTER GROUND GEN GFCI GND INTERMEDIATE METALLIC CONDUIT INCANDESCENT INDICATION INSTANTANEOUS INPUT/OUTPUT SHORT CIRCUIT CURRENT, AMPS ISOLATION IMC INCAND IND INST I/O Isc ISO JUNCTION BOXJ,JB KA KAIC KCMIL KVA KILO AMPERES KILO AMP INTERRUPTING CURRENT KILO CIRCULAR MILS KILOVOLT AMPERE LOCAL LOCAL CONTROL PANEL LOCAL CONTROL STATION LIGHT EMITTING DIODE LOCAL LOCAL-OFF-REMOTE LOCKOUT STOP PUSHBUTTON LIGHTING PANEL LOCKED ROTOR AMPS LEVEL SWITCH LIGHTING LIGHTS L LCP LCS LED LOC LOR LOS LP LRA LS LTG LTS M mA MCP MLO MOV MS MSC MTS MOTOR CONTACTOR COIL MILLIAMPERE MOTOR CIRCUIT PROTECTOR MAIN LUGS ONLY MOTOR OPERATED VALVE MANUAL MOTOR STARTER MANUFACTURER - SUPPLIED CABLE MANUAL TRANSFER SWITCH NEUTRAL NAMEPLATE NEUT NP O OL OPEN, OFF OVERLOAD REMOTE RECEPTACLE RIGID GALVANIZED STEEL ROOT MEAN SQUARE REMOTE TERMINAL UNIT REDUCED VOLTAGE SOLID STATE R RECPT RGS RMS RTU RVSS SCCR SEL SW SEQ SHLD SIG SP SP HTR SPDT SPST SSM SSMP ST, SH STR SSTU SW SWBD SWGR SHORT CIRCUIT CURRENT RATING SELECTOR SWITCH SEQUENCE SHIELDED SIGNAL SPARE SPACE HEATER SINGLE POLE DOUBLE THROW SINGLE POLE SINGLE THROW SOLID STATE METER SOLID STATE MOTOR PROTECTOR SHUNT TRIP STARTER SOLID STATE TRIP UNIT SWITCH SWITCHBOARD SWITCHGEAR TACHOMETER TERMINAL BOX TERMINAL REPEAT CYCLE TIMER TIME DELAY RELAY TEMPERATURE SWITCH TWISTED SHIELDED PAIR TACH TB TERM TM TD TS TSP UPS UNINTERRUPTIBLE POWER SUPPLY VOLTAGE, VOLTS VOLT AMPERE VOLT AMPERE REACTIVE VARIABLE FREQUENCY DRIVE VOLTMETER VAPOR PROOF V VA VAR VFD VM VP W WM WP WATTS, WIRE WATT METER WEATHERPROOF TRANSFORMER TRANSMITTER EXPLOSION PROOF XFMR XMTR XP ALL RACEWAYS AND EQUIPMENT SHALL BE INSTALLED AND GROUNDED IN ACCORDANCE WITH THE 2017 EDITION OF THE NATIONAL ELECTRICAL CODE AND APPLICABLE LOCAL CODES. THE CONTRACTOR SHALL VERIFY THE EXACT LOCATION OF TERMINAL BOXES AND CONDUIT ENTRANCES OF ALL EQUIPMENT AGAINST APPROVED SHOP DRAWINGS BEFORE STUBBING UP CONDUITS. REFER TO SPECIFICATION SECTION 260533 FOR REQUIREMENTS RELATED TO FLEXIBLE CONDUIT INSTALLATION CONDUIT RUNS, WHERE SHOWN, ARE DIAGRAMMATICAL ONLY. ALL CONDUITS SHALL BE INSTALLED IN A MANNER TO PREVENT CONFLICTS WITH EQUIPMENT OR STRUCTURAL CONDITIONS. EXPOSED CONDUIT SHALL BE INSTALLED PARALLEL OR PERPENDICULAR TO BEAMS AND WALLS. REFER TO SPECIFICATION SECTION 260533. CONDUIT STUB-UPS SHALL NOT BE MORE THAN 6 INCHES FROM THE CENTERLINE OF TERMINAL BOXES. IN THE EVENT OF INTERFERENCE BETWEEN ELECTRICAL EQUIPMENT SHOWN ON THE DRAWINGS AND OTHER EQUIPMENT, THE CONTRACTOR SHALL NOTIFY THE ENGINEER IN WRITING AND THE ENGINEER SHALL APPROVE PROPOSED CHANGES BEFORE THEY ARE MADE. ALL SURFACE MOUNTED PANELS AND PANELBOARDS ON THE INTERIOR OF EXTERIOR WALLS ABOVE GRADE OR IN OTHER LOCATIONS CONSIDERED DAMP OR WET SHALL BE MOUNTED SO AS TO MAINTAIN A 1/4 INCH (MINIMUM) AIR SPACE BETWEEN THE ENCLOSURE AND THE WALL. LOCATION OF PULLBOXES ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE EXACT LOCATION WITH MECHANICAL PIPING AND SHALL BE 6 INCHES (MINIMUM) AWAY FROM MECHANICAL PIPING FLOW LINES. ONLY MAJOR PULLBOXES ARE SHOWN. THE CONTRACTOR SHALL PROVIDE ADDITIONAL PULLBOXES WHERE REQUIRED TO MAKE A WORKABLE INSTALLATION. THE WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE STANDARD DETAILS, WHETHER OR NOT THEY ARE REFERENCED ON THE DRAWINGS. EXCEPTIONS WILL WILL BE ALLOWED AS DICTATED BY CONSTRUCTION REQUIREMENTS, PENDING APPROVAL BY ENGINEER. ALL CONDUIT RUNS CROSSING EXPANSION JOINTS SHALL HAVE EXPANSION OR EXPANSION AND DEFLECTION TYPE FITTINGS. FOR LOCATIONS OF EXPANSION JOINTS, REFER TO THE STRUCTURAL DWGS. LUMINAIRES SHALL BE MOUNTED ACCORDING TO THE MOUNTING HEIGHT GIVEN ON THE DRAWINGS, WITH THE DISTANCE BEING MEASURED FROM THE BOTTOM OF THE LUMINAIRE TO THE FINISHED FLOOR. PROVIDE APPROPRIATE MOUNTING BRACKETS AND HARDWARE. ALL PANELBOARDS SHALL BE MOUNTED SO THAT THE DISTANCE FROM THE CENTERLINE OF THE TOP CIRCUIT BREAKER OPERATING HANDLE IN THE UPPERMOST POSITION TO THE FINISHED FLOOR SHALL NOT EXCEED 6'-7". THE WIRING DIAGRAMS, QUANTITY AND SIZE OF WIRES AND CONDUIT REPRESENT A SUGGESTED ARRANGEMENT BASED UPON SELECTED STANDARD COMPONENTS OF ELECTRICAL EQUIPMENT. MODIFICATIONS ACCEPTABLE TO THE ENGINEER MAY BE MADE BY THE CONTRACTOR TO ACCOMMODATE EQUIPMENT ACTUALLY PURCHASED. THE BASIC SEQUENCE AND METHOD OF CONTROL MUST BE MAINTAINED AS INDICATED ON THE DRAWINGS AND/OR SPECIFICATIONS. CONNECTIONS BETWEEN RIGID CONDUIT AND MOTOR TERMINAL BOXES OR SIMILAR EQUIPMENT SUBJECT TO VIBRATION SHALL BE FLEXIBLE LIQUID-TIGHT CONDUIT. CONDUITS SHALL BE TERMINATED SO AS TO PERMIT NEAT CONNECTION TO MOTORS AND OTHER EQUIPMENT. CONDUITS FOR FUTURE EQUIPMENT OR EXTENSIONS SHALL BE TERMINATED AS SHOWN IN DETAIL OR AS SPECIFIED. MCC AND SWITCHGEAR COMPARTMENT DESIGNATIONS SHALL BE AS FOLLOWS: BLANK/SPACE: CONTAINS NECESSARY BUS AND HARDWARE FOR FUTURE ADDITION OF BREAKERS OR STARTERS. SPARE: CONTAINS A COMPLETE INSTALLED BREAKER OR STARTER AVAILABLE FOR FUTURE USE. ALL MOTOR STARTER CONTROL POWER TRANSFORMERS SHALL BE SIZED TO PROVIDE SUFFICIENT VOLT-AMPERE CAPACITY FOR OPERATING ALL LOCAL AND REMOTE ELECTRICAL DEVICES ASSOCIATED WITH CONTROL OF THE MOTOR IN ADDITION TO THE STARTER COIL. MOTOR CONTROL CENTERS AND ALL FREE STANDING PANELS SHALL BE SET ON CONCRETE HOUSEKEEPING PADS WITH LEVELING CHANNELS EMBEDDED IN THE PAD. ALL RECEPTACLES IN OUTDOOR AND ANTICIPATED WET AREAS SHALL BE GROUND FAULT CIRCUIT INTERRUPTER RECEPTACLES WITH WEATHERPROOF COVERS. ELECTRICAL CONTRACTOR SHALL VISIT THE SITE PRIOR TO BIDDING THE PROJECT TO VERIFY THE SCOPE OF WORK WITH FIELD CONDITIONS. PARTICULAR ATTENTION SHOULD BE GIVEN TO NEW CONDUIT RUNS IN EXISTING BUILDINGS. EQUIPMENT LOCKOUTS SHALL BE IN STRICT ACCORDANCE WITH OWNER'S REQUIREMENTS. FOR LIGHTING AND RECEPTACLE SYSTEMS, ONLY CIRCUIT NUMBERS ARE SHOWN. CONTRACTOR SHALL PROVIDE ALL NECESSARY CONDUITS, WIRES, FITTINGS, JUNCTION BOXES AND ALL NECESSARY COMPONENTS SHOWN OR NOT SHOWN ON THE DRAWINGS, TO MAKE THE ELECTRICAL INSTALLATION COMPLETE AND OPERATIONAL. CIRCUIT LOADING SHALL BE AS INDICATED IN THE PANEL SCHEDULES. ALL LIGHTING AND RECEPTACLE CIRCUITS SHALL INCLUDE GROUND WIRE. PROVIDE CONDUIT SEAL FITTINGS ON ALL RACEWAYS ENTERING /LEAVING CLASSIFIED AREAS IN ACCORDANCE WITH NEC REQUIREMENTS AND MANUFACTURER INSTRUCTIONS. SEAL FITTINGS SHALL BE SUITABLE FOR USES IN CLASS I DIV 1 AND DIV 2 HAZARDOUS LOCATIONS. APPLETON EY-SERIES OR EQUAL. DUE TO THE CURRENT CONDITION OF THIS FACILITY, REUSE OF EXISTING CONDUIT SUPPORT SYSTEMS IS FORBIDDEN, UNLESS INDICATED OTHERWISE, OR APPROVED BY ENGINEER. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. DISTRIBUTED CONTROL SYSTEM DISCONNECT DISTRIBUTION DOUBLE POLE DOUBLE THROW DOUBLE POLE SINGLE THROW HAND HEAT DETECTOR HAND HOLE HIGH INTENSITY DISCHARGE HAND-OFF-AUTOMATIC HIGH PRESSURE SODIUM HAND SWITCH HERTZ H HD HH HID HOA HPS HS HZ PA PB PC PCM PF PFM PH PL PNLBD PP POS POT PRI PT PTZ PWR PUBLIC ADDRESS PUSHBUTTON, PULLBOX PHOTOCELL PROCESS CONTROL MODULE POWER FACTOR POWER FACTOR METER PHASE PILOT LIGHT PANELBOARD POWER PANELBOARD POSITION POTENTIOMETER PRIMARY POTENTIAL TRANSFORMER PAN-TILT-ZOOM POWER ELECTRICAL ABBREVIATIONS GENERAL ELECTRICAL NOTES ENVIRONMENTAL CONDITIONS ALL EXTERIOR AREAS SHALL BE CONSIDERED WET ENVIRONMENTS. ALL AREAS WITHIN THE WET WELL SHALL BE CONSIDERED AS CLASS-I, DIV-1 CLASSIFIED ENVIRONMENT. 1. 2. GENERAL ELECTRICAL NOTES AND AREA CLASSIFICATIONS E-2 Know what's below Call before you dig. R 12/12/2023 I999 19 96 -9120 Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 B. Brochue R. Vijayendran N.T.S. S. Patel 3"C - 3-250 KCMIL AND 1#4 GND NOTE 3 3"C - 3-250 KCMIL AND 1#4 GND NE 480V, 3PH, 3W 100 KW EMERGENCY STANDBY GENERATOR 175 A 3"C - 3-250 KCMIL AND 1#4 GND 480V, 200A SERVICE ENTRANCE RATED AUTOMATIC TRANFER SWITCH 70 A 3P 70 A 3P 70 A 3P 20 A 3P 40 A 2P 60 A PUMP #2 VFD 35 PUMP #2 BLOWER SPARE PUMP #1 VFD PUMP #3 VFD 35 PUMP #1 35 PUMP #3 MPZ 1P 15KVA 480V-240/120V 480VAC, 200A POWER PANEL PP-1 SEE NOTE 4 3/4"C - 3 #10 AWG & 1 #12 GND 2"C - 3 #4 AWG & 1 #8 GNDSEE NOTE 4 SEE NOTE 4 1"C - 2 #8 AWG & 1 #10 GND 200 A 3P 480V, 200A, 3PH DTE UTILITY SERVICE DTE METER NOTE 3 2"C - 3 #4 AWG & 1 #8 GND 2"C - 3 #4 AWG & 1 #8 GND 20 A 60 A SPARESPARE SPACE SPACE 1.5 3"C - 3-250 KCMIL AND 1#4 GND F 200A/3P FUSED DISCONNECT WITH 200A FUSES 1.REFER TO SHEET E-01 FOR GENERAL ELECTRICAL SYMBOLS AND ABBREVIATIONS.REFER TO SHEET E-02 FOR GENERAL ELECTRICAL NOTES AND AREA CLASSIFICATIONS. 2.ELECTRICAL DISTRIBUTION SYSTEM DESIGN IS SUBJECT TO CHANGE BASED ON FINAL PUMP STATION LAYOUT AND DESIGN. 3.PROVIDE INCOMING SERVICE EQUIPMENT INCLUDING METER, CABINET, CONDUITS, AND WIRE PER DTE REQUIREMENTS. 4.CONTRACTOR SHALL FURNISH AND INSTALL 2-1/2"C - PUMP MANUFACTURE SUPPLIED POWER AND CONTROL CABLES BETWEEN PUMP MOTOR AND THE VFD. GENERAL SHEET NOTES ELECTRICAL ONE-LINE DIAGRAM AND PANEL SCHEDULES E-3 Know what's below Call before you dig. R 12/12/2023 I999 19 96 -9120 Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 B. Brochue R. Vijayendran N.T.S. S. Patel GRADE UTILITY COMPANY POLE (TO BE DETERMINED BY DTE) SEE NOTE 224" MINIMUM3" DIA GALVANIZED STEEL PIPE FILLED WITH CONCRETE AND PIPE CAP NEMA-3R POWER ENCLOSURE (1A) CONCRETE PAD ON COMPACTED FILL (REFER TO STRUCTURAL DRAWING FOR FOUNDATION DETAILS) LEVEL SENSOR PUMP STATION STRUCTURE P-1 P-2 P-3 PB-2 SEE NOTE 3 PB-1 SEE NOTE 3 METER SOCKET NEMA 3R METER ENCLOSURE SUPPLIED AND INSTALLED BY CONTRACTOR (3PH, 4W, 600VAC, 7 TERMINAL, W/ BYPASS LEVER) PER DTE STANDARDS. GENERATOR MANUAL TRANSFER SWITCH OUTDOOR, 200A, 480V, SERVICE ENTRANCE RATED ATS IN NEMA - 3R ENCLOSURE GRADE ATS NEMA-3R CONTROL ENCLOSURE (1B) MIN 1-5/8" UNISTRUT CHANNEL LIQUID TIGHT HUBS, ENTRIES SHALL BE SIDE OR BOTTOM MOUNTED. TOP ENTRIES NOT PERMITTED IN OUTDOOR LOCATIONS (TYP) U-BOLTS AS REQU'D 3" DIA GALVANIZED STEEL PIPE FILLED W/ CONCRETE HEIGHT AS REQU'D CONDUIT NIPPLE 3/ 4" x 10' GROUND ROD GROUNDING ELECTRODE CONDUCTOR #6 MINIMUM 16" DIA x 72" DEEP POURED CONCRETE BASE, SHOWN BEHIND CONDUIT CONDUIT CLAMPS AS REQU'D FLOAT PP-1 POWER PANEL OUTDOOR, 480V, 200A, IN NEMA 3R ENCLOSURE CONDUIT NIPPLE 2"C ALUMINUM RIGID METAL CONDUIT TO GENERATOR ENCLOSURE 3"C ALUMINUM RIGID METAL CONDUIT 200A/3P FUSED DISCONNECT IN NEMA-3R ENCLOSURE GENERAL SHEET NOTES 1.REFER TO SHEET E-01 FOR GENERAL ELECTRICAL SYMBOLS AND ABBREVIATIONS.REFER TO SHEET E-02 FOR GENERAL ELECTRICAL NOTES AND AREA CLASSIFICATIONS. 2.CONTRACTOR SHALL FURNISH AND INSTALL 3"C-PVC SCH40 WITH PULL STRINGS. PROVIDE 3" CONCRETE ENVELOPE AROUND. DTE WILL FURNISH AND INSTALL CABLES BETWEEN POLE AND THE METER. COORDINATE WITH DTE. PLANNER: NAME: TEL: 3.PROVIDE PVC COATED GUA JUNCTION BOXES RATED FOR CLASS 1, DIV 1 AREAS AS NEEDED IN HAZARDOUS LOCATIONS. 4.ORIENTATION OF ELECTRICAL EQUIPMENT AND CONDUIT ROUTING ARE FOR REFERENCE ONLY. A E-02 E-02 SECTION A NTS 1.2-1/2"C - POWER & CONTROL CABLE (VENDOR SUPPLIED) - P1 2.2-1/2"C - POWER & CONTROL CABLE (VENDOR SUPPLIED) - P2 3.2-1/2"C - POWER & CONTROL CABLE (VENDOR SUPPLIED) - P3 4.2"C - LEVEL SENSOR CABLE (VENDOR SUPPLIED) 5.2"C - FLOAT CABLE 6.2"C - SPARE 1 2 4 5 3 6 ELECTRICAL RISER DIAGRAM E-4 Know what's below Call before you dig. R 12/12/2023 I999 19 96 -9120 Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 B. Brochue R. Vijayendran N.T.S. S. Patel 72.00 48.00 0.75 24.00 96.00 6.00 108.00 4.00 CONCRETE PAD 72.00 6.00 4.00 CONCRETE PAD 24.0 0 ELECTRICAL CONTROL PANEL LAYOUT E-5 Know what's below Call before you dig. R 12/12/2023 I999 19 96 -9120 Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 B. Brochue R. Vijayendran N.T.S. S. Patel NOTES 1.ALL POST MOUNTED SERVICE EQUIPMENT OTHER THAN THE METER BOX IS OWNED AND MAINTAINED BY THE CUSTOMER. 2.USE ONLY 2" RIGID PIPE POST WITH CAP, WOOD POST ARE NOT ALLOWED. THE POSTS MUST BE INSTALLED PLUMB AND REMAIN PLUMB AT ALL TIMES. 3.SUPPORT CHANNEL OF ANGLE IRON OR UNISTRUT SHOULD BE BOLTED TO POST WITH 12" BOLTS AND WASHERS OR 3 4" U-BOLTS OR PIPE HANGER CLAMPS. 4.RIGID CONDUIT REQUIRE NONMETALLIC BUSHINGS WITH BONDING PER NEC 250. PVC MUST BE TRIMMED TO REMOVE SHARP EDGES. 5.A GROUND ROD MUST BE INSTALLED IN COMPLIANCE WITH NEC 250. 6.ADDRESS MUST BE PERMANENTLY MARKED ON METER ENCLOSURE. USE PERMANENT LETTERS OR STICKERS. 3" RIGID GALVANIZED CONDUIT INSTALLED BY CONTRACTOR GRADEAS REQUIRED42" MINIMUM6' MAXIMUMMOUNT EQUIPMENT TO UNISTRUT CHANNEL NUT WITH SPRING 24" MIN 36" MAX GRADE OPENCUT CONDUIT, SCH 40 PVC ENCASED IN 3" CONCRETE ENVELOPE ON ALL SIDES POST MOUNTED UNDERGROUND SERVICE DETAIL SCALE: E-1 E-06NTS PRE-CAST CONCRETE HANDHOLE UNDERGROUND CONDUIT POLE AND WALL MOUNTED CONDUIT SUPPORTS NOTES: 1.HAND HOLES SHALL NOT BE INSTALLED IN AREAS WHICH MIGHT BE SUBJECT TO WATER POOLING AND POOR DRAINAGE. 2.HAND HOLES SHALL BE SIZED ACCORDING TO NEC ARTICLES 314.28, 314.30, AND TABLE 312.6(A) TO ACCOMMODATE INCOMING AND OUTGOING CONDUIT AND CABLE INDICATED IN DRAWING RISER E-601. 1" ABOVE GRADE 3"MIN 6"MAX CAST-IRON COVER SECURED W/ MANUFACTURER BOLTS 6" COMPACTED BACKFILL TYP NATIVE SOIL 3"MIN6"MAXREINFORCED CONCRETE BOX SIDEWALK OR PAVED (SLOPE GRADE AWAY FROM HANDHOLE) FLUSH W/ GRADE 6" MIN BED OF PEAROCK OR CRUSHED STONE FOR DRAINAGE INSULATED PVC BUSHING TYP 90° SCH 80 HDPE OR PVC ELBOW SCH 80 HDPE OR PVC BURIED GROUND ROD12"DETAIL SCALE: E-2 E-06NTS DETAIL SCALE: E-5 E-06NTS GRADE EXOTHERMIC WELD 3/4" x 10' COPPER CLAD GROUND ROD GROUND CABLE SEE DRAWINGS FOR CABLE SIZE DETAIL SCALE: E-8 E-06NTS 316L STAINLESS STEEL (SEE SPEC) FRAMING SUPPORT WHERE LENGTH EXCEEDS 3'-0" PROVIDE INTERMEDIATE SUPPORTS AT 3'-0" OC MAX "Z" FITTING FACE OF WALL 1/2" 316L STAINLESS STEEL EXPANSION ANCHOR WITH NUT & LOCKWASHER (TYP) DETAIL SCALE: E-6 E-06NTS 316L STAINLESS STEEL CONDUIT CLAMP (TYP) FACE OF WALL CONDUIT SUPPORT POLE MOUNTED CONDUIT SUPPORT 3" DIA GALVANIZED STEEL PIPE FILLED W/ CONCRETE HEIGHT AS REQU'D 3/4" 316L STAINLESS STEEL U-BOLT WITH NUT AND LOCKWASHER (TYP) 316L STAINLESS STEEL (SEE SPEC) FRAMING SUPPORT 316L STAINLESS STEEL CONDUIT CLAMP (TYP) FACE OF WALL SINGLE CONDUIT SUPPORT FACE OF WALL PVC COATED 1 OR 2 HOLE MALLEABLE STRAP 316L STAINLESS STEEL EXPANSION ANCHOR WITH NUT & LOCKWASHER (TYP) CONDUIT STUB UP FROM BELOW GRADE HAZARDOUS AREA DETAIL SCALE: E-3 E-06NTS (MIN) 1'-0"........................................................................................................................................PVC COATED RIGID CONDUIT SEAL FITTING FROM CLASS 1, DIV 1 AREA PER NEC 501.15 (A)(4) PVC SCH 40 CONCRETE ENCASEMENT 3" MIN, ALL SIDES PVC COATED RIGID CONDUIT NIPPLE & COUPLINGS PVC COATED RIGID CONDUIT CONDUIT STUB UP FROM BELOW GRADE HAZARDOUS AREA DETAIL SCALE: E-7 E-06NTS (MIN) 1'-0"........................................................................................................................................PVC COATED RIGID CONDUIT SEAL FITTING FROM CLASS 1, DIV 1 AREA PER NEC 501.15 (A)(4) PVC SCH 40 CONCRETE ENCASEMENT 3" MIN, ALL SIDES PVC COATED RIGID CONDUIT NIPPLE & COUPLINGS PVC COATED RIGID CONDUIT BELOW GRADE WATERTIGHT CONDUIT SEAL DETAIL SCALE: E-4 E-06NTS O O-Z GEDNEY TYPE FSK THRU WALL SEAL OR EQUAL BUILDING INTERIOR ACCESSIBLE ADJUSTABLE GLAND SEALING RING CONDUIT ELECTRICAL STANDARD DETAILS E-6 Know what's below Call before you dig. R 12/12/2023 I999 19 96 -9120 Part of the Northwest 1 4 of Section 27, Town 3 North, Range 10 East, City of Pontiac, Oakland County, Michigan MLK Boulevard Sanitary Sewer Pump Station Pontiac, Michigan Oakland County WRC One Public Works Drive Building 95 West Waterford, MI 48328 Contact: Joel Brown, P.E. Chief Engineer Phone: (248) 410-4908 B. Brochue R. Vijayendran N.T.S. S. Patel