+ All Categories
Home > Documents > BRITNEY ACRES PUMP STATION REPLACEMENT · PDF filebritney acres pump station replacement...

BRITNEY ACRES PUMP STATION REPLACEMENT · PDF filebritney acres pump station replacement...

Date post: 30-Mar-2018
Category:
Upload: vuongdat
View: 217 times
Download: 3 times
Share this document with a friend
134
1 BRITNEY ACRES PUMP STATION REPLACEMENT SANITARY SEWER No. 3961, CIP No. 2002-23 DETAILED PROVISIONS Index to Specification ITEM 1 - GENERAL REQUIREMENTS ITEM 2 – EARTHWORK ITEM 3 - SITE IMPROVEMENTS ITEM 4- ROADWAYS ITEM 5 - STONE, GRAVEL AND SAND FILL ITEM 6 - SHEETING AND BRACING ITEM 7 - REMOVAL OF EXISTING CONCRETE AND MASONRY ITEM 8 - REMOVAL AND DISPOSAL OF EXISTING EQUIPMENT ITEM 9 – MANHOLES ITEM 10 – PAINTING ITEM 11-DUCTILE AND CAST IRON PIPE ITEM 12-TEMPORARY PUMPING ITEM 13-TANK CLEANING ITEM 14 - SEWAGE PUMPING STATION ITEM 15 - FORCE MAINS ITEM 16 - GRAVITY SEWERS ITEM 17 - MECHANICAL WORK FOR UNDERGROUND EMERGENCY POWER GENERATOR STATION ITEM 18 - ELECTRICAL WORK
Transcript

1

BRITNEY ACRES PUMP STATION REPLACEMENT SANITARY SEWER No. 3961, CIP No. 2002-23

DETAILED PROVISIONS

Index to Specification ITEM 1 - GENERAL REQUIREMENTS ITEM 2 – EARTHWORK ITEM 3 - SITE IMPROVEMENTS ITEM 4- ROADWAYS ITEM 5 - STONE, GRAVEL AND SAND FILL ITEM 6 - SHEETING AND BRACING ITEM 7 - REMOVAL OF EXISTING CONCRETE AND MASONRY ITEM 8 - REMOVAL AND DISPOSAL OF EXISTING EQUIPMENT ITEM 9 – MANHOLES ITEM 10 – PAINTING ITEM 11-DUCTILE AND CAST IRON PIPE ITEM 12-TEMPORARY PUMPING ITEM 13-TANK CLEANING ITEM 14 - SEWAGE PUMPING STATION ITEM 15 - FORCE MAINS ITEM 16 - GRAVITY SEWERS ITEM 17 - MECHANICAL WORK FOR UNDERGROUND EMERGENCY POWER GENERATOR STATION ITEM 18 - ELECTRICAL WORK

2

ITEM 1 - GENERAL REQUIREMENTS 1.01 REFERENCE SPECIFICATIONS / GENERAL: Except as otherwise specified herein, all work shall be done and material furnished in accordance with the MSD, Rules and Regulations and Standard Drawings for Sanitary Sewers; the State of Ohio, Department of Transportation, Construction and Material Specifications, latest edition; and the City of Cincinnati Supplement to the State of Ohio, Department of Transportation, Construction and Material Specifications, latest edition; on file in the office of the Engineer; and any supplements or changes thereto as set forth herein. All of the State of Ohio, Construction and Material Specifications, and the supplement by the City of Cincinnati including "Instructions to Bidders," "General Provisions," and "General Conditions" shall be in full force and effect for this Contract, except as amended or eliminated herein. 1.02 GENERAL DESCRIPTION OF WORK: Furnish and install new sewage pumping station and appurtenances to replace existing system. Work includes excavation, construction of below-ground concrete structures, installation of sewers, sewage pumping equipment, sewage force main, standby power generating equipment, telemetering equipment, mechanical equipment, and restoration of work areas. Item 1.021: General Construction Work: The work to be performed under this

contract shall include the furnishing of all materials, equipment and tools; and performing all necessary labor and supervision, for the complete construction of the General Construction Work and all other work appurtenant thereto, as described in Items 1 through 18 of these Detailed Provisions.

Item 1.03 PERMITS: Contractor shall be responsible for obtaining all required permits. MSDGC shall endeavor to facilitate the permit acquisition process by initiating the applications and making direct payment to the appropriate agencies for the following permits:

-- The general Building Permit. -- The Street Opening Permit.

Any costs for inspection and testing required by jurisdictional agencies in addition to that supplied as part of the street opening permit, will be billed to and paid by MSD excluding any penalty charges for delays due to the Contractor's operations. 1.04 COORDINATION: Contractor shall plan, schedule, and coordinate his operations in a manner which will facilitate the simultaneous progress of the Work, and in such fashion as to maintain operation and service of existing

3

facilities. 1.05 PROGRESS MEETINGS: MSDGC shall schedule and hold regular progress meetings once to twice per month, or at other times if required due to circumstances of the Work. The purpose of such meetings will be to review the progress of the Work, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems which may arise. Contractor and active subcontractors shall be represented. MSDGC shall preside at the meetings and shall prepare and distribute minutes following the meeting. 1.06 PRECONSTRUCTION CONFERENCE: Following award of the Contract(s), but before commencement any work at the site, a Preconstruction Conference will be held at the offices of the Metropolitan Sewer District, 1600 Gest Street. A Notice of the date and time shall be mailed at least one (1) week in advance. The meeting shall be attended by the Contractor or authorized representative, his Project Superintendent and Foreman; and representatives of any principal subcontractors and/or suppliers, as appropriate. The Contractor shall bring his Workmen's Compensation Certificate and Proof of Liability Insurance to the Preconstruction Conference. The purpose of the Preconstruction Conference is to designate and introduce the MSD and Contractor personnel that will be involved in the Project and to establish a positive working relationship. Matters requiring coordination will be discussed and procedures established. The agenda will include:

MSD Contract Compliance Office Requirements (EEO / Prevailing Wages)

Contractor's Schedules & Critical Sequencing

Permits, Right-of-Way & Use of Premises

Shop Drawings and other submittal procedures

Progress Payment & Change Order procedures

Temporary Utilities, Jobsite Field Office, Security and other topics as appropriate.

The Contract formation process is initiated by Mr. Donald Cahill at MSDGC’s Contract Administration Office at 513+557-7105. Submittal of the following is required at the Preconstruction Conference unless

4

otherwise indicated:

A. Site Safety Plan - Sec. 107.071 of the City Supplement requires that this be submitted prior to the Preconstruction Conference.

B. Proof of Liability Insurance.

C. Workmen's Compensation Certificate.

D. Project Construction Schedule (preliminary).

E. Schedule of Values (preliminary).

F. Schedule of Major Equipment to be supplied (preliminary).

G. Shop Drawings List and Submittal Schedule (preliminary).

1.07 SUBMITTALS:

A. General - Submittals shall be mailed or delivered to MSDGC’s designated Project Manager at the Metropolitan Sewer District, 1600 Gest Street, Cincinnati, OH 45204. MSDGC shall not be responsible for any submittals that may become lost in the mail. Contractor shall submit a sufficient number of copies for four (4) to be retained by MSDGC plus as many additional copies as the Contractor may wish to have returned to him. All submittals shall be stamped with a submittal stamp in the format shown in this Section. All subcontractor submittals shall be made through the General Contractor. Contractor shall bear full responsibility for the completeness and accuracy of the submittals.

B. Project Construction Schedule - Submit a fully developed, bar-chart type construction schedule within 21 days after the Pre-Construction Conference. Provide a separate bar for each construction activity and a vertical line to identify the first working day of each week. The Construction Schedule shall be coordinated with the Schedule of Values, Submittals, and subcontractor activities. The sequence of activities critical to timely completion of the Work shall be identified. The Project Schedule shall be updated at least monthly.

C. Shop Drawings Schedule - At the time that the Project Construction Schedule is submitted, Contractor shall also submit a schedule detailing the sequence and time schedule for submission of the Shop Drawings called for in these Detailed Provisions. Sufficient time shall be allowed for the initial review, correction and resubmission, and final review of all Shop Drawings. A minimum of 21 days shall be allotted for each review by MSDGC. In addition to any submittals required in other portions of the specifications the contractor shall submit four (4) paper copies and two (2) electronic copies of

5

equipment manuals for all mechanical components prior to ordering the equipment.

6

D. Shop Drawings & Submittals Stamp: Submittal No. MSD GREATER CINCINNATI

BRITNEY ACRES PUMP STATION REPLACEMENT

Section No.

Sewer No. 3961

Part No.

INITIAL

DATE

APPROVED

APPROVED AS NOTED

REJECTED

RESUBMIT YES NO

(Sub- Contractor)

(Gen. Contractor)

MSD / WWT

MSD / PPM

This does not relieve vendor of responsibility for checking dimensions on drawings and on job, nor does it relieve him from furnishing a complete job as per plans, specifications, and contract. Approved for general conformance, but subject to the detailed requirements of the contract. APPROVED: MSD of Greater Cincinnati Date

E. Schedule of Values - Within 15 days after issuance of the Notice to Proceed, Contractor shall submit a schedule showing the value allocated to each of the various Items of the Work as outlined in the Index for the Detailed Provisions.

F. Site Safety Plan - At the time of the Pre-Construction Conference, Contractor shall deliver for review by MSDGC, two (2) copies of the Site

7

Safety Plan for the Project. The Site Safety Plan shall conform to the requirements of Sec. 107.071 of the City Supplement.

1.08 SOIL BORING REPORTS: A geotechnical report is included in the bid package for the Contractor's information. The recommendations outlined in this report are to be utilized in construction of this project. The Contractor is responsible to make independent interpretation of the report and must assume responsibility for selection of means and methods for accomplishing the work. 1.09 REQUESTS FOR SUPPLEMENTAL INFORMATION: It shall be the responsibility of the Contractor to make timely requests of MSDGC for any additional information not already in his possession and which should be furnished by MSDGC under the terms of this Contract, and which he will require in the planning and execution of the work. Such requests may be submitted from time to time to permit appropriate action to be taken by all parties involved so as to avoid delay. Each request shall be in writing, and list the various items and the latest day by which each will be required by the Contractor. The first such list, if needed, shall be submitted within (2) weeks after contract award and shall be as complete as possible at the time. The Contractor shall, if required, furnish promptly any assistance and information MSDGC may require in responding to these requests of the Contractor. The Contractor shall be fully responsible for any delay in his work or to others arising from his failure to comply with the provisions of this section. 1.10 RESPONSIBILITY FOR MATERIALS AND EQUIPMENT: Contractor shall be fully responsible for all materials and equipment which he has furnished, either directly or indirectly; and whether installed or being stored pending installation. Contractor shall be responsible for all delivery and unloading of materials. 1.11 SHOP DRAWINGS: Shop Drawings and engineering data covering all equipment, fabrications, and building materials which will become a permanent part of the Work shall be submitted to MSDGC for review, at the address given in Sec. 1.07.A of this section. The data shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and operation of component materials and devices; the external connections, anchorages, and supports required; performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. There will be no separate payment for the preparation and submittal of shop drawings or material samples. All submittals, regardless of origin, shall be stamped with the approval of Contractor and identified with the name and number of this Contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each submittal shall indicate the intended use of the item in the Work.

8

When catalog pages are submitted, applicable items shall be clearly identified and inapplicable data crossed out. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Contractor's approval is a representation to MSDGC that Contractor accepts full responsibility for determining and verifying all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that he has reviewed and coordinated each submittal with the requirements of the Work and the Contract Documents. The form of Shop Drawing Submittal Stamp is shown in Section 1.07.D this section. Contractor shall accept full responsibility for the completeness of each submission. When an item consists of components from several sources, Contractor's initial submittal shall be complete, including all components. All deviations from the Contract Documents shall be identified on each submittal and shall be tabulated in Contractor's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Contractor (including modifications to other facilities that may be a result of the deviation) and all required piping and wiring diagrams. Contractor shall submit to MSDGC the number of copies of each drawing that he wishes to have returned for his use plus four (4) additional copies for retention by MSDGC. Submittals shall be mailed or delivered. Facsimile (faxed) copies will not be acceptable. MSDGC will not accept submittals from anyone but Contractor. Submittals shall be consecutively numbered in direct sequence of submittal. 1.12 SUBSTITUTIONS: Whenever a material or article is specified or described by using the name of a proprietary product or the name of a particular manufacturer or vendor, the specified item mentioned shall be understood as establishing the type, function, and quality desired. Requests for review of equivalency will not be accepted from anyone except Contractor, and such requests will not be considered until after the Contract has been awarded. 1.13 CONSTRUCTION PROCEDURES: It shall be the Contractor's responsibility to work equipment around poles, trees, or other obstructions which permit the passage of the bucket and boom but prevent passage of other portions of the equipment to excavate from both sides of the poles, trees, or other obstruction, and to remove by hand labor, tunneling or by other means, all at his own expense. It is the intent of these Detailed Provisions to provide a procedure for keeping the restoration of seeded and sodded areas and driveways current with sewer installation. Failure to keep restoration of these items completed reasonably close to the installation of the sewer shall be cause to delay payment for the

9

sewer installed until such restoration is completed to the satisfaction of MSDGC. 1.14 WORK AREA AND USE OF PREMISES: At the direction of MSDGC, Contractor will be permitted to use available land belonging to the Board of Commissioner of Hamilton County, on or near the site of the Work, for construction purposes and for storage of materials and equipment. Contractor shall be responsible for delivery, unloading, handling and security of materials stored for incorporation into the Project. Access to all construction areas, additional working areas and the size of the construction area itself shall be reviewed and approved by MSDGC and other government agencies having jurisdiction as necessary or required. The Contractor shall not trespass upon or in any way disturb property adjacent to the street right-of-way or outside in the construction limits as shown on the contract drawing without first obtaining written permission from the owner to do so. A copy of such written permission shall be furnished to MSDGC. If the contractor finds it necessary to obtain additional working area, it shall be his responsibility for its acquisition. All requirements listed under the Use of Premises shall apply if additional area is obtained. The Contractor shall, at his own expense, restore such property to the full satisfaction of the owner, and shall obtain from the owner a written release from the owner stating that the work has been completed satisfactorily, shall be furnished to MSDGC. All items within the construction limits and the street right-of-way shall be removed, or removed and replaced, or restored as required by the Plans and Specifications, as directed by MSDGC. The Contractor shall not waste any excess earth, stone, or other excavated material on any property without first obtaining written permission of the owner of the property and securing the approval of MSDGC. One copy of the owner's written permission and one copy of a written release from the owner stating that work has been completed satisfactorily, shall be furnished to MSDGC. 1.15 TEMPORARY UTILITIES: Contractor shall be responsible for making all arrangements for temporary water, electric, telephone, and sanitary services needed at the work site. There is an existing MSD electric service at the site which Contractor may connect to with prior approval by MSD, however, the Contractor shall provide his own disconnect and step-down transformer(s). 1.16 TEMPORARY REMOVAL OF FENCING OR SHRUBS: Any fences, including hedges and shrubs, that need to be removed to facilitate construction operations shall be replaced, in kind or with repairs satisfactorily to the owner, at

10

the Contractor's expense. Replacement of fences, hedges and shrubs shall be considered a part of the sewer installation and shall be done immediately after the installation of the sewer. 1.17 PROTECTION OF TREES: The Contractor shall avoid all unnecessary damage to trees. Branches which overhang the construction limits and which interfere with the operation of equipment shall be tied back to avoid damage, if possible. Where injury to branches is unavoidable, the branches shall be sawed off neatly at the trunk or main branch and the cut area shall be painted with an approved tree paint immediately. Any trees damaged beyond saving shall be removed by the Contractor at his own expense, and in the case of trees located on private property, restitution shall be made to the owner by the Contractor. 1.18 RIGHT-OF-WAY AND SPECIAL RIGHT-OF-WAY AGREEMENTS: Contractor shall comply with all special agreements negotiated by MSDGC and shall include the costs for such in the costs for the various items of the Contract. The following is a list of special agreements applicable to this Project:

A. For all parcels - Upon completion of the Work, the property shall be restored

as nearly as practicable to the condition it was in prior to the construction. All physical features such as fencing, shrubbery, walls, sidewalks, and pavement shall be replaced in kind, equal to or better than existing.

1.19 NOTICES: Contractor shall give timely notice (at least two full working days) to owners of adjacent property and utilities when prosecution of the Work may affect them. 1.20 MAINTENANCE OF TRAFFIC: The Contractor shall be responsible for maintaining "local" traffic at all times and of notifying the proper authorities regarding the closing of the roads. Maintenance of traffic shall be conducted in conformance with Sec. 614 of the City Supplement. The Contractor shall not begin work in any area which may cause local traffic to be disturbed until standard barricades and warning signs are in acceptable position and the markers and signs conform to the Ohio Manual of Uniform Traffic Control Devices for Streets and Highways (hereinafter called the Ohio Manual). The cost of all traffic control devices shall be included in the costs for the various items of the Contract. MSD will initiate the applications and pay for any required Street Opening Permits. The costs for any inspections and testing required by jurisdictional agencies in addition to that supplied as part of the Street Opening Permit, shall be billed to and paid by MSD, however, MSD shall not pay any penalty charges for delays or damages due to the Contractor's operations.

11

The Contractor shall maintain local traffic at all times during construction of this project in a manner causing the least amount of inconvenience to the abutting property owners. The Contractor shall construct, maintain, and subsequently remove any temporary driveways, roadways, or run-arounds as may be necessary to provide vehicular access to and from the abutting properties, as directed by MSDGC. The contractor may block one lane of Woodruff Road during construction and must maintain two way traffic by use of flaggers at each end of the construction zone.. The portion of the pavement not in the sewer construction shall be kept clear of all excavated material. Only a portion of the trench shall be excavated at a time and closed again with Controlled Density Fill, before the pavement over the balance is removed, as directed by MSDGC. All pavement and/or right-of-way openings within the public right-of-way must conform to the current edition of the State of Ohio, Department of Transportation, Construction and Material Specifications, with supplements or changes thereto. The Contractor shall bear all responsibilities and liabilities regarding strict adherence to applicable sections for the Maintenance of Traffic and Public Safety as set forth in the "Ohio Manual of Uniform Traffic Control Devices for Streets and Highways". All traffic control devices must be in place prior to starting construction. The Contractor shall save harmless the City of Cincinnati and the Board of County Commissioners and all its representation from all suits, actions, or claims of any character, brought on account of any injuries or damages sustained by any person, or persons, or property in consequence of this construction project due to construction operations. If at any time traffic has to be blocked, the Contractor shall provide 7 days advance notice to MSD, to the local Fire, Police, and Road Departments having jurisdiction, and to local residents who may be affected by such closure. The cost of the maintenance of traffic and restoration of pavement shall be included in the various contract items of work. 1.21 EXISTING UTILITIES: The drawings show all utilities, water, gas, and sewer lines known to exist. Water and gas service connections are shown in plan only. However, this does not guarantee that all existing lines and appurtenances have been shown on drawings, and MSDGC assumes no responsibility for the accuracy thereof and does not free the Contractor from necessary precautions for the protection of any utility encountered on the project or the restoration of any utility damaged during the work. The Contractor shall notify, at least two (2) working days before breaking ground, all public and/or private service corporations having service wires, poles, pipes,

12

conduits, manholes or other structures that may be affected by this operation, including all structures which are affected, but not shown on these plans. Owners of underground utilities which are members of the Ohio Utilities Protection Service can be notified by calling 1-800-362-2764 (Toll Free). Non-member underground utility owners must be called directly. The cost of supporting and/or protecting existing water lines, gas mains, telephone conduit, etc., shall be included in payment for the various contract items of work. All work required for the maintenance of service of existing utilities shall be done by the contractor, and at no additional costs to MSDGC. All maintenance, repair and/or replacement of existing utilities shall be in accordance with the Rules and Regulations of the various utility companies having jurisdiction. All existing storm sewers, driveway drains and other surface drain pipes, whether shown on the drawings or not, removed or damaged during construction shall be repaired and reconnected by the Contractor as directed by MSDGC at no cost to MSDGC. All utilities other than water and sewer lines are to be relocated, as directed by MSDGC, at no cost to MSDGC. 1.22 CONNECTIONS TO EXISTING FACILITIES: Unless otherwise indicated in the contract documents, Contractor shall make all necessary connections to existing facilities and utilities necessary to the Project. Contractor shall receive permission from owner of the utility prior to making such connections. Connections to existing facilities which are in service shall be thoroughly planned in advance and all required equipment, materials and labor shall be on hand at the time of undertaking the connections. Once started, such work shall proceed continuously (around the clock) in order to complete connection in the minimum time. Operation of valves or other appurtenances or control devices shall be by or under the direct supervision of the owning utility. 1.23 ELECTRIC UTILITY NOTES: DUKE ENERGY 1. Danger - Contractor shall contact the company prior to excavation when

working near overhead electric facilities.

(A) For field inspector to locate underground electric line, in Ohio call “Ohio Utilities Protection Service” 1-800-362-2764, in Kentucky call “Kentucky Underground Protection Inc.” 1-800-752-6007 (at least 48 hours in advance), excluding hours, Sat., Sun., and State Legal Holidays.

13

(B) Temporary protection of Electric lines may be arranged through Duke Energy Service Contact at 513+651-0444.

(C) Electric line relocation, at the contractor’s expense, may be arranged through Keith Huges at 513+287-5644.

2. Contractor shall be responsible for all damages to electric facilities during

construction. 3. Electric facilities to be kept in service at all times. 4. Contractor shall be responsible for supporting existing electric facilities

affected by the proposed construction.

(A) Where high pressure oil filled pipe type cable installation are exposed or otherwise interfered with by the contractor, protection by the contractor will be required against damage to the coating or surrounding thermal sand envelope.

(B) Where concrete encased conduit systems or direct buried cable systems

are exposed or otherwise interfered with, the contractor shall protect the system as necessary against damage. As soon as feasible, the contractor shall take additional appropriate steps to provide permanent measures to restore support. The methods used shall be based on conditions to be determined by the utility.

(C) Where poles or anchors that support overhead electric facilities are

exposed or otherwise interfered with, the contractor shall protect them from damage and provide temporary support to insure the integrity of the system. As soon as feasible, the contractor shall take additional appropriate steps to provide permanent measures to restore support. The methods used shall be based on conditions to be determined by the utility.

(D) Where the depth of excavation for the proposed work is greater than five

(5) feet , the contractor shall sheet and shore the trench to continuously maintain the support of electric facilities at location where the electric facilities are within the zone of influence adjacent to the excavation as determined by the natural angle of repose of the soil.

(E) All damage to electric facilities and services requiring adjustments,

relocations and/or repairs will be made at the contractor’s cost.

5. Contractor shall not backfill exposed electric facilities until the company has inspected its facility or performed any adjustments and/or maintenance that may be required.

14

Note: Should contractor damage electric facilities, contractor shall immediately notify the electric service desk through the company operator (513+651-4182). Contractor shall keep everyone clear of damaged electric facilities until company personnel arrive at the work site.

1.24 GAS UTILITY NOTES: DUKE ENERGY

Gas Facility Notes: I. For Gas Engineering & Planning Notification, agreements and official

correspondence, address to: Keith Huges Duke Energy Gas Distribution Engineering P.O. Box 960, Room 460 A Cincinnati, Ohio 45201-0960

II. This construction document shows the approximate gas facility locations

and depths and is provided to comply with statutory regulations. This gas facility information should be used only for planning, not construction.

III. All gas facility depths noted are approximate depths of cover recorded at

the time of installation. Any resulting grade changes may cause the existing depths to be different. Extreme care must be taken to ensure safe excavation when approaching known or suspected gas facilities.

IV. All gas services were installed at a minimum of 1’-6” of cover. See III

above. V. For additional gas facility record information, call (513) 287-5644. VI. To comply with federal and state regulations concerning damage

prevention programs, the utility companies must be contacted at least 48 hours (2 working days) prior to excavation by calling the OHIO UTILITIES PROTECTION SERVICE (OUPS), toll free at 1-800-362-2764.

Construction Notes: I. Gas facilities are to be kept in service at all times. II. The contractor shall be responsible for all damages to gas facilities during

or as a result of the contractor’s construction. All damage to gas facilities requiring adjustments, relocations and/or repairs will be made at the contractor’s expense.

III. The contractor shall sheet and shore all excavations as required to

15

continuously support gas facilities within the zone of influence (as determined by the natural angle of response of the soil).

IV. Crossing buried gas facilities with heavy construction equipment may

cause damage to the gas facilities. Contact the Gas Engineering Department for details on how to protect the gas facilities from damage.

V. The contractor shall not backfill exposed gas facilities until the utility has

inspected its facilities and performed any maintenance and/or adjustments that may be required.

VI. The contractor is responsible for preventing any damage to our gas

facilities. This includes protection of coatings and wrappings on steel gas mains. It also includes any damage which may have occurred to plastic gas mains, such as crimps or gouges.

VII. When cast iron or similar gas facilities are exposed or interfered with by

the contractor, replacement or reinforcement by DUKE ENERGY may be required at the contractor’s expense. Backfill with control low strength material will be required.

VIII. Blasting or other construction procedures which may transmit loads or

vibrations in the vicinity of gas facilities must be approved by Duke Energy’s Gas Engineering Department. A blasting plan, identifying all pertinent information, must be submitted in writing by a blasting expert prior to any work.

Proposed Developments at Gas R/W and Easements (If Applicable): I. Proposed development plans around and near gas facilities within private

easements must be submitted to Duke Energy’s Gas Engineering Department for review. These plans must be approved before any work may begin within our easements.

II. Specified easement widths must be maintained in order for DUKE

ENERGY to protect its facilities. III. No permanent structures may be built within the easements. IV. Cuts and fills are generally not permitted within the easements. Some fills

may be allowed, and will be reviewed on an individual basis. Any permitted fills will be limited to an amount which will allow DUKE ENERGY to properly maintain its facilities.

V. Perpendicular utility crossings of gas easements are acceptable, provided

proper clearances are maintained. Parallel installations are normally not allowed.

16

1.25 WATER WORKS NOTES: All work pertaining to water works items shall be done in strict accordance with the specifications of MSDGC of Cincinnati Water Works and under the direction, supervision and inspection of the Water Works. Water main items are to be constructed in accordance with the provisions of the State of Ohio, Department of Transportation , Construction and Material Specifications, dated January 1, 2005, and modified by the City of Cincinnati Supplement to said State of Ohio Specifications, effective January 1, 2005, and any supplements or changes thereto. Copies of all pertinent specifications may be obtained from the City of Cincinnati Water Works, 4747 Spring Grove Avenue, Cincinnati, Ohio 45232-1986. A cushion of 12" shall be maintained between the proposed water mains and the existing sewers, inlet connections, and drains. If a greater clearance is desired, it will be so designated. Building sewer laterals are not to be disturbed or trapped. Existing drains, sewers and culverts are not to be disturbed. If the water main is to be under culverts or pipe sewers, they shall be tunneled and backfilled with Class “T” concrete (Section 1110.02 of the City Supplement). It shall be the Contractor’s responsibility to arrange for removal and replacement of any poles and guys necessary for the installation of the proposed water mains, and any cost connected thereto shall be his expense. All backfill to be Method “A” except where otherwise noted. No part of any fire hydrant setting shall be installed closer than five feet to any driveway, inlet, utility pole, or guy wire anchor. All pipe and specials shall be in accordance with City of Cincinnati Specification 40-110-76. All valves to be purchased from the Cincinnati Water Works. No extra payment will be made for lead joints. All work shall be performed under the supervision and inspection of the Cincinnati Water Works. The Contractor shall contact Mark Niehe, Supervisor or Inspection, at 591-7870, a minimum of two (2) business days prior to the start of work. CERTIFICATION OF COMPLIANCE IS REQUIRED TO BE SUBMITTED TO THE CINCINNATI WATER WORKS. The contractor shall furnish any material where needed. No allowance will be made for unused material nor will any extra payment be made for additional specials required to complete the water main work. The contractor is responsible

17

for making his own field measurements before ordering material. 1.26 MAINTAINING FLOW: It will be the responsibility of the Contractor, throughout the tenure of this Contract, to provide and maintain sufficient flow at all times to pass any flash or storm flow of creeks and drainage ditches and prevent any back water flooding due to obstruction caused by construction equipment and/or materials. The Contractor shall maintain flow of the sewer at all times during installation of proposed conduit. The Contractor shall be responsible for prohibiting storm or subsurface water from entering the sanitary sewer during construction as may be caused by flash floods, heavy rains, etc. The cost of this work shall be included in the unit price bid for the various Contract items. 1.27 MAINTAINING OPERATION OF EXISTING LIFT STATION: The Contractor shall perform the work under this Contract in a manner such that MSDGC can keep the existing pump station in operation until such time as the replacement pump station is substantially complete and ready for operation. The Contractor shall keep the Superintendent of the Division of Wastewater Treatment and the Engineer informed of any work which will interfere with the operation of the existing pump station. Any necessary shut-down of the facilities shall be scheduled in advance with Dennis Edwards (513+557-5947). All shut-down periods shall be scheduled so that the operation of the facilities can be maintained in compliance with applicable regulatory agency requirements. The Engineer shall have the authority to prohibit or to order stopped any Work, which in his opinion, would unreasonably result in interfering with the necessary functions of the facilities. Temporary Pumping - refer to Item 12 of these Specifications. It shall be the responsibility of the Contractor to provide, operate and maintain and required temporary pumping facilities. Whenever it may be necessary during the period of construction to shut down the operation of any facilities related to this Work, the Contractor shall make every effort to minimize the time that such facilities may be out of service. When all equipment, labor and materials that are necessary to begin and complete the Work required during the shut-down time are ready, MSDGC shall determine when the shut-down period may commence and shall give the Contractor notice of when the work may be started. MSDGC reserves the right to determine the exact time of such shut-downs and

18

may determine that the Work shall have to be performed on a Saturday, Sunday, holiday or at night. The operation of all equipment and valves owned by MSDGC shall be performed by MSDGC’s personnel. 1.28 ABANDONMENT OF EXISTING LIFT STATION: The existing lift station shall be abandoned in accordance with Item 202 of the State of Ohio Construction and Material Specifications. All castings and equipment shall be turned over to MSD for salvage. 1.29 ABANDONMENT OF EXISTING SEWERS: Sewers which are to be abandoned are shown on the plans and shall be plugged or sealed where they join manholes, catch basins or inlets. All existing sewers encountered in construction operations that are inactive or are to be abandoned as determined by MSDGC, shall be plugged or sealed, at both ends where broken into, before proceeding with backfilling. Where plugging or sealing is required, pipe 12-inches or less in diameter shall be sealed by the installation of a suitable precast concrete or vitrified clay stopper properly cemented into place. 1.30 CUTTING AND PATCHING: Contractor shall perform all cutting and patching necessary for prosecution of the Work, and as necessary to uncover Work for inspection or for the correction of defective Work. Contractor shall provide all shoring, bracing, supports, and protective devices necessary to safeguard all Work and existing facilities during cutting and patching operations. Contractor shall not undertake any cutting or demolition which may affect the structural stability of the Work or other existing facilities without the Owner's concurrence. Materials shall be cut and removed to the extent indicated on the Drawings or as necessary to complete the Work. Materials shall be removed in a careful manner, without damage to adjacent facilities or materials. Materials which are not salvageable shall be removed from the site and properly disposed by the Contractor. All work and existing facilities affected by cutting operations shall be restored with new materials or with salvages materials acceptable to the Owner, to obtain a finished installation with the strength, appearance and functional capacity required. If necessary, entire surfaces shall be patched and refinished. 1.31 SPECIAL EXCAVATION: This is a CONTINGENCY item. This item to be used only when directed by the Engineer.

19

1.32 SPECIAL FILL MATERIAL (Bank Run Gravel): This is a CONTINGENCY item. Bank run gravel meeting the requirements of Item 703.11, Type 1 of the City Supplement shall be furnished by the Contractor, as directed by MSDGC, when this type of material is required in the work. Only special fill material not included in other pay items shall be measured for payment. 1.33 CONCRETE MASONRY, CLASS "C": This is CONTINGENCY item. Only Class "C" Concrete Masonry not included in other pay items shall be measured for payment, as directed by MSDGC. 1.34 CONCRETE MASONRY, CLASS "C" (Encasement, Cradles, Key Blocks): This is a CONTINGENCY item. Only special Class "C" Concrete Masonry used for encasement, cradles, and key blocks, in addition to those items called for in the plans, shall be measured for payment, as directed by MSDGC. 1.35 TESTING: All tests to determine compliance with the Contract Documents shall be performed by an independent commercial testing firm acceptable to City. Testing services provided by Owner are for the sole benefit of Owner; however, test results shall be available to Contractor. Testing necessary to satisfy Contractor's internal quality control procedures shall be the sole responsibility of Contractor.

A. Testing Services Furnished by Contractor: Unless otherwise specified, Contractor shall provide all testing services in connection with the following:

Sewer and manhole testing Concrete materials and mix designs. Asphaltic concrete materials and mix designs. Embedment, fill, and backfill materials.

Testing of field welds.

All other tests and engineering data required for MSDGC’s review of materials and equipment proposed to be used in the Work except those specified to be provided by MSDGC.

Contractor shall obtain City's acceptance of the testing firm before having any services performed, and shall pay all costs for these testing services.

B. Testing Services Furnished by City: Unless otherwise specified, MSDGC shall provide for tests made on the following materials and equipment:

20

Concrete. Asphaltic concrete.

Moisture-density and relative density tests on embedment, fill, and backfill materials.

In-place field density tests on embedments, fills, and backfill.

Other materials and equipment at the discretion of City. Testing, including sampling, will be performed by MSDGC or the testing firm's laboratory personnel in the general manner indicated in the Specifications. MSDGC shall determine the exact time, location, and number of tests, including samples. Arrangements for delivery of samples and test specimens to the testing firm's laboratory will be made by MSDGC. The testing firm's laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test. Contractor shall furnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when neces-sary to allow testing, including sampling, to be performed. Contractor shall have no claim for an increase in Contract Price or Contract Times due to such interruption. When testing activities, including sampling, are performed in the field by MSDGC, or the testing firm's laboratory personnel, Contractor shall furnish personnel and facilities to assist in the activities. Written reports of tests and engineering data furnished by Contractor for MSDGC’s review of materials and equipment proposed to be used in the Work shall be submitted as specified for Shop Drawings. One copy of the written report by the testing firm retained by MSDGC shall be furnished to the Contractor for each test, within 3 days after each test is completed. Other copies of each test report shall be retained by MSDGC, 1.36 LEAKAGE TEST All mainline conduits thirty-six (36) inches and smaller in diameter shall be subjected to an air test. This test shall be performed in accordance with the latest ASTM or UNI-BELL PVC Pipe Association requirements for each unique pipe material in effect at the time that the bids are submitted. The Contractor shall perform the leakage test at the Contractor’s expense, including the furnishing of all labor, materials and appurtenances necessary for

21

the performance of the leakage test. The cost of the test shall be included in the price bid for the appropriate 603 items. 1.361 DEFLECTION TEST:A deflection test will be required on all main line

sewer plastic pipes as specified in the City of Cincinnati supplement to the State of Ohio, Department of Transportation , Construction and Material Specifications. Maximum limit for vertical deflection shall be 5% of the pipe inside diameter. 1.37 BACKFILLING: Bank run gravel backfill above the "initial backfill" shall be

required for Type "B" and Type "G" conduit and in the following locations: A. Where the trench parallels a road, street or driveway pavement and any

part of the trench is within three feet of the edge of the pavement, bank run gravel backfill shall extend to the pavement subgrade for the entire width of the trench. B. Where the trench crosses a road, street or driveway pavement, bank run

gravel backfill shall extend two feet on each side of the pavement at pavement subgrade. 1.38 SPECIAL BACKFILL REQUIREMENTS: Backfill of all .excavation within

Woodruff Road (a County Road) shall be undertaken with Low Strenth Mortar Backfill in accordance with the HAMCIN: CLSM-CDF Specification on file with the City of Cincinnati City Engineer and the Hamilton County Engineer.

1.39 CONDUITS, TEE-BRANCHES, BENDS, AND STUBS: All excavation and backfill operations required under these items shall be in accordance with the City of Cincinnati Supplement to the State of Ohio, Department of Transportation, Construction and Material Specifications, Item 603.02 and 603.10 except as otherwise noted herein. All requirements of this item shall be strictly adhered to by the Contractor and enforced by the Department of Sewers. This includes providing sheeting and bracing as may be required which is included in the cost of this item. The trench backfill within the pavement of the public right-of-way shall be placed in accordance with the City of Cincinnati Standard Drawing ACC. NO. 21506. The price bid for this item shall be complete, including restoration. Partial payments for these items shall be paid by the Metropolitan Sewer District in accordance with the following schedule: Eighty-five percent (85%) of the price bid for force main installation shall be paid for pipe installed as per plans. Eighty percent (80%) of the unit price bid for Type "C" conduit shall be paid for

22

pipe installed including initial backfill. Seventy percent (70%) of the unit price bid for Type "B" conduit and Type "G" conduit shall be paid for pipe installed including initial backfill. An additional ten percent (10%) of the price bid, Type "B" conduit, Type "C" conduit, and Type "G" conduit shall be paid when the pipe passes the leakage test and also the deflection test where PVC pipe is used. The remaining portion of the unit bid shall be paid when restoration has been completed.

In addition, if PVC and/or ABS conduit is used under these items, all operations shall be in accordance with items 603.02 and 707.41 of the City of Cincinnati supplement to the State of Ohio, Department of Transportation, Construction and Material Specifications, latest edition. Adjustment in line or grade, if necessary, shall be determined by MSDGC. Ductile Iron Pipe (DIP) shall be Class 53 with push-on joints and shall conform to AWWA Specifications C-151. 1.40 CASTINGS: The Contractor shall furnish and install all castings for this project, including manhole frames and covers. All castings shall be the watertight type and size shown on Standard Drawing Acc. No. 49051. 1.41 STANDARD TYPE "S" MANHOLE (with Watertight Lid): This item shall be constructed in accordance with Standard Drawing ACC. No. 49037 as directed by MSDGC. The cost of the watertight casting and installation is included in this item. 1.42 REMODEL BOTTOM OF EXISTING MANHOLE Where indicate on the plans the contractor shall install new conduit into existing manholes such that incoming conduits shall match crown to crown and the manhole bench is reconstructed to properly channel the incoming flow. 1.43 SHEETING AND BRACING ORDERED LEFT IN PLACE: Furnish and install sheeting in accordance with Item 626 of the City Supplement only as directed by MSDGC. (This is a contingency item.) Payment will be made based on the unit price per 1,000 board feet (MFBM) measured in place. 1.44 SUBSTANTIAL COMPLETION: When Contractor considers the entire Work ready for its intended use, Contractor shall, in writing to MSDGC, certify that the entire Work is substantially complete as defined below and request that

23

MSDGC issue a letter or Certificate of Substantial Completion. Within a reasonable time thereafter, MSDGC and the Contractor shall make an inspection of the Work to determine the status of completion. If MSDGC does not consider the Work substantially complete, Contractor will be notified in writing giving reasons therefore. If MSDGC considers the Work substantially complete, a letter of Substantial Completion will be prepared which shall fix the date of Substantial Completion. There shall be attached to the letter, a list of items to be completed or corrected before final payment. If appropriate, MSDGC will deliver to the Contractor a written recommendation as to division of responsibilities pending final payment between City and Contractor with respect to security, operation, safety, maintenance, heat, utilities and insurance. Substantial Completion shall be defined as acceptance of the new fully commissioned Britney Acres Pump Station and control equipment. MSDGC shall have the right to exclude Contractor from the Work after the date of Substantial Completion, but City shall allow Contractor reasonable access to complete or correct items on the list or to make corrections during the one year guarantee period following final payment, as specified in Article 109.12 of the City Supplement. 1.45 PARTIAL UTILIZATION: Prior to Substantial Completion of all of the Work, MSDGC may request Contractor in writing to permit MSDGC to use a specified part of the Work which City believes to be substantially complete and which may be used without significant interference with construction of the other parts of the Work. If Contractor agrees, he will certify to MSDGC that said part of the Work is substantially complete and request MSDGC to issue a letter of Substantial Completion for that part of the Work. Within a reasonable time thereafter, MSDGC and Contractor shall make an inspection of that part of the Work to determine its status of completion and shall issue a letter as described in Substantial Completion paragraph. In lieu of the issuance of a Letter of Substantial Completion as to part of the Work, MSDGC may take over operation of a facility constituting part of the Work whether or not it is substantially complete if such facility is functional and separately useable; provided that prior to any such take over, the Engineer and Contractor have agreed as to the division of responsibilities for security, operation, safety, maintenance, correction period, heat, utilities and insurance with respect to such facility. The guarantee period as described under Article 109.12 shall be interrupted if the equipment is out of service for repairs covered under the guarantee. 1.46 STARTUP OF NEW FACILITIES: Contractor shall arrange for qualified Manufacturer's Representatives to be present to supervise the initial startup of new mechanical, electrical, and instrumentational equipment installed under this Contract. Contractor shall provide at least 7 days advance notice to MSDGC as

24

to when such equipment startup is to take place. The Contractor and/or the Manufacturer's Representative shall certify to MSDGC that each item of major equipment has been satisfactorily installed, was given proper startup, and performed within the requirements as specified herein. As a minimum, this shall apply to: -- Pumps -- Pump Controls -- Malfunction Alarms -- Electrical Power Transfer Equipment -- Electrical Power Generating Equipment -- Electrical Power Generating Equipment Fuel Supplies 1.47 OPERATION & MAINTENANCE MANUALS: Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The equipment Supplier shall prepare an operation and maintenance manual for each type of equipment indicated in the equipment schedule section. Parts lists and operating and maintenance instructions shall be furnished for other equipment not listed in the equipment schedule. Operation and maintenance manuals shall include the following: a. Equipment function, normal operating characteristics, and limiting

conditions. b. Assembly, installation, alignment, adjustment, and checking

instructions. c. Operating instructions for startup, routine and normal operation,

regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to "troubleshooting". f. Parts lists and predicted life of parts subject to wear. g. Outline, cross-section, and assembly drawings; engineering data;

and wiring diagrams. h. Test data and performance curves, where applicable.

i. Signed calibration sheets.

j. Completed job analysis forms. A sample will be provided by the

25

Engineer upon request.. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which may be required by Contractor. Manuals and other data shall be printed on heavy, first quality paper, 8-1/2 by 11 inch size, with standard three-hole punching. Drawings and diagrams shall be reduced to 8-1/2 by 11 inches or 11 by 17 inches. Where reduction is not practicable, larger drawings shall be folded separately and placed in envelopes which are bound into the manuals. Each envelope shall bear suitable identification on the outside. Five (5) copies and two (2) electronic versions of each manual, in substantial, permanent, three-ring or three-post binders and pdf or other suitable web accessible formats bearing suitable identification, shall be submitted to MSDGC prior to the startup of the equipment. As much as possible, material shall be assembled and bound in the same order as specified, and each volume shall have a table of contents and suitable index tabs. Two (2) copies of the manuals shall be submitted by the contractor prior to ordering materials. All material shall be marked with project identification, and inapplicable information shall be marked out or deleted. Shipment of equipment will not be considered complete until all required manuals and data have been received. 1.48 OPERATOR TRAINING: The Contractor shall arrange for the services of knowledgeable Manufacturers' Representatives to adequately instruct MSDGC personnel in the operation and maintenance of the pump station mechanical, instrumentational, and electric power transfer and generation equipment. 1.49 SPARE PARTS & MAINTENANCE MATERIALS: Spare parts and maintenance materials shall be provided as stipulated in the various items of the Detailed Provisions. 1.50 RESTORATION: All roadway berms and drainage ditches disturbed by the work shall be restored, reshaped and graded to drain. Pavement restoration shall conform to the details shown on the plans and meet the requirement of the pertinent governring authority. Pavement restoration shall conform to the street restoration book containing the Rules and Regulations governing the construction of openings in streets, alleys, sidewalks, and public ways of Hamilton County, and in the manner in which paving is to be restored, as authorized and controlled under Cincinnati Municipal Code, Section 721-35, approved and in effect on and after January 1, 1989.

26

Where standard backfilling restoration has been completed by the Contractor, but a period of time will be needed to follow with final restoration or where satisfactory backfill compaction is not obtained, the Contractor shall provide a temporary pavement and maintain pavement until the permanent restoration is made. Temporary pavement shall be as shown on the plans. The restoration of sunken trenches shall be the Contractor's responsibility. Sunken areas shall be backfilled and compacted to meet adjoining grades; the surface shall be reseeded or surfaced with blacktop or concrete matching the existing surfacing. The Contractor's responsibility for this item shall be under the terms of, and for the duration of, the guarantee defined in 109.12 of the Supplement. The Contractor shall restore unpaved areas by seeding and mulching (Item 659) unless otherwise noted herein. Commercial fertilizer shall be delivered to the project in manufacturer's containers, unopened. The container or an attached tag shall have printed upon it the manufacturer's name and the chemical analysis of the contents. Driveways shall be restored with one and one quarter (1¼) inches of Asphalt Surface Course (Item 404) on a size (6) inch Aggregate Base (Item 304) or with Seven (7) inch thick Plain Portland Cement Concrete Pavement (Item 452). All disturbed areas shall be restored as nearly as practical to the condition it was prior to construction. All restoration shall be completed in strict accordance with the appropriate items of the Specifications as directed by MSDGC. All costs associated with providing and maintaining an access drive to the construction area and restoring the existing pavement area when construction is complete, shall be included in the various items of the Contract. 1.51 CLEANING UP: Contractor shall keep the premises free from accumulations of waste materials and rubbish at all times. Contractor shall provide adequate trash receptacles about the site and shall promptly empty the containers when filled. Construction materials such as concrete forms and timbering shall be neatly stacked by Contractor when not in use. Contractor shall promptly remove splattered concrete, asphalt, oil, paint, corrosives, or cleaning solutions from surfaces to prevent marring or other damage. Wastes shall not be buried or burned on the site, nor disposed of into storm drains, sanitary sewers, streams, or waterways. All wastes shall be removed

27

form the site and disposed of in a manner complying with local ordinances and laws. 1.52 AS-BUILT DRAWINGS & RECORD DOCUMENTS: The Contractor shall maintain a set of contract drawings and shop drawings at the site for record mark-up purposes only. Mark drawings to show changes and actual installations throughout the course of the work. Information to be provided includes, but is not limited to: A. Underground utility locations and depths, horizontal and vertical

locations of utilities concealed in construction, depths of various elements of the foundation, deviations from contract documents, field changes in dimensions and detail changes made by change order, actual dimensions in work items.

B. Store documents in a clean dry location available for inspection.

Label each document clearly. These documents will be the basis of MSDGC's record drawings, and are to be submitted as a part of project completion.

C. Failure to provide these documents will result in a delay or

withholding of Final Payment. D. Miscellaneous Documents: Maintain a record of shop drawings,

change orders, test reports, warranties, addenda, product data, and related information.

1.53 PERFORMANCE BOND: The Contractor shall include the cost of his/her Performance Bond in the Proposal. The costs entered in the Proposal should not exceed one percent (1%) of the official total bid price. In the event the costs entered in the Proposal exceeds one percent (1%), all costs over the one percent (1%) will be paid with the Final Payment. 1.54 FINAL PAYMENT: Before final payment is made to the Contractor, the Contractor may be required to submit to MSDGC a release, in writing, from all the property owners, whose property has been used by the Contractor outside the limits of the Right-of-Way. 1.55 FAILURE TO PERFORM: Failure to perform the Work in a timely fashion as specified in this Contract shall be subject to the provision of Sec. 108.07 & 108.08 of the Ohio Department of Transportation Construction & Material Specifications.

28

1.56 PAYMENT: Payment for work done under Items 1.28, 1.29, 1.30, 1.31 or 1.50 shall be at the unit price or lump sum prices bid for these Items, as required, and shall be full compensation for the furnishing of all labor, materials, equipment and supplies necessary to perform the work under those Items, for the Britney Acres Pump Station Replacement, as shown on the Drawings and as specified herein. Other items under Item 1 - General Requirements are included in these Specifications for reference only and no bid is required and no payment will be made therefore. The costs for reference items shall be included for payment in the lump sum or unit prices bid for the respective pump station upgrade, force main, and gravity sewer work to be performed.

END OF SECTION

29

ITEM 2 - EARTHWORK 2.01 GENERAL. This Item is included in these Specifications as a reference item for all earthwork required for the construction work under this Contract. Item 2.1a Earthwork - General 1. Clearing, Grubbing and Scalping -------------- Sec. 2.02. 2. Embankment ---------------------------------------- Sec. 2.03. 3. Stockpiling and Placing Topsoil ---------------- Sec. 2.04. Item 2.1b Earthwork - Excavation 1. General Excavation -------------------------------- Sec. 2.05. 2. Backfill ------------------------------------------------- Sec. 2.06. 2.02 CLEARING, GRUBBING AND SCALPING. Clearing, Grubbing and Scalping shall be performed under Item 2.1a on all areas as follows: 1. Where embankments will be placed. 2. Where excavation will be made. 3. Wherever the Contractors operations will disturb the existing surface.

Clearing. Clearing shall consist of the removal of all brush, hedges, exposed roots, boulders, trees, down timber, rubbish and all other objectionable material as noted on the plans.

Grubbing. Grubbing shall consist of the removal of tap roots, stumps and other projections over 1-1/2-inches in diameter to a depth of at least 18-inches below finished subgrade elevation.

Scalping. Scalping shall consist of the removal of the upper portion of the ground surface including sod, grass, vegetable matter and topsoil to depth of 6-inches below existing grade. Sod, grass and vegetable matter shall be kept separate from topsoil.

Materials Removed. Topsoil shall be stockpiled as called for in Sec. 2.4. Spoil material shall be taken off the Project Site and disposed by the Contractor at a location approved by MSDGC.

2.03 EMBANKMENT. Embankment, when required, shall be performed under

Item 2.1a, and shall conform to ODOT 203, together with the following requirements:

Type of Material for Embankment. Embankment shall be formed of approved

30

soil and granular material that meet the requirements of ODOT 203.06. All materials shall be free from all perishable matter, such as leaves, sod or roots. Stones and rocks up to 6 inches in greatest dimension will be permitted in Embankment except (1) stones or rocks between 3 inches and 6 inches in greatest dimension shall not exceed 25% of the total embankment material; and (2) no stones or rocks measuring over 2 inches in their greatest dimension shall be placed within 24 inches of any pipe; and (3) no stones or rocks measuring over 3 inches in diameter shall be placed within 12 inches of any structure or finished subgrade surface.

If in the opinion of the Engineer the excavated material will not be suitable for embankment, the Contractor may prove through the services of an independent testing laboratory that the material can meet the applicable requirements of this section.

Placing of Embankment. Embankment material shall be spread in layers not exceeding 8 inches in loose thickness. Each layer shall be carefully placed over the entire area to be filled. Each layer shall be rolled until its density is not less than that prescribed in "Embankment Compaction", ODOT 203.07.

Subgrade Compaction Requirements. The Contractor shall prepare the top 12 inches of subgrades for foundation and footing slabs and for the pavement base where Embankment is required in accordance with the provisions of this section. All such subgrades shall be compacted to the pertinent density shown in "Embankment Compaction", ODOT 203.07.

The subgrade shall be compacted by rolling to a depth of 12 inches below the finished surface of the subgrade and to a width of 18 inches beyond the edge of the footing slab or pavement. The moisture content of all subgrade materials at the time of compaction shall not be greater than 2 percent above the optimum. When the rolling is completed, the surface of the subgrade shall conform to the required grade and cross-section. The elevation of the compacted subgrade shall not be higher than shown by the Drawings and shall extend 12 inches beyond the edges of footings for structures. Subgrade under roadway pavements shall conform to the materials and compaction requirements of ODOT 203.07.

Tests. All tests shall be performed in accordance with Section 106.02 of the City Supplement.

Tolerances. All exposed finished surfaces of embankments including 6 inches of top soil shall be within 0.10 foot of the elevations shown by the Drawings. Any irregularities in excess of 0.10 foot due to settlement or to any other causes shall be corrected to proper grade before final payment for this Item will be made.

31

Prosecution and Progress. All embankments constructed under this Contract shall be constructed with suitable material from excavations made under this Contract. Material may be transferred directly from excavation to embankment or placed in storage piles and re-excavated as the progress of the work permits. No extra payment will be made for storage and re-excavation.

Borrow. Additional material for embankment, if required, shall be obtained at the Contractor's expense from borrow areas.

2.04 TOPSOIL. Work under this section shall consist of hauling topsoil to and from borrow areas or stockpiles furnishing new topsoil if required, and placing topsoil as called for herein. Topsoil which is stockpiled and not used under this Contract shall be disposed of off the Project Site by the Contractor. In the event that insufficient topsoil is stockpiled to complete the topsoil placing work, additional topsoil shall be obtained by the Contractor from borrow areas off the Project Site. Equipment and methods of operation shall be such as to avoid the lifting of subsoil or other unsuitable material with the topsoil. During hauling operations, roadway surfaces shall be kept clean and any topsoil or other dirt which may be brought upon the pavement surface shall be removed promptly and thoroughly before it becomes compacted by traffic. The Contractor shall complete all subgrading of areas to be covered with topsoil under this Item. The surface of the finished subgrade shall be parallel with and 6 inches below (measured at right angles) the surface of the finished grade as shown on the Drawings. The surface of the subgrade immediately prior to being covered with topsoil shall be raked or otherwise loosened. Topsoil shall not be placed until the area to be covered has been shaped, trimmed and finished as called for above and all construction work in the area has been completed. Topsoil shall be placed and spread over all areas disturbed by the Contractor to a depth sufficient so that, after natural settlement and rolling with roller weighing not over 120 pounds per foot of width, the completed work will conform to lines, grades and elevations shown on the Drawings. Finished thickness of top soil shall be six (6) inches. After spreading the topsoil, all stiff clods, hard lumps, rocks, roots, stumps, litter, or other foreign matter having any dimensions larger than two (2) inches shall be raked up and removed from the topsoiled area and disposed of by the

32

Contractor. Spreading shall be completed in such a manner that seeding and planting, as called for in Item 2.03 can proceed after completion of this item without additional soil preparation. The existing topsoil in areas beyond the limits of embankments shall be kept free of subsoil from excavations and embankment work. 2.05 GENERAL EXCAVATION. Under this Section, the Contractor shall make all excavation necessary for the construction of the work under this Contract; shall furnish, install and remove, except where otherwise ordered, required or permitted, all timber or sheeting necessary to hold the sides of the excavation or to protect the work; shall do all backfilling, as hereinafter provided, and shall satisfactorily dispose of all unsuitable material. Excavation under this Item shall include (but not be limited to) excavation for: structures, piping, pavements, manholes and catch basins and plumbing work, unless called for otherwise. Excavation for electrical work shall be paid for under the Electrical Item. NOTICE - The Contractor shall make every effort to minimize the amount of time that excavations are open and shall exercise care in order to prevent undermining support of the existing structures. The Contractor shall also schedule his work so as to minimize the number of excavations opened at any one time. Pipe trenches under structures shall be backfilled to the bottom of the mudseal of slab, as applicable. Materials used shall be as specified hereinafter.

Trenching and Trimming. In excavating for all sewer, water mains, drains, conduits, pipe lines and similar structures, the trenches between the lines of sheeting, if sheeting is used, must be of sufficient width to permit the work to be constructed of the size and in the manner specified.

The excavation for the bottom of all structures shall be neatly trimmed to the lines and grades shown or ordered in writing. The final trimming for the bottom shall be done by hand, just prior to the placing of concrete thereon so as to insure firm foundation material upon which to construct the structures. If the foundation material becomes softened, due to delay in placing the concrete or to any other cause, it shall again be excavated to firm material and trimmed as directed immediately before the concrete base is constructed thereon. The Contractor shall receive no payment for such additional excavation and trimming or for any additional concrete required to replace the softened material so removed.

33

Where pipe lines are to be placed within or beneath an embankment and the upper extremity of the pipe will be less than 3 feet below the surface of the original ground, the embankment shall be constructed to an elevation of 3 feet above the upper extremity of the pipe, or to the surface of the completed embankment if less than 3 feet above the upper extremity of the pipe, before trenching for the pipe. The pipe shall be laid and the trench backfilled before additional embankment is placed thereon.

The width of trenches below the top of the pipe barrels shall not exceed the dimensions documented on MSD Standard Drawing Acc. No. 49032 - Control Dimensions for Typical Trenches.

Sheeting and Timbering. The Contractor shall be responsible for properly supporting the sides of all trenches and excavations with sheeting, timbering or other supports so as to furnish safe and acceptable working conditions. Bracing shall be arranged so as not to place any stress on portions of the completed work until the general construction thereof has proceeded far enough to provide ample strength.

Removal of Timbering. Where required, all sheeting, timbering or other supports shall be removed and, upon their removal, all voids shall be carefully and compactly filled.

Removal of Water. The Contractor shall, at all times during construction, provide and maintain proper and satisfactory means and devices for the removal of all water entering the excavations and foundations. He shall remove all such water as fast as it may collect in such a manner as shall not interfere with the prosecution of the work or the proper placing of masonry or other work; in such a manner as will provide against flotation of any structures, without flooding such structures and in such a manner as not to destroy foundation bearing capacity. In the event other methods of ground water removal do not prove effective, the Contractor will be required to provide a wellpoint system that will remove all water from the excavation and foundations.

Disposal of Excavated Materials. All suitable materials excavated shall be placed to the lines and grades shown or ordered: in backfilling, building embankment, making fills, grading around the work, or in spoil banks or storage piles located where shown on the Drawings or at an offsite location approved by the Engineer.

2.06 BACKFILL. Under this section the Contractor shall perform all backfill necessary for the construction of the work under this Contract. Backfilling of all pipe and conduit except that for other parts of this contract (Item 18) shall be done under this Item unless otherwise shown on the Drawings. Backfilling of all pipes and conduits shall be in conformance with MSD Standard Drawings ACC.

34

No. 49032. Prior to backfilling, all lumber and braces shall be carefully removed from behind walls or other structures, unless ordered left in place. All trenches or excavations below structures shall be backfilled up to the bottom of the mudseal or slab, as applicable. All other trenches or excavations shall be backfilled up to the elevation of the ground as it existed after scalping. All soil backfill shall be constructed of materials that meet the requirements of ODOT 203.08, and shall be compacted in accordance with ODOT 203.07. All granular backfill material furnished under this Item shall be grits, ODOT No. 703.11, Type 1 stone, No. 67 stone or sand conforming to the requirements of Item 5, as shown in plans; or excavated material if approved by the Engineer. Excavated material may be used for granular backfill only if it can be placed such that no settlement will occur after placing.

Soil backfilling shall be done as compactly as possible by placing the material in horizontal layers not exceeding 8 inches in thickness for general backfilling and 4 inches in thickness for pipe trench backfilling (loose measurement), and by keeping the material well moistened and well tamped by the use of sheep's foot rollers or vibratory compactors. Compaction by flooding will not be permitted. The filling shall be made with the best materials available, selected especially for the purpose, and free from stones over 3 inches in diameter. No stones or rocks measuring over 2 inches in their greatest dimension shall be placed within 24 inches of any pipe.

Portions of the fill, which are too near the structures to permit the use of rolling equipment for compacting or which cannot be rolled for any reason, shall be thoroughly compacted by tamping in two inch layers with vibratory compactors.

Granular backfill for trenches and other excavations shall be compacted by means of an approved vibratory compactor in uniform layers not to exceed four (4) inches in thickness (loose measurement).

Every precaution shall be taken in the backfilling of excavations to prevent material so placed from falling directly upon or against any pipe, conduit or other structure in such a way as to cause the displacement of or injury to said pipe, conduit or other structure. The backfilling shall be brought up evenly and all eccentric loading shall be avoided.

No backfilling shall be done in freezing weather, with frozen materials, or upon frozen materials. Backfill shall be free of rubbish.

35

Trenches shall be carefully filled by depositing without shock and by compacting the selected backfill and bedding materials around and over the pipe or conduit to a plane not less than 1 foot above the top of the pipe or conduit, where said top is 1 foot or more below the finished grade; or to the finished grade, where said top is less than 1 foot below finished grade. This backfilling must be done before any material is deposited directly from a machine bucket, cars, trucks or other vehicles. In all cases where material is dumped from a bucket, the bucket must be lowered so that the shock of the falling materials will not injure the pipe or conduit.

Where concrete foundations or encasement, or both are used, the trench or excavation shall not be backfilled for at least 24 hours after placing the concrete. The method employed in depositing the backfill shall be such as to prevent damage to the pipe.

Any settlement in any trench or excavation during the warranty period shall be refilled with approved material by the Contractor at his own expense. Any pavement, roadway areas, or other work under this Contract affected by settlement shall be replaced and/or repaired at the Contractor's expense.

The Contractor shall furnish and place any granular or soil backfill necessary to completely fill trenches.

Materials for Backfilling Trenches. Trenches for pipes shall be backfilled using the hereinafter specified materials within the minimum limits as shown on the Drawings.

The granular backfill material shall conform to the requirements of Item 2.5. The granular backfill material for pipe shall be of the following types:

1. For all Ductile Iron Pipe, Cast Iron Pipe, I.P.S. and Steel Pipe, use gravel

grits or sand; for Copper Pipe use sand.

2. For all Concrete Pipe and Vitrified Clay Pipe, use ODOT No. 57 stone or No. 703.11 aggregate.

3. For PVC pressure pipe, install in accordance with ASTM Specification

D-2321. All bedding shall be Class II Material as defined in ASTM Specification D2321, unless the trench foundation is wet; then Class I Material shall be required for bedding. The maximum size aggregate shall be ¾ inch.

Where shown on the Drawings, pipe trenches under structures shall be backfilled to the bottom of the subgrade with concrete.

All of the space within the width of all trench excavations for all sizes and

36

types of pipes, inside or outside of the authorized limits, shall be filled between the elevation limits as shown on the Drawings with identical materials.

2.07 UNAUTHORIZED EXCAVATION. All excavation carried outside of the lines and grades shown, except as specified above, together with the removal of the excavated materials, shall be at the Contractor's expense. All such spaces shall be filled by the Contractor, at his own expense, with concrete or other suitable materials as shall be approved by the Engineer. Excavated materials which are not reused under this Contract, including rock, unsuitable material and excess excavation, shall be disposed of off the Project Site by the Contractor. 2.08 PAYMENT. This Item is included in these Specifications for reference only and no bid is required and no payment will be made therefore. The costs for this reference item shall be included for payment in the lump sum prices bid for the respective pump stations, force mains, and gravity sewers. END OF SECTION

37

ITEM 3 - SITE IMPROVEMENTS 3.01 GENERAL. This Item is included in these Specifications as a reference item for making the site improvements called for on the Drawings and specified herein. The specific items included are: Seeding and Fertilizing -------------------- Sec. 3.02. Concrete Sidewalks ------------------------- Sec. 3.03. Landscaping -------------------------------- Sec. 3.04. Final Clean-up ----------------------------- Sec. 3.05. 3.02 SEEDING AND FERTILIZING. This Item shall consist of furnishing all seed, commercial fertilizer, and hauling, placing and incorporating same into the soil, and for furnishing and placing mulching material, twine and pegs when required, all according to these Specifications. The areas to be seeded under this item shall include all backfills and embankments and also all other areas on the project site not occupied by structures, pavements or sidewalks where the Contractor's operations have damaged or destroyed sod existing at the commencement of work on this Contract. Commercial Fertilizer. Commercial fertilizers shall be obtained by the Contractor from a dealer or manufacturer whose product is shown, by analysis, to fulfill the guarantee claimed by the producer in the latest "Official Report on Feed Stuffs, Commercial Fertilizers and Agricultural Lime and Limestone", published by the State of Ohio, Department of Agriculture, Division of feeds and Fertilizers. Commercial fertilizer shall be 12-12-12. Seeds. All areas to be seeded shall be seeded with the following mixture: 40% Kentucky Bluegrass (Poa pratensis) 40% Creeping Red Fescue (Festuca rubra) 20% Annual Rye All seeds proposed for use under this Item shall be approved by the State of Ohio, Department of Agriculture, Division of Plant Industry, or such other laboratory as may be designated by MSDGC, and shall meet the requirements of these Specifications. MSDGC reserves the right to test, reject or approve all seeds after delivery on the project. All seeds and mixtures shall be labeled, tagged or marked in accordance with

38

Section 907.03 of the Revised Code of Ohio. Inoculating Legumes. The inoculant for treating leguminous seeds shall be a pure culture of nitrogen-fixing bacteria selected for maximum vitality. Inoculants shall be not more than one year old. All cultures shall be subject to the approval of the Engineer. All leguminous seeds shall be inoculated or treated with the proper amount of approved cultures. The culture shall be mixed with a sufficient amount of water to thoroughly distribute the culture. When seed is sown hydraulically, four times the amount of inoculant required above shall be placed directly into the slurry and thoroughly mixed immediately before seeding. The seed shall be sown within 24 hours after treatment. Fertilizing. A commercial fertilizer, dry or liquid, may be used. It shall be applied on the surface at the standard rate of 20 pounds per 1,000 square feet; then thoroughly disced, harrowed or raked into the soil to a depth of not less than 1 inch. When a liquid commercial fertilizer is used, it shall be applied in an even pattern on all parts of the area so specified for fertilizing to the satisfaction of the Engineer, and shall be so dilute with water as may be necessary to accomplish an even distribution at the required rate. Fertilizer shall be applied not less than 24 hours nor more than 48 hours before the seed is to be sown. Seeding. All areas to be seeded shall be free of rock and other foreign material 2 inches or greater in any dimension and shall be satisfactorily shaped and finished. Areas in lawns or adjacent to buildings on the project site shall be free of all stones 1 inch or greater in any dimension and shall have a smooth surface. The seed shall be thoroughly mixed and then evenly sown over the prepared areas at the rate of 3 pounds per 1000 square feet. Seed may be sown dry or by hydraulic methods. The operation of seed sowing shall be performed only during the period between March 15 and October 15 and shall not be performed when the ground is frozen or muddy or when soil or weather conditions would prevent the proper soil preparations and subsequent operations as specified. When specifically permitted by the Engineer, seeding may be performed between the dates of October 15 and November 1, provided that straw mulch is used at the rate of 3 tons per acre.

39

The seed shall be drilled or raked in to a depth of ¼ inch. Where rolling is required, it shall be done with an approved roller weighing not over 65 pounds per foot of width for clay soils (or any soil having a tendency to pack) and not over 210 pounds per foot of width for sandy or light soils. The time of rolling shall be as hereinafter specified for the various methods. When intervening precipitation causes such rolling to be unnecessary or to be detrimental to the seeded area, the rolling may be omitted when approved by the Engineer. Mulching. Vegetative materials used for mulching shall be wheat or oat straw or other approved hay or stem resulting from harvesting seed. The vegetative materials shall be dry, free from weed seeds and foreign material.

Method 1, Vegetative Mulch - After the seed has been covered as specified and prior to placing any mulch, the areas seeded shall be rolled with a roller meeting the requirements given above.

Within 48 hours after any given area is seeded, vegetative mulching material shall be evenly placed at the rate of 2 tons per acre over all seeded areas and shall be tied down at once and kept in place as required to prevent displacement of material. Mulching which is displaced shall be replaced at once, but only after the seeding or other work which proceeded the mulching and which work was damaged as a result of displacement of mulching material has been acceptably repaired. Alternative methods of mulching, if approved by the Engineer, may be used. The Contractor shall water and maintain all seeded areas until an approved stand of grass is established. Any areas which are damaged due to drought, wind, water, fire or other causes shall be repaired to re-establish the condition and grade of the area and shall then be refertilized, reseeded and remulched to result in an acceptable stand of grass. All labor, materials and equipment (including hoses for water) shall be provided by the Contractor under this item, but water will be furnished by MSDGC without cost to the Contractor, providing the Contractor makes reasonable and non-wasteful use of such water for the watering of the seeded areas only. Sodding. In place of the above specified seeding, sodding may be permitted in some or all areas if proposed by the Contractor at no change in cost to MSDGC. To be considered, sod must be Kentucky Blue Grass (Poa pratensis) in complete conformance with 660.01 through 660.08 of ODOT Specifications. 3.03 CONCRETE SIDEWALKS. The work under this Item shall consist of

40

constructing walks and sidewalk stairs of portland cement concrete in conformity with lines, grades and dimensions shown on the Construction Drawings and as specified herein. The reinforcing bars, joint filler and concrete required for the walks shall be furnished under this Item. Materials. All materials used in the portland cement concrete sidewalks shall conform with the following ODOT Specifications: Concrete (Class C) -------------------- 499 Expansion Joint Materials ----------- 705.03 Reinforcing Steel ----------------------- 709 Subgrade. The subgrade on existing ground shall be excavated to a depth that will provide a walkway to the thickness and elevations shown on the Construction Drawings. Subgrade whether existing ground or embankment shall be shaped and compacted to a firm surface conforming to the lines and grades shown on the Construction Drawings. Forms. Forms shall be used and shall extend the full depth of the concrete. The forms shall have sufficient strength to result in walkway edges that are straight. Placing and Finishing. The subgrade shall be moistened thoroughly immediately prior to placing concrete. The concrete shall be deposited in a single layer. It shall be struck off with a template and smoothed with a float to obtain a sandy texture. No plastering shall be permitted. All outside edges and joints shall be edged with a one-fourth inch radius edging tool. The surface of the walks shall be divided into blocks by grooves equally spaced at approximately five foot intervals, or as shown on the Drawings to form rectangular blocks. Construction joints shall be formed around all appurtenances such as manholes, structures or poles that abut or are within the limits of walkways. Transverse expansion joint strips one-half inch in thickness and extending the full depth of the walk shall be placed at intervals of not more than 30 feet. Expansion joint strips at least one-half inch in thickness shall also be installed between the junction of the walk with all curbs and any fixed structures, extending the full depth of the walk. Curing. Curing of concrete walkways shall be in accordance with the requirements of ODOT 451.10. 3.04 LANDSCAPING. The work includes the furnishing of all materials, supervision, labor, tools, equipment and transportation necessary for the incidental to the complete landscaping including excavation, preparation of soil, planting, mulching, guying, pruning, and the proper disposal of any excess earth or debris all in accordance with the accompanying Drawings and these Specifications. Materials (other than plant material). All materials which in the opinion of

41

MSDGC or his authorized representative do not meet the requirements of these Specifications may be rejected at any stage of the work and all rejected materials shall be removed from the site of the work by the Contractor. a. Topsoil furnished by the Contractor shall be a natural, friable, granular soil

which contains organic matter. This soil shall be a sandy loam, uniform in texture and composition and free from subsoil, stones, weeds, plant roots, sticks, gravel, trash, or harmful chemicals. Topsoil shall not be delivered or handled when muddy or frozen. Samples of topsoil proposed to be used on this project shall be submitted for approval. Topsoil from more than one source shall not be used without separate approval of topsoil from each source.

b. Fertilizer shall be a complete fertilizer, part of the elements of which are

derived from organic sources and containing in available form a minimum, by weight 10% nitrogen, 6% phosphoric acid, and 4% potash. Before any delivery of any fertilizer is made under this Item the Contractor shall submit the manufacturer's statement of analysis of the fertilizer, indicating the proportions of organic and inorganic matter contained and the availability of the plant food. The fertilizer shall be delivered to the site in the original containers unopened and bearing a guaranteed analysis.

c. Water used in the performance of this work shall be furnished by the

Contractor, and the Contractor shall use only clean water. d. Wire used in staking trees shall be pliable galvanized No. 14 ga. e. Hose used in staking trees shall be sound black rubber hose of two-ply

fabric and at least 1/2" inside diameter. f. Stakes for supporting trees shall be of sound Oak wood of uniform size

and shall not be less than two (2) inches actual cross sectional dimensions or two (2) inches in diameter and not less than four (4) feet in length.

g. Material used in wrapping tree trunks shall be waterproof crepe paper or

burlap strips as made and sold for this purpose and shall not be less than six (6) inches or more than eight (8) inches wide. A sample of the wrapping material shall be submitted for approval before any wrapping is done.

h. Peat moss shall be Michigan peat moss or approved equal in color and

consistency. Plant Materials. Plant materials shall conform at all times to the requirements hereinafter given. No inspection of plant materials shall act to change or modify

42

any of these requirements in any way. a. All plants shall be sound, first quality, well grown nursery stock, and shall

be free of injurious insects or their eggs and of plant diseases. Plants shall not be pruned prior to their delivery to the site of the work except by special permission in each case.

b. Quantities, Quality and Size. The Contractor shall furnish quantities

necessary to complete the planting as shown and located on the Drawings.

c. The size or sizes of all plants furnished shall be that of the height or width, or combination of height and width, or any other special measurements, as the plants grew in the nursery row. All plants shall conform to the measurements or sizes as specified on the Drawings.

d. Plant names used in the plant list conform to "Standardized Plant Names"

by American Joint Committee on Horticultural Nomenclature, except in cases not covered therein. In the latter instance the custom of the nursery trade is followed. All plants furnished shall conform to the exact species and varieties specified in the plant list and no deviations from or substitutions for the plants specified shall be permitted without separate approval in each instance.

e. Plants required to be balled and burlapped (B&B) shall be moved with

compact natural balls of soil firmly wrapped in burlap. Each ball shall be of sufficient width and depth to encompass the fibrous and feeding roots necessary to insure full recovery and development of the plant. No plant removed with a ball shall be planted if the ball is cracked or broken.

f. All shipment of nursery materials shall be thoroughly protected from the

sun and from drying winds during transit and while stored on the job site. Excavation for Planting. Excavation for planting includes excavation of tree pits, shrub pits and vine pockets. a. Tree pits shall be circular in outline with vertical sides and flat bottoms.

Each tree pits shall be at least six (6) inches deeper than the depth of the roots or depth of the ball and at least two (2) feet greater in diameter than the spread of the roots or the width of the ball. Having attained the required depth, should the bottom or sides of the hole reveal any material harmful to root growth, such material shall be removed to a depth or width acceptable to the Engineer. All such removed material shall be replaced by quality topsoil. All excavated material shall be removed from the premises or used as directed by the Engineer. Tree pits shall be located as shown on the drawings unless, owing to underground obstructions or

43

for other reasons, it becomes necessary to move them to other nearby locations but only with approval.

b. All shrubs shall be planted in individual pits. Shrubs delivered (B&B) shall

be planted in outs at least one (1) foot greater in diameter than the ball of earth.

c. Ground cover beds shall be spaded or tilled uniformly, eight (8) inches

deep below the finished grade. d. All vine pockets against the building walls, etc., shall be semicircular in

outline, eighteen (18) inches in diameter and at least fifteen (15) inches deep. Semi-circular outlines of vine pits shall be made neatly and carefully.

e. Hedge trenches shall be at least one (1) foot wider than the spread of the roots of the plants. The depth of the trenches shall be as specified for shrub pits.

Preparation of the Pits for Planting. After the shrub pits and vine pockets have been excavated and approved, a three (3) inch layer of peat moss shall be spread over the bottom of the excavated area and this material shall be thoroughly incorporated to a depth of not less than four (4) inches, using a mattock or a spading fork. Preparation of Backfill for Planting. There shall be added to the topsoil used in backfilling of tree pits, shrub pits and ground cover beds, as the progress of the work permits, peat moss as hereinbefore specified and commercial fertilizer at the rate of one pound of complete fertilizer for small trees, one pound per one (1) inch caliper for larger trees, six ounces for small shrubs and eight ounces for each shrub over four (4) feet in size. The peat moss and fertilizer shall be thoroughly incorporated with the topsoil in the planting operation. Planting Operation. Plant materials are to be delivered to the site in quantities established in consultation with the Engineer and at dates established in consultation with the Engineer in order that the Engineer shall have a minimum of a full day's work in supervising placement of specimen material. If trees are delivered to the site before said date, they shall be properly protected against the drying action of wind and sun. Earth balls shall be mulched and thoroughly watered at least once daily. Proper care, as outlined above, shall be taken of any plants stored on the site for more than twelve hours. The Engineer shall be notified at least 72 hours in advance of the arrival of plant materials at the site in order to permit a mutually satisfactory date for its placement. If for reasons beyond the control of the Contractor, shipment of materials must be delayed, the Engineer is to be notified at once. a. The Contractor shall supply a competent and experienced foreman who

44

understands the care and planting of all kinds of nursery stock. He shall superintend the receipt, care, planting and buying of all nursery materials and shall remain present at the job site at all times when work is in progress.

b. Locations for all plants shall be staked on the ground and shall be

approved before any excavation is made. c. All plants shall be planted so as to stand vertically in the pit, bed, trench or

pocket at such a level that, after settlement, they will remain at their normal height in relation to the finished grade. (B & B) plants which settle out of their vertical positions shall not be straightened until the earth has dried sufficiently to allow this to be done without damage to the ball of earth. Particular attention shall be given to planting to the correct grade, and any nursery material which, in the opinion of the Engineer is improperly planted shall be replanted when so ordered. (B & B) plants shall have all burlap, ropes, wires, and other packing material removed from the tops and upper sides of the balls after they are in place in the planting pits, but no burlap shall be pulled from under the balls. The ball of earth shall be thoroughly soaked at the time of planting to soften the outside surface of the ball to allow for normal root growth. Topsoil shall then be carefully tamped about the balls of earth so as to fill all voids. (B & B) plants shall be handled only by the balls of earth and not by the tops or branches.

d. Hedge plants shall be planted in trenches in the locations shown and

prepared as specified. The plants shall be evenly spaced in single rows in the center of the trenches and placed so as to present a full and compact appearance in the curved or straight lines shown on the Landscaping plan. The manner of planting hedge plants shall be the same as that specified for shrubs.

e. All plants shall be thoroughly watered immediately after planting. Shallow

topsoil basins shall be created around all trees, shrubs and vines to retain and to conserve moisture. Such basins shall be maintained until the plants have established themselves or until the Contractor is instructed by the Engineer to remove them.

f. All plant materials shall be pruned at the site of the work in accordance

with standard practice and as approved by the Engineer. All large wounds caused by pruning shall be painted with an approved tree wound paint or dressing.

g. After the plants have been set, the areas around the plants shall be raked

to create an even surface, and all of these plants shall be thoroughly mulched with a layer of peat moss not less than two (2) inches in depth.

45

h. All trees shall be staked immediately after they have been planted and all

trees shall be wrapped. 1. Staking shall be the double-vertical stake method for shade trees

under 3½" caliper. Two stakes shall be used around each tree and shall be driven vertically into the ground to a depth of at least three (3) feet and in filled ground stakes shall be driven to a depth of four (4) feet. Stakes shall be placed approximately twelve (12) inches from the trunks of the trees and in the case of B & B trees, shall be at least six (6) inches outside the perimeter of the ball of earth.

2. The trees shall be guyed near the tops of the stakes by the use of two

strands of Number 14 gauge (.08) inch wire which shall be encased in hose so as to prevent contact of the wires with the bark of the tree. The wires shall be drawn taut and securely fastened but not in a manner which will pull or twist either the tree or stakes out of their proper position.

3. Wrapping shall extend from the ground to a point immediately below

the lowest branch of the tree or as directed. Wrapping shall be done spirally from the top down, when the trees are being planted. The wrapping material shall be tied securely in place with new manila or jute twine so that it will remain in place for a minimum of two years.

Cleaning of the Grounds. The Contractor shall, as and when directed by the Engineer during the progress of the work, keep all roads and walks clean and remove and properly dispose of all resultant dirt and debris, and waste material. Upon completion and acceptance of the landscaping work, the Contractor shall remove from the property of MSDGC all equipment and facilities, and unused materials provided by him in connection with the work and he shall leave the grounds in a clean and orderly condition. Location on the Landscaping Plan. Locations in which plant materials are to be located shall be as shown on the Drawings except that such locations may be slightly modified to avoid underground installation with which roots may interfere. a. Trees and shrubs shall not be planted until their proposed locations have

been staked by the Contractor and these same locations approved by the Engineer. The Engineer reserves the right to interchange or to shift plant locations should it be possible in his judgment to procure a better effect by such changes.

Maintenance of Planting Until Acceptance. Shrub beds and areas around trees shall be kept cultivated, free of weeds and grass, and properly watered until acceptance. Ground cover areas shall be kept free of weeds. Pruning shall be

46

done as soon as dead branches appear. If any tree, shrub of plant bed settles more than three (3) inches below the established grade, it shall be raised to the proper level and not merely filled in with additional topsoil. Water for Landscaping plants will be furnished by the Contractor. Guarantee and Replacements. a. The Contractor shall guarantee all plant material installed under the

Contract for a period of one year from the date of completion. Any trees, shrubs, vines and ground cover which do not show a normal recovery and growth at the end of this one year period shall be replaced at the proper time during the next succeeding planting season by the Contractor at his expense with the same varieties and sizes of plants as were originally specified.

b. The Contractor shall not be held responsible for replacement of plants

which have been winter killed, if the winter kill was prevalent throughout the climatic region, and as determined by the Engineer.

Landscaping Subcontractor. Any landscaping subcontractor used to perform the work and/or company furnishing the planting materials required under this item shall be approved by the Contracting Officer before any said work is begun. 3.05 FINAL CLEAN-UP. Under this Item the Contractor shall remove all excess materials, all construction structures, equipment and debris, restore any damaged areas such as roadways, pavements walkway or structure on the project site due to his operation, restore any shrubbery or other ornamental vegetation damaged by the construction work, remove all construction debris, materials and equipment from existing and new structures, and clean all conduits pipe lines. MSDGC reserves the right of final inspection prior to payment. 3.06 PAYMENT. This Item is included in these Specifications for reference only. No bid is required and no payment will be made for this item. The costs for this item shall be included for payment in the lump sum prices bid for the respective pump station, generator, force main, and sewer installation items. END OF SECTION

47

ITEM 4-ROADWAYS 4.01 DESCRIPTION. This Item is included in these Specifications as a reference item for the replacement of existing pavements which have been damaged or removed as a result of the construction of the work; and for the construction of new areas of pavement in conformity with the lines, grades and dimensions as shown on the Drawings or ordered by the Engineer; all in accordance with these Specification. The work shall include re-excavation and disposal of temporary surfacing materials. 4.02 SPECIFICATION STANDARDS. Specification reference numbers used herein are those of the State of Ohio, Department of Transportation, Construction and Material Specifications and the Cincinnati Supplement unless otherwise modified herein. 4.03 ASPHALT CONCRETE AND AGGREGATE BASE. This pavement shall consist of two (2) courses of 6 inch depth each, compacted crushed aggregate base courses meeting the requirements of ODOT Item 304; a bituminous prime coat meeting the requirements of ODOT Item 408; the bituminous material being RT-3 or RT-4 of ODOT Item 702.09 applied at a rate of 0.40 gallons per square yard; an asphalt concrete leveling course meeting the requirements of ODOT Item 402 with 85-100 penetration, the compacted thickness being 1-1/2 inch; and an asphalt concrete surface course meeting the requirements of ODOT 404 with 85-100 penetration, the compacted thickness being 1-1/2 inch. Edges of the asphalt concrete surface course and joints where new asphalt concrete surface course meet existing pavement shall be sealed with an engineer approved liquid asphalt cement. 4.04 REINFORCED PORTLAND CEMENT CONCRETE. This pavement shall consist of 8 inch thick reinforced portland cement concrete meeting the requirements of ODOT Item 451, placed on a properly prepared subgrade, except as modified herein. Reinforcement. Reinforcement Mesh shall be in welded mats having transverse No. 4 gage steel wire spaced 12 inches center to center and longitudinal No. 00 gage wires spaced 6 inches center to center. The mats shall meet the requirements of ODOT 709.10. Mats of 3/8-inch steel reinforcement bars may be used; the transverse bars shall be placed 24 inches on centers and the spacing of the longitudinal bars shall be 7 inches center to center. The mats shall meet the requirement of ODOT 709.09. Consolidation Methods. ODOT 451.09 shall be modified as follows:

48

A highway type finishing machine is not mandatory; the concrete shall be adequately tamped or vibrated to produce a dense pavement structure; station numbers are not required. Curing Time. Vehicles and heavy equipment shall not be used on the pavement until the test cylinders shown a compressive strength of 2,900 p.s.i. after 7 days of curing at or above 50oF. Driveway. For driveway restoration specifications see Item 15.08 “Clearing Site and Restoring Damaged Surfaces.” 4.05 PAVEMENT RECONSTRUCTION. Under this Item, the Contractor shall

provide all materials and equipment necessary to replace the existing pavements which have been damaged or removed as a result of the work and shall place such new pavement as is shown on the Drawings and as directed.

Where called for on the plans the contractor shall remove existing roadway surface to the depth indicated on the plans in accordance with ODOT Item 254 – Pavement Planing. The Contractor shall replace said surfaces with the type and thickness of pavement originally in place with materials in accordance with the above requirements. The Contractor shall use such methods, as sawing, drilling or chipping as will assure the breaking of the pavement along straight lines without disturbing the sections of base and pavement which will remain in place. The face of the remaining pavement shall be approximately vertical. The work of repaving shall not be started until the Contractor is permitted to do so by MSDGC. The Contractor shall but back the edges of the undisturbed pavement sufficiently to provide a sound supporting shoulder of undisturbed materials outside of the limits of the actual work. 4.06 MAINTENANCE. Any settlement in areas repaved by the Contractor taking place within the specified maintenance period shall be repaired by the Contractor, at his own expense, to a condition satisfactory to MSDGC. 4.07 PAYMENT. This Item is included in the Specifications for reference only and no bid is required and no payment will be made therefore. The costs for this reference item shall be included for payment in the lump sum prices bid for the respective pump stations, force mains, and gravity sewers.

49

END OF SECTION

50

ITEM 5 - STONE, GRAVEL AND SAND FILL 5.01 DESCRIPTION. This Item is included in these Specifications as a reference item for stone, gravel or sand fill where shown on the Drawings, or where ordered. 5.02 MATERIALS. The gravel or stone for fill shall be clean, hard, durable, washed crushed stone or such sizes as shown on the Drawings or required by the Engineer. It shall be clean, free from dust, loam, clay, perishable matter, of other undesirable substances in quantities sufficient to render it unsuitable. Sand and No. 1, 2, 3, 4 and 6 coarse aggregate for fill shall conform to the requirements of item 703 of the Construction and Materials Specification, Ohio Department of Transportation, latest Edition. Gravel grits shall consist of clean crushed gravel with the following graduation: Passing 1/4 Sieve -------------------------------- 100% Passing No. 4 Sieve ----------------------------85 to 100% Passing No. 8 Sieve ----------------------------10 to 15% Passing No. 16 Sieve ----------------------------0 to 5% No. 310 aggregate shall be crushed stone or gravel conforming to the requirements of Item 703.11 of the Construction and Materials Specification, ODOT. Where crushed stone or gravel is used for backfill under pavement or as foundation material, the stone shall be adequately tamped and gravel grits shall be adequately vibrated. 5.03. PLACING. The stone, gravel or sand shall be placed carefully to the lines and grades shown and shall be tamped to form an even surface, proper allowance being made for consolidation. 5.04 MEASUREMENT. Stone, gravel or sand fill will be measured for payment in place and within the lines and grades ordered by the Engineer. 5.05 PAYMENT. This is included in these Specifications for reference only and no bid is required and no payment will be made therefore. The costs for this reference item shall be included for payment in the lump sum prices bid for the respective pump stations, force main, and gravity sewers. END OF SECTION

51

ITEM 6 - SHEETING AND BRACING 6.01 GENERAL. This Item is included in these specifications as a reference item for furnishing and installing all sheeting and bracing required for the construction of the work under this Contract. 6.02 SHEETING, BRACING AND TIMBERING. In order to provide the maximum of safety to the men employed upon the work and the maximum protection to the work and property adjacent to the work, the contractor shall properly, adequately and safely support the sides of all excavations with sheeting, bracing and timbering and shall be responsible for the safety and adequacy of supports to be furnished and installed. The type, quality and amount of such sheeting, bracing and timbering required shall meet and in no case be less than, the minimum requirements of the latest revision of the State of Ohio Administrative Code Chapter 4123:1-3 "Ohio Division of Safety and Hygiene - Construction". If, however, the Engineer is of the opinion that at any point sufficient or proper sheeting and bracing or timbering has not been provided, the Contractor shall provide additional or stronger sheeting and bracing or timbering at his own expense, but the furnishing of such additional or stronger supports shall not relieve him of his responsibility for their sufficiency. 6.3 REMOVAL OF SHEETING, BRACING AND TIMBERING. In general, and unless herein otherwise specified or ordered in writing, all sheeting, bracing and timbering shall be removed from the trenches and excavations, but only at such time as the Engineer may approve; provided, however, that wooden sheeting, bracing and timbering extending below the top of any foundation material used for refill of excavated space below subgrade or below the top of concrete backing where such backing is used or below the top of the tamped earth refill where such refill is used shall, unless removed prior to the placing of such foundations or backing, be left in place. The cost of sheeting, bracing and timbering left in place as herein specified shall be included in the various lump sum prices bid under the this Contract and there will be no separate payment made for it. Steel sheeting may be removed with care. 6.4. PAYMENT. This Item is included in these Specifications for reference only and no bid is required and no payment will be made therefore. The costs for this reference item shall be included for payment in the lump sum prices bid for the respective pump stations, force mains, and gravity sewers. END OF SECTION

52

ITEM 7 - REMOVAL OF EXISTING CONCRETE AND MASONRY 7.01 GENERAL. This Item is included in these Specifications as a reference item for the demolition and removal of existing poured concrete and masonry work where shown on the Drawings and specified herein. All coring of holes for passage of pipe lines shall be included in this Item whether specifically shown or not. This Item shall also include the patching, filling and finishing to a smooth surface of the perimeter of all openings made under this Item and the finishing of surfaces roughened by demolition work. Patching, filling and finishing shall be done with materials which match the concrete or masonry work through which the opening is made. Where bases and supports are removed from a floor, the roughened area of the floor which remains shall be patched to a smooth surface level with the adjacent floor. Where walls or slabs are removed from intersecting walls or slabs, the reinforcing steel shall be removed to 1-inch beyond the surface of the remaining wall or slab and the roughened area which remains shall be patched to a smooth surface level with the remaining wall or slab. Patching material shall be an approved epoxy type concrete patcher. 7.02 LIMITS OF REMOVAL. Concrete and masonry shall be removed only within the limits and to the elevations shown on the Drawings, care be taken not to injure that part of any structure which is to remain in place. Portions of the existing structures remaining in place and damaged by the Contractor's operation shall be replaced or repaired to the satisfaction of the Engineer at the Contractor's expense. Where exposed adjacent concrete is to remain, prior to the removal of the concrete, the Contractor shall saw cut the faces to a depth of 1-inch along the limits of removal unless otherwise approved. Where existing reinforcing steel is to remain as shown by the Drawings or ordered, the Contractor shall take extra care not to damage the reinforcing bars, or loosen the steel, or to shatter the concrete around the bars, beyond the limits to be removed. 7.03 PROTECTION OF EXISTING STRUCTURES. During the removal of the existing reinforced concrete or masonry, the Contractor shall conduct the work in such a manner as to not damage the existing structure. 7.04 DISPOSAL OF MATERIALS. Broken concrete, bricks, stone and reinforcing steel shall be carefully removed and disposed of by the Contractor as follows: Items of value found during demolition operations shall be the property of MSDGC and shall be placed aside for convenient removal as described in Item

53

8; if not claimed by MSDGC, the materials shall be removed from the site and disposed of by the Contractor. 7.05 PAYMENT. This Item is included in these Specifications for reference only and no bid is required and no payment will be made therefore. The costs for this reference item shall be included for payment in the lump sum prices bid for the respective pump stations, force mains and gravity sewers. END OF SECTION

54

ITEM 8 - REMOVAL AND DISPOSAL OF EXISTING EQUIPMENT 8.01 DESCRIPTION. This Item is included in these Specifications as a reference item for the removal, storing or relocation of all existing piping and equipment or other items as shown on the Drawings, or as specified herein; or as called for by the Engineer. Also included shall be the abandonment of existing lines where called for on the Drawings. 8.02 WORK NOT INCLUDED. Not included under this Item are: 1. De-energizing of electrical or metering systems. This will be performed

under Item 18, Electrical Work. All removal required for the completion of the work and not included under other Items shall be included under this Item. 8.03 DISPOSAL OF MATERIALS. All piping, equipment, structures and appurtenances removed under this Item shall be disposed in one of the following two ways, as specified, or at the discretion of the Engineer as follows: 1. Salvaged, and turned over to MSDGC; 2. Removed from the Work Site and Disposed. Materials to be salvaged shall be thoroughly cleaned, inside and out, and left in a satisfactory operating condition and ready for new paint. Salvaged materials shall remain the property of MSDGC at the completion of the Contract. Materials ordered to be disposed of shall become the property of the Contractor and shall be removed from the Work site. 8.04 EQUIPMENT TO BE SALVAGED. The following equipment items shall be removed and cleaned by the Contractor, and delivered to the MSD Mill Creek Wastewater Treatment Plant at 1600 Gest Street: 1. Motors, Pumps, and air compressors; 2. Valves; 3. Check Valves; 4. Control Panels (after de-energized by the Electrical Contractor). 8.05 PIPING ABANDONMENT. All pipelines to be abandoned shall be sealed, with 8" thick masonry bulkheads at both ends. 8.06 MAINTAINING OPERATION OF TREATMENT PLANT/PUMP STATIONS. The Contractor's attention is directed to the requirements of Item 12 with regard to maintaining the operation of the existing pump station.

55

8.07 PAYMENT. The payment for work done under this Item shall be at the lump sum price bid for this item and shall be full compensation for all labor, materials, and equipment required to perform the work under this Item, as specified herein. END OF SECTION

56

ITEM 9 - MANHOLES 9.01 DESCRIPTION. Under this Item, the contractor shall furnish all materials, equipment and labor necessary to make the connection of the proposed pump station wet well to the existing gravity sanitary sewer manhole. Manholes shall conform to Item 604 of the City of Cincinnati Supplement except as modified herein. Manholes shall be as shown on the Drawings. Unless otherwise indicated, manholes shall be precast manholes as shown on the following MSD or ODOT Standard Drawings: Type Standard Drawing On Storm Sewer ODOT Standard Construction Drawings

On Sanitary Sewer Acc. Nos. 49037, 49046, 49049, 49051, 49056, 49004, & 49005

Manholes shown as poured-in-place concrete shall be as detailed on the Drawings. 9.02 MODIFICATIONS TO ITEM 604. The following additions, deletions and changes to Item 604 of the City of Cincinnati Supplement shall be as part of the work required under this Item: 604.02 Materials:

All structure concrete shall conform to the requirements of ODOT Class C concrete.

All reinforcement steel shall conform to the requirements of ODOT Item 509.

All frames, grates and covers shall be included for payment under this Item.

604.04 Excavation and Backfill:

All additional excavation and backfill ordered or made necessary because of unsuitable foundation material or because of flow line changes that exceed one foot, shall meet the requirements of Items 2 and 6 of these Specifications.

9.03 CONSTRUCTION. The construction under this Item shall conform to the dimensions shown and shall be placed at the locations and elevations shown.

57

Bottoms of all manholes shall be constructed of concrete cast-in-place. Adequate precautions shall be taken to prevent concrete and/or mortar from freezing. 9.04 EXCAVATION. The excavation shall be of such dimensions in all cases to give ample room for construction. Excavation and Backfilling for Manholes shall be included in the Earthwork Item. The backfill shall be granular type and shall follow the completion of the work as closely as the type of construction will permit. Special care must be taken not to disturb the work. 9.05 BULKHEADS. Masonry bulkheads shall be installed as shown on the Drawings using solid concrete brick, three courses wide to form a 12" thick bulkhead. Brick shall be laid in a cement mortar bed and plastered on at least one face to provide a watertight bulkhead. All bulkheads called for in the Schedules shall be provided as a part of this Item. 9.06 TESTING. The Contractor shall test all manholes for leakage by means of vacuum testing. The vacuum testing shall not be preformed until after the manholes are set to final grade and the manhole castings are bolted down. All lift holes shall be plugged. Any other openings, such as pressure relief values, shall be temporarily plugged to allow the vacuum tests. All pipes entering the manhole shall be plugged and care shall be taken to securely brace the plugs from being drawn into the manhole. The vacuum equipment test head shall be placed in the opening of the casting only and the seal inflated in accordance with the manufacturer’s recommendations.

Vacuum testing shall be in accordance with ASTM C 1244. A vacuum test of ten inches of mercury (10”Hg) shall be drawn and the vacuum pump shut off. With the valves closed, the time shall be measured for the vacuum to drop to nine inches of mercury (9”Hg). The manhole shall pass if the time meets or exceeds the allowable time s as calculated from ASTM C1244, or as approved by the Engineer. All manhole repair and testing required because of the failure to meet the testing requirements shall be at the Contractor’s cost. The cost of manhole vacuum leakage test shall be included in the price bid for the various 604 items. 9.07 PAYMENT. The payment for work done under this Item shall be at the unit price bid for this Item and shall be full compensation for all labor, materials, and equipment required to perform the work under this Item, as specified herein. END OF SECTION

58

ITEM 10 - PAINTING 10.01 DESCRIPTION: This item is included in these Specifications as a reference item for the painting work of this Contract as required by the Drawings and the following Specifications. Painting of existing surfaces shall be as described in the Painting Schedule included in these Specifications. It is the intention of these Specifications that in addition to painting new piping, equipment, etc., that all existing surfaces be re-coated in accordance with these Specifications. This shall include all piping and equipment which are to remain in service, all walls and floors currently painted, and all steel hand railing which is to remain. It is the intention of this Contract to provide that all metal and woodwork in the permanent structures shall be satisfactorily protected at all times by a durable coating of paint or other approved materials, and that all such metal and wooden surfaces not buried in earth or masonry shall be left clean and well-painted at the completion of the Contract. Payment will be made for painting, varnishing, oiling, enameling, or otherwise protecting surfaces as hereinafter specified, but the lack of provision of payment for any specific painting shall not relieve the Contractor from his general obligations of protecting and leaving painted all metal and wood surfaces except where specifically otherwise provided. 10.02 SCOPE OF WORK: It is intended that this painting work shall cover and include everything usually painted or finished for protective and/or decorative purposes to make a thoroughly complete job in every respect whether each item to be painted it hereinafter specifically mentioned or not. It is further intended that all painting work done and all materials applied either at the shop or in the field shall be performed in accordance with this Item and shall be as specified and subject to the inspection and approval of the Engineer. Shop coats shall be paid for under other items of these Specifications and field coats under this Item, unless otherwise specified. The Contractor shall examine the Specifications for the various other Items of this Contract and shall familiarize himself with all their provisions regarding painting or coatings to be applied. Pipe lines, equipment and other Items that are to be buried in the ground or encased in concrete shall receive only those coatings as required under other sections of these Specifications, and no prime coats or finish coats need be applied as a part of this Item unless otherwise specified. Wet film thickness shall meet that given in the paint manufacturers published literature for the coverage specified in the Painting Systems List at all times.

59

10.03 STORAGE: All painting materials used on the job shall be stored on the job site in a neat, clean, HEATED, orderly place designated as approved by the Engineer. All soiled or used rags, waste and trash shall be removed from the buildings every night. Every precaution shall be taken to avoid the danger of fire. Storage areas temperature shall be maintained at 70 degrees F (minimum) at all times. 10.04 PREPARATION OF SURFACES: All metal surfaces shall be prepared for coatings by hand tool cleaning and solvent cleaning in accordance with SSPC-S2 standards. Preparation of Existing Piping and Equipment for repainting. All existing piping and equipment, relocated or remaining in place, that is noted on the Drawings or specified in the Painting Schedule to be repainted under this Contract shall be thoroughly cleaned before painting. All loose paint and all dust and other objectionable materials shall be removed by sanding, wire brushing and scraping, or abrasive blasting followed by washing with water or benzine as called for in the Painting Systems List. All chipped and damaged areas shall be made smooth with the adjoining surface. Touch-up, priming and finish painting shall be as specified in the Painting Schedule. Preparation of Shop Painted Surfaces. Prior to applying subsequent coats, shop coats of paint that become badly weathered, worn, or marred and all welds and other areas of shop primed surfaces that have been damaged, shall be cleaned and reprimed using the proper primer, as specified in the Painting Schedule, at no additional expense to MSDGC. Preparation of Surfaces Between Coats. All work where a coat of material has been applied must be inspected and approved by comparison to the Job Standard by the Engineer before the application of any succeeding specified coat, otherwise no credit for the coat applied will be given, and the Contractor shall then assume the responsibility and recoat the work in question. The Contractor shall furnish to the Engineer a report of the painting procedure indicating all steps taken for painting preparation and coating when painting is completed and ready for inspection. Note: All coats shall be thoroughly dry before applying succeeding coats.

60

Any applied coat that has been damaged shall be repaired, recoated, and approved for painting by the Engineer, at no additional cost to MSDGC, before application of any subsequent coats. 10.05 APPLICATION AND WORKMANSHIP: Only mechanics skilled in the trade shall perform the necessary painting. Painting must be dry before the application of new coats. Manufacturer’s recommendations shall be followed regarding elapsed time required between coats. Manufacturer’s recommendations concerning temperature, humidity and application methods shall be followed for each coating used. The actual surface area covered per gallon of paint for various types of surfaces shall be in accordance with the manufacturer’s recommendations. All coatings shall be applied in the film thickness and manner specified by the manufacturer unless otherwise called for in the Painting Systems List. All surfaces requiring paint that will become hidden, wholly or partially, shall be back-primed and/or finished painted, as required before installation with the appropriate primers and paints as listed in the Painting Systems List. Any painting found defective shall be thoroughly removed and repainted or repaired as the Engineer may require at no additional expense to MSDGC. Before final approval of the work, all damaged surfaces of paint shall be cleaned and repainted or touched-up as required by the Engineer. 10.06 PROTECTION AND CLEAN-UP: During the construction period, all electrical, mechanical, and other equipment, apparatus, and surfaces shall be protected from paint drippings by means of tarpaulins, wooden housing, or other approved protection. After all equipment, apparatus, and piping has been erected and tested, or when ordered by the Engineer and just prior to the final approval of the work, all said equipment, apparatus, and piping shall be given the final coat of paint as herein provided. The Contractor shall not only protect the surface to be painted at all times, but shall also protect all adjacent work and materials by suitable coverings during the painting operation. Upon completion of the work, the Contractor shall remove all paint and varnish spots or drippings from the floors, glass, wall and other surfaces. The Contractor shall remove from the premises all rubbish and accumulated materials caused by the work done under this Item and shall leave the work in a clean, orderly, and acceptable condition.

61

10.08 PRODUCT DESCRIPTIONS AND SPECIFICATIONS: All field painting shall be done using products supplied by a single approved manufacturer. The Contractor shall indicate the selected manufacturer at the pre-construction meeting for approval of MSDGC. MSDGC reserves the right to require shop painting of significant equipment to be done with materials supplied by the selected manufacturer. 10.09 MANUFACTURER’S RECOMMENDATIONS: The Painting Systems List and Painting Schedule are intended to show the minimum painting requirements of this Contract. In all cases, all surfaces requiring painting shall receive at least the number of prime and finish coats as specified. However, where the number of coats and/or type of paint specified is insufficient or unsuitable for the purpose intended, and the Contractor has followed the Manufacturer’s recommendations for application, millage, and/or spread rates, the Contractor shall apply additional coats and/or suitable types of paint as recommended by the manufacturer and approved by the Engineer. Additional payments must be agreed upon, prior to this work. 10.10 MATERIALS: This specification contemplates the use of standard brands of paint. Products equal to those listed in the Painting Systems List shall be considered as meeting these Specifications. All materials must be delivered to the job site in their original containers with the seals unbroken and labels intact. All materials shall be used as specified by the manufacturer’s direction label on the container. All unspecified brands of materials such as shellac, linseed oil, turpentine or thinner shall be pure and of highest quality obtainable, shall be approved by the Engineer, and shall bear the manufacturer’s identifying label on each container. All prime and finish coats, whether applied in the shop or in the field, shall in every case be the materials specified or approved for such surfaces and shall be used in accordance with the manufacturer’s recommendations and the provisions of these Specifications and subject to the Engineer’s approval and inspection. All paints purchased by the Contractor for application in this project shall be resistant to atmospheres prevalent at wastewater treatment plants. 10.11 PAYMENT: The costs for this reference item shall be included for payment in the lump sum prices bid for the respective pump stations and force mains.

62

PAINTING SCHEDULE

Except as otherwise called for in these specifications, the following surfaces shall be painted, in accordance with the appropriate exposure condition, as called for in the Painting Systems Lists: I. New Surfaces

Iron and Steel. All exposed, encased or submerged iron and steel surfaces, and buried steel surfaces. Stainless steel shall be painted only where shown or ordered.

II.Existing Surfaces

No painting required unless needed to correct damage to existing coatings caused by installation of the new equipment.

THE FOLLOWING SURFACES SHALL NOT BE PAINTED. A. Flowmeters.

B. Equipment Nameplates.

C. Interior Conduit. D. Stainless steel except as noted. E. Factory finish equipment except as noted otherwise.

PAINTING SYSTEMS LIST IRON AND MILD STEEL Preparation - SSPC-SP2 - Hand tool cleaning to remove loose rust, loose mill scale and/or loose paint by hand chipping, scraping, sanding and wire brushing. To be followed by SSPC-SP1 - solvent cleaning - to remove all oil, grease, dirt, soil and contaminants by cleaning with solvent, vapor, alkali, emulsion or steam. Primer - Apply one (1) coat of Sherwin Williams Epoxy Mastic Coating (B58-100 Series). Dry mill thickness to be between 6.0 and 10.0 mills. Finish Coat - Apply two (2) coats Sherwin Williams Corothane II Polyurethane. Dry mill thickness to be between 2.5 and 5.0 mills per coat.

63

Substitutes must be approved prior to application.

64

ITEM 11-DUCTILE AND CAST IRON PIPE 11.01 DESCRIPTION. This Item is included in these Specifications as a reference item for furnishing and installing all ductile and cast iron pipe and fittings, including wall pipes, wall sleeves and specials, as shown on the Drawings and as required to complete the work of this Contract in accordance with the requirements stated under this Item. In general and except where otherwise shown, all pipe not buried in the ground or encased shall be flanged joint with ductile iron flanges; and all pipe buried in the ground (yard piping) shall be mechanical joint or push-on joint. All wall castings shall have joints as shown on the Drawings or as ordered. 11.02 STANDARDS: Pipe: Materials: All cast iron pipe under this Item shall be of the ductile, centrifugally

cast type in accordance with ANSI 21.51 (AWWA C151) or ANSI A21.15 (AWWA C115).

Thickness Class: (Unless otherwise called for). A. Inside Structures (and outside not buried):

All pipe shall be Class 53 in accordance with ANSI A21.15 (AWWA C115).

B. In Ground:

Unless a higher Class is required by laying condition or pressure in accordance with ANSI A21.50 (AWWA C 150) and approved by the Engineer, thickness Class shall be as follows:

Nominal Size Thickness Class 3" through 16" 53 Hardness: Rockwell B-90 maximum. Corrosion Allowance: .08 inches minimum

Fittings: All fittings, wall pipes and specials shall be of ductile iron or gray cast iron in accordance with ANSI A21.10 (AWWA C110), and shall be rated for Class 250 internal pressure.

Joints: Flanged pipes and fittings shall be Class 125 drilled in accordance

65

with American National Standard B16.1. Mechanical joints and "push-on" joints shall conform with the requirements of American National Standard Specification for Rubber Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings", ANSI A21.11 - (AWWA C 111). All joints shall have the same pressure rating as the pipe or fitting of which they are a part.

Grooved-end joints shall conform to AWWA C606 for flexible joints, either grooved or shouldered end style. Grooved-end style shall be employed except where shouldered end style is required to mate with equipment. If the Contractor elects to utilize grooved-end joints in ductile iron piping, all fittings shall be furnished in a mating grooved-end style, and all valve, meters and other equipment which is available in grooved-end shall be so furnished. All valves and other equipment which are specifically called out in these Contract Specifications as having grooved-ends shall be so furnished, and the adjacent piping shall be adapted to such ends, even if the Contractor has elected to utilize a flanged joint system for the remainder of his ductile iron piping.

All piping shown on the Drawings as mechanical joint piping shall be mechanical joint piping except underground piping may be mechanical joint type or at the option of the Contractor, push-on type joint.

Wall castings and specials shall have flanged and mechanical joints as shown or ordered.

11.03 INSTALLATION. The pipe installation shall be made only by workmen of sufficient experience and skill in the work to properly and satisfactorily perform it in the manner prescribed in these Specifications.

Cutting Pipe. Whenever a length of pipe requires cutting to make a closure in the line, the work shall be done in a satisfactory manner so as to leave a smooth end at right angles to the axis of the pipe. When a length of pipe is cut, no payment will be made for the portion cut off and not used. Cut ends shall be coated with bitumastic or primer as required to match shop coat.

Drilling and Tapping. All drilling and tapping for threaded pipe connections, shown on the Drawings or ordered, shall be done in such a manner that the pipe when screwed tightly into the tapped holes, will not project into the pipe or fittings. Such drilling and tapping shall be included under the price bid for pipe and fittings and no extra payment will be made therefore.

Placing. Proper tools and appliances for the safe and convenient handling and placing of the pipe and fittings shall be used. Care shall be taken to prevent the pipe coating from being damaged, particularly on the inside of the pipe and fittings, and any such damage shall be remedied as directed. All pipe and fittings shall be carefully examined by the Contractor for defects just

66

before placing. No pipe or fitting shall be placed which is known to be defective.

If any defective pipe is discovered after having been installed, it shall be removed and replaced with a sound pipe or fitting in a satisfactory manner, by the Contractor at his own expense. All pipes and fittings shall be thoroughly cleaned before they are used, shall be kept clean until they are used in the completed work, and when installed, shall conform to the lines and grades given by the Engineer. Open ends of pipe shall be kept plugged with a bulkhead during construction.

Pipe laid in trench shall be laid to a firm and even bearing for its full length. Precautions shall be taken against floating. The laying specifications of the AWWA shall be followed.

Supports. The Contractor shall furnish all supports and backing necessary to support the pipe and fittings in a firm, substantial manner to the lines and grades shown or ordered. The Contractor shall supply all concrete supports and blocking, all stirrups, rods, beam clamps, hangers, structural shapes and pipe columns used for pipe supports, as shown or as ordered, necessary to complete the work in a satisfactory manner. Concrete supports and blocking will be paid for under the Concrete Item as Class "A" and Class "B" respectively. Pipe supports, for piping inside structures, other than concrete will be paid for under this Item.

The Contractor shall locate hangers, supports, and accessories to support continuous piping runs unaffected by concentrated loads within the maximum span lengths shown below unless otherwise shown.

Pipe Size Maximum Spacing in. ft. up to 1-1/2 6 2 and 2-1/2 10 3 and 3-1/2 8 4 and greater 10

Built-in Pipe and Fittings. Where shown on the Drawings, or where directed, pipe and fittings shall be carefully built into or supported on concrete, stone or brick masonry.

Jointing. Installation of mechanical joint and push-on joint pipe shall follow the procedure described in the most recent edition of the "Handbook of Cast Iron Pipe" of the Cast Iron Pipe Research Association.

In joining to existing bell and spigot pipe and fittings, the spigot of each piece

67

shall be properly seated in the bell of the next adjacent piece and adjusted so as to give a uniform space for the joint. The joint shall be made with twisted or braided hemp packing and soft pig lead. The packing shall be thoroughly driven into the bell so that the lead, after having been caulked, shall have a depth of at least two (2) inches. Each lead joint shall be made at one pouring. The furnace and melting pot shall be kept near the joint to be poured. Dross shall not be allowed to accumulate in the melting pot. The joints shall be thoroughly caulked by competent plumbers and in such a manner as to secure a tight joint without overstraining the iron of the bells.

All flanged joints shall be thoroughly bolted with through stud, or tap bolts of required size as may be directed. Where tap or stud bolts are required, flanges shall be tapped. Rubber gaskets (1/8" thick) of "Rainbow" or other approved quality shall be used in all flanged joints. The bolts and nuts shall be of the best quality stainless steel with good, sound, well fitting threads. The nuts shall be cold pressed. Cadmium plating, if used, shall be of an approved process and shall be from 0.0003 to 0.0005 inch thick. All heads and nuts shall be hexagonal, the nuts to be trimmed and chamfered. All heads, nuts and threads shall be of the United States standard sizes. Where flanged joints are buried in the ground, and where otherwise specifically shown on the Drawings, bolts, nuts and washers shall be 304 stainless steel and shall not be painted. They shall, however, be coated with an approved nut-lock compound to prevent loosening. This compound shall allow disassembly.

All flanged joint gaskets shall be full faced typed.

All grooved-end fittings shall conform to the requirements of ANSI specification A-21.10 with the exception of the end preparation. The end preparation shall be radius grooved conforming to the manufacturers' recommendations for rigid joints. Coupling housing shall be malleable iron conforming to the requirements of ASTM Specifications A-47, or of ductile iron conforming to the requirements of ASTM Specification A-536. Sizes 3" through 12" shall be of two segments and sizes 14" and larger shall be of four or more segments. Lightly coat pipe ends and all gasket surfaces with Victaulic lubricant or other non-petroleum base lubricant. Bolts and nuts shall be carbon steel, heat treated and plated, conforming to ASTM Specification A-183, minimum tensile strength 110,000 psi. Bolts shall be of oval neck, track head design. Gaskets shall have properties as designated by ASTM Specification D-2000 and shall be suitable for the required service. Gaskets shall be of the mechanical grooved coupling design with center leg. Grooved Adapter flanges shall be used to connect with 125# Cast Iron flanged valves, pumps or other equipment, directly to grooved pipe or fittings. Adapter flanges shall be malleable iron conforming to the requirements of ASTM Specification A-47 or ductile iron conforming to the requirements of ASTM Specification A-536. Gaskets shall have properties as designated by ASTM

68

Spec. D-2000 and shall be suitable for the required service.

Excavation and Backfill. All excavation, bedding and backfill required for the installation of all ductile and cast iron pipe shall be performed in accordance with the Earthwork Item.

11.04 CLEANING. The Contractor shall thoroughly clean all pipe lines to meet the approval of the Engineer. 11.05 LINING. All pipes, fittings and sleeves (except sludge and air piping) shall have a thin Bituminous Coated Cement lining in accordance with ANSI A21.4 (AWWA C 104). Air lines shall be uncoated and sludge lines shall have a bituminous lining. 11.06 PAINTING. All piping buried in the ground or cast in concrete shall have an outside shop coating of bituminous paint as specified under the applicable ANSI or AWWA specification. All other piping shall receive an outside shop primer as specified under the Painting Item. Finish painting will not be required for piping which is to be embedded in the ground or in concrete except where the original coating has become damaged, in which case it shall be retouched to the satisfaction of the Engineer. 11.07 MARKING. All pipe and fittings shall be appropriately marked in accordance with American National Standard and AWWA Specifications. 11.08 DETAIL DRAWINGS. Detail drawings, conforming to the requirements of 1.07 of the Detailed Provisions shall be submitted to the Engineer for approval. Drawings shall include detail layout of all piping systems showing type of pipe, fittings, laying lengths, pipe sizes and elevations and Bill of Material. 11.09 INSPECTION. Makers of all pipe, fittings, and specials used in the work, shall furnish a sworn certificate of inspection and testing in accordance with the requirements of the above mentioned specifications. All pipe, fittings and specials shall be subject to inspection and approval by the Engineer after delivery; and no broken, cracked, misshaped, imperfectly coated, or otherwise damaged or unsatisfactory pipe shall be used. 11.10 TESTING. All ductile and cast iron pipe lines shall be tested for tightness after erection. Where pipe lines are laid in excavation, or are bedded in concrete, testing shall be done prior to backfilling or placing of the concrete covering. The necessary tight bulkheads shall be provided as required. A test of each completed line (which may include parts already tested) shall be made at the Contractor's expense to insure a complete tight line. All piping shall be tested under a hydrostatic pressure of 150 pounds per square

69

inch, gauge, or less, as the Engineer shall direct. They shall be conducted as specified in the Standard AWWA Specification C600, Section 4 and as modified under this section. Pipe shall be subjected to a manufacturer's test in accordance with ASTM Designation E23-72, Notched Charpy Test with the exceptions as described in ANSI A21.51. The chemical constituents shall meet the Physical Property recommendations of ASTM A536 to insure that the iron is suitable for satisfactory drilling and cutting. All tools, materials, labor and appliances, including pumps, bulkheads and calibrated gauges, shall be furnished by the Contractor at his own expense. Valves, pipe couplings, density and Flow meters, pipe accessories and other pipe appurtenances associated with a given section of pipeline shall be tested with, and at the same pressure as, that section of pipeline. Pressure relief valves shall be removed and their opening plugged during a test. Valves shall be tested at the scheduled pressure only for body rating. Drip tight shut-off valves shall only be tested to line working pressure. Where valves will not hold drip tight at test pressure, they shall not be used to isolate a section of line. Blind flanges shall be used in such a case. 11.11 SHIPPING LISTS. The Contractor shall furnish the Engineer with a list, in duplicate, of pieces in each shipment of pipe and fittings, giving the serial number, designation and actual piece weight of each pipe and fitting sent at that time. 11.12 PAYMENT. This Item is included in these Specifications for reference only and no bid is required and no payment will be made therefore. The costs for this reference item shall be included for payment in the lump sum prices bid for the respective pump stations and force mains. END OF SECTION

70

ITEM 12-TEMPORARY PUMPING 12.01 GENERAL. This Item is included in these Specifications as a reference item for furnishing, installing and maintaining all temporary pumping equipment in order to maintain treatment of raw sewage with no bypasses at the and pump stations. The Contractor shall have an employee on call 24 hours per day if an electrical pump system is used for raw sewage pumping to assure that no bypasses will occur due to plugging or circuit failure. If an engine powered pump system is utilized, an employee must be in attendance 24 hours a day unless MSD pre-approves the system used. The attention of the Contractor is called to Item 1.27 of the Detailed Provisions concerning operation of the pump station and coordination with MSDGC's personnel. Temporary pumping at the pump station site may be required during construction in order to avoid raw sewage bypasses. Notice: Notify the Pump Station Group (72) hours in advance before switching to temporary pumping, call Dennis Edwards at 557-5947. 12.02 MISCELLANEOUS PUMPING. Under this Item, the Contractor shall also provide any pumping required to dewater the existing tanks for demolition. The Contractor shall also provide any miscellaneous pumping required to maintain the wastewater pumping operations. 12.03 PIPE PLUGS. Any temporary pipe plugs required to perform temporary pumping shall be provided and installed under this Item. 12.04 POWER. Power to electric motor driven pumps shall be paid for by MSDGC. Fuel for engine driven pumps shall be provided by the Contractor. Temporary wiring shall be performed by the Contractor and circuit protection shall be the responsibility of the Contractor. 12.05 PAYMENT. This Item is included in these Specifications for reference only and no bid is required and no payment will be made therefore. The costs for this reference item shall be included for payment in the lump sum prices bid for the pump stations and force mains. END OF SECTION

71

ITEM 13-TANK CLEANING 13.01 GENERAL. This Item is included in these Specifications as a reference item for the work of cleaning all existing tanks, at the existing Britney Acres Pump Station, of all accumulated solids and debris and prepare them for decommissioning. It shall be the responsibility of the Contractor to remove all grit and organic solids from the various tanks and force main and prepare them for decommissioning. Care shall be taken to perform the operations such that hydrostatic pressures will not structurally damage the tanks. Grit and sludge removed from the tanks and force main shall be disposed of in a manner approved by the District. (This material shall be hauled to Mill Creek Treatment for disposal.) All costs for hauling and disposal shall be included under this Item. NOTE: Before decommissioning the existing Britney Acres Pump Station, the contractor will contact the Pump Station Group to see what materials and equipment MSD will want salvaged from this station. After the Pump Station personnel have marked the material and equipment, these items will be removed and delivered to the Mill Creek Treatment Plant on 1600 Gest Street at the contractor's expense. Contact Mr. Dennis Edwards at 378-0493 or 557-5947. The demolition of the existing pump station will include removal of the old power service, power pole, cutting the top of the station off a minimum of 24" below the ground surface, cleaning the tanks according to Items 13 and 14.14, cutting two 4” diameter holes in the bottom of the old wet well, filling the old station tanks with 1" dia. crushed rock as per Section 14.14, and reconditioning the top 12" according to Sections 2 and 3 of these specifications. 13.02 PAYMENT. This Item is included in these Specifications for reference only and no bid is required and no payment will be made therefore. The cost for this reference item shall be included for payment in the lump sum prices bid for the pump station. END OF SECTION

72

ITEM 14 - SEWAGE PUMPING STATION 14.01 GENERAL: Under this Item, the Contractor shall furnish all materials, equipment and labor necessary to install the Britney Acres Pump Station Replacement, complete in place and ready for use as shown on the Drawings and specified herein. The Britney Acres Pump Station Replacement shall consist of four (4) structures: a wet well, a valve chamber, pump/float chamber and a generator vault. The principle items of equipment shall include duplex motor driven submersible sewage pumps, internal piping, valves, associated controls and backup generator. This Item shall also include all necessary demolition at the existing pump station site, earthwork, site improvements, site restoration, temporary pumping, connections to sewer system, tank dewatering and abandonment procedures as outlined on the Drawings and specified herein. 14.02 REFERENCE ITEMS: Work under this Item shall be in accordance with the following Items of these specifications, but shall be included for payment under this Item 14: Item Description 1 General Project Requirements 2 Earthwork 3 Site Improvements 4 Roadways 5 Stone, Gravel and Sand Fill 6 Sheeting and Bracing 7 Removal of Existing Concrete and Masonry 8 Removal and Disposal of Existing Piping

and Equipment 9 Manholes 10 Painting 11 Ductile and Cast Iron Pipe 12 Temporary Pumping 13 Tank Cleaning 14 Pump Station & Valve Chamber 15 Force Main 16 Gravity Sewers 17 Mechanical work for Underground Emergency Power Generating Station 18 Electrical Work

73

14.03 PRECAST CONCRETE: Under this Item, the Contractor shall furnish all materials for precast reinforced concrete sections and tops conforming to the specifications and of the types and sizes shown on the Drawings and shall construct the wet well, valve chamber, pump float chamber and generator vault structures required for the pump stations in accordance with these Specifications and as shown on the Drawings. NOTE: All joints to conform to ASTM C-443 between all precast concrete sections.

Materials: Concrete shall meet the requirements of Sections 499 and 511 of the State of Ohio, Department of Transportation, Construction and Material Specifications.

Steel reinforcement bars shall conform to the requirements of Section 509 of the aforementioned Highway Specifications.

Manhole Steps: Manhole steps shall be aluminum bar type steps, ASTM B221, 6061-T6 or a steel reinforcement bar encapsulated with copolymer polypropylene plastic, Number PS1-PF, as manufactured by M.A. Industries, Inc. Manhole steps shall be 16" o.c. and installed only in the valve vaults.

Precast Top Slabs: The precast top slabs shall be constructed of reinforced concrete and shall conform to the requirements of the "Specifications for Precast Reinforced Concrete Manhole Sections", ASTM Designation: C478, except as modified herein. NOTE: Wet well, valve chamber, pump/float chamber and generator station lids will be designed for H-20 road traffic.

Precast Box Sections: The precast box sections shall be of reinforced concrete and shall conform to the requirements of "Specifications for Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers", ASTM Designation: C789, except as modified herein. Minimum wall thickness shall be 8 inches.

Precast Circular Sections: The precast circular bases, risers and tops shall be constructed of reinforced concrete and shall conform to the requirements of the "Specifications for Precast Reinforced Concrete Manhole Sections", ASTM C478, except as modified in Item 9 - Manholes of these Specifications.

Design: The precast box sections shall be designed to withstand a total lateral earth and hydrostatic pressure (psf) = 80 pcf x foot of depth using a factor of safety of 1.7 minimum. A complete set of design calculations shall be submitted and approved along with the precast reinforcing detailed drawings before fabrication of the box sections is allowed.

Construction: The construction under this Item shall conform to the dimensions and types shown on the Drawings and be placed at the locations

74

and elevations shown or ordered.

Structures with precast base sections shall be placed on a 6 inch compacted layer of granular material equal to that specified herein for pipe bedding and initial backfill.

Gravity pipe connections to the manhole shall be sealed with resilient connectors conforming to ASTM C923.

Openings for discharge pipes shall be cored in the precast units after construction of the various structures, and sealed with mechanically expandable seals as described later in these specifications.

Joints between precast riser sections shall be sealed with flexible watertight butyl rubber sealants meeting the requirements of Federal specification SS-S-00210 (210A).

One and one-quarter inch holes for handling may be cast in the risers. These holes shall be plugged once the manhole is in place.

Flat slab tops shall be a minimum 8 inches thick and be reinforced to withstand an H-20 road traffic. The flat slab shall be precast with recessed lifting lugs and the access hatches and wall pipe accessories in place. The Contractor shall be responsible for supplying the precast manufacturer with the previously City approved access hatches and wall pipe accessories to be cast-in-place in the flat slab.

Fabrication of precast top slabs and box sections shall not be permitted prior to the approval of shop drawings of any embedded items as specified herein.

In general, the structures shall be constructed so the top of the structure is at the elevation of the proposed ground surface or as ordered at the discretion of MSDGC or as shown on the Drawings.

Special care shall be exercised to prevent the entrance of earth or debris into the structures and pipe lines. All such earth and debris shall be removed from the structures and pipe lines during construction operations.

Detailed Drawings: The Contractor shall submit detailed shop drawings for approval as specified in Sec. 1.11 of the Detailed Provisions. The drawings shall show the reinforcing details of the top slabs and sections; steps, and the embedded items which are proposed to be furnish.

14.04 ACCESS HATCHES: Under this Item, the Contractor shall furnish and install all labor and materials required to install the aluminum access hatch for the valve vault. NOTE: All access doors and open grating must be able to

75

withstand H-20 road traffic loading. Access doors must have provisions for a recessed lock box that will hold a standard master lock as used by the Pump Station Group. The pump access openings shall be shown on the Drawings or as required by the selected pump manufacturer. These hatches shall be double door type, designed for H-20 road traffic unless as noted. Each leaf shall be properly reinforced and be of minimum 1/4" thick, diamond pattern and shall be equipped with torsion lift springs. All hinges and hardware shall be stainless steel. Floor hatches shall be equipped complete with stainless steel latches, counter balances, hinges and pins, and extruded aluminum channel frame with anchor flanges. The pump station wet well and valve chamber access doors shall be of aluminum construction and designed for H-20 live load. The pump station Generator Vault entrance door shall be of aluminum construction and designed for H-20 live load. NOTE: This door has a drain trough that will have to be piped with PVC piping to the generator vault's floor in a manner that will not interfere with the equipment operation or access. 14.05 GALVANIZED STEEL PIPE: (Drain Line) Under this Item, the Contractor shall furnish all materials and shall properly connect in place, at the locations shown on the Drawings or as ordered, all galvanized steel pipe, and fittings needed for the proper completion of this Item.

Material: All galvanized steel pipe shall conform to the requirements of the latest revision of "Standard Specifications for Black and Hot-Dipped Zinc-Coated (Galvanized) Welded and Seamless Steel Pipe for Ordinary Uses", ASTM Designation: A120. All fittings shall be American Standard Malleable-Iron Screwed Fittings, 150 lbs., except that nipples may be cut from or furnished in galvanized steel pipe meeting the above ASTM pipe specifications.

Quality: Steel pipe and nipples cut from or furnished from steel pipe, shall be Class "Standard Weight" (Schedule 40) seamless or butt welded unless otherwise specified or ordered.

Pipe shall be straight and free from buckles, kinks, bends, cracks, imperfect welds, or any other defects which might affect its strength and service ability.

All pipe shall be threaded at both ends and shall have malleable iron couplings screwed on one end. Pipe may be furnished in random lengths. Half length couplings shall be used to protect threads not otherwise protected by a full coupling. NOTE: Do not use close nipples in the natural gas line as

76

per Duke Energy specifications.

After cutting, all pipe shall be reamed. Threads shall be clean cut and long taper. Pipe bends, if required, shall be made neatly to keep the full diameter of the pipe.

Each length of steel pipe shall have the name of the manufacturer, ASTM Designation, and standard weight stamped, rolled or stenciled to the pipe; except for small diameter pipe, which when bundled, this information may be marked on a tag securely attached to each bundle.

Galvanizing. Galvanizing for pipe and fittings furnished under this Item shall conform in all respects to the "Standard Specifications for Zinc (Hot-Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars and Strip", ASTM Designation: A123. Pipe shall be evenly coated with zinc on both inside and outside. The coating shall be free from blisters and other defects. The weight of zinc shall average not less than two (2) ounces per square foot of surface covered.

14.06 PIPE COUPLINGS: Under this Item, the Contractor shall furnish, install, test and paint the expansion type pipe couplings where shown on the Drawings and as specified herein.

Expansion Type. The expansion type couplings shall be of a gasketed sleeve-type, with diameter to properly fit the pipe. Each coupling shall consist of one (1) steel middle ring, two (2) steel followers, two (2) rubber compounded wedge section gaskets and sufficient track-head steel bolts to properly compress the gaskets. Field joints shall be made with this type of coupling.

The couplings shall be assembled on the job in a manner to insure permanently tight joints under all conditions of expansion, contraction, shifting and settlement, variations in gradient, etc. Unless otherwise shown, the coupling shall be Style No. 138 as manufactured by Dresser, Type 411 by Smith-Blair Inc., or equal.

Each coupling shall be sized for the type of pipe line in which it will be installed and for the pressure to be used. Bolts and nuts shall be of Series-316 stainless steel with sound, well fitting threads. Nuts shall be cold pressed.

NOTE: Coat all bolt threads with a nickel anti-seize grease before assembling.

The expansion couplings shall be carefully assembled and erected in accordance with the instructions of the manufacturer. The bolts shall be tightened sufficiently to prevent leakage but not too tightly to prevent

77

expansion and contraction of the pipe. Space shall be left between the ends of the pipe at the couplings, as directed by the Engineer, to provide for expansion. Expansion couplings shall be installed wherever a pipe crosses a structural expansion joint and elsewhere as shown on the Drawings or as ordered by the Engineer.

Shop Drawings: Before any couplings are delivered to the site of the work, the Contractor shall submit detailed Shop Drawings of the couplings, and obtain the approval of the Engineer thereon as provided in Sec. 1.11 of the Detailed Provisions.

Testing: All couplings shall be tested after erection with the piping to which they are attached.

Painting: Under this item, all iron and steel parts of couplings shall receive one shop coat and one field coat of bituminous paint.

14.07 PIPE HANGERS AND SUPPORTS: Under this Item, the Contractor shall furnish and install the various pipe supports including structural members as specified herein and as approved by the Engineer or shown on the Drawings. Where pipe supports are shown and located on the Drawings, they shall be as shown and located on the Drawings. Where pipe supports are not shown on the Drawings, the Contractor shall locate and select the supports as approved by the Engineer.

Types: In general, the pipe supports shall be standard structural steel shapes of 316 stainless steel or shall be special supports as manufactured by Elcen, ITT Grinnel, or equal. All anchors, shields, anchor bolts, bolts, nuts, washers and accessories shall be a part of this Item and be 316 stainless steel.

Design: Pipe supports shall be designed and located to adequately and rigidly support the piping, brace against thrusts, anchor the piping between expansion couplings, brace against uplift, and maintain the piping in proper alignment and to proper grade.

In the design of pipe supports, all piping shall be assumed to be full of water. All design shall conform to the requirements of "Pipe Hangers and Supports - Materials and Design", SP-58, Manufacturers Standardization Society of the Valve and Fittings Industry.

Anchors, Bolts, Painting and Galvanizing: Pipe supports fastened to floor or wall concrete shall be anchored with 316 series stainless steel stud type expansion anchors. Pipe supports fastened to ceiling concrete shall be anchored with flush setting, corrosion resistant, expansion type threaded

78

shields. Stud type anchors shall be all 316 series stainless steel, including studs, wedges, washers and nuts.

All non-anchor bolts required for installation of the pipe supports shall be 316 stainless steel. All other metal parts of pipe supports shall be 316 stainless steel.

14.08 PIPE SEALS: Under this Item, the Contractor shall furnish and install mechanically expandable link type rubber seals where shown on the Drawings and as called for herein. All pump discharge lines which pass through walls and slabs shall be sealed under this Item unless specifically noted otherwise. Such seals shall fill the annular space between the pipe and the cored hole through which the pipe passes. In general, one (1) seal shall be provided at each such annular opening, flush with the inner face of the wall. All metal parts of the seals shall be 316 stainless steel. Links shall be EPDM rubber, pressure plates shall be reinforced nylon polymer. The seals shall provide air and water tightness as well as electrical insulation between the pipe and the wall or floor opening. Seals shall be watertight to 40 feet of head. Pipe Seals shall be Link-Seal, service designation S (corrosive service), by Thunderline Corporation, or approved equal. All coring of holes for passage of pipe lines shall be included in this Item.

Shop Drawings. Shop Drawings shall be submitted for approval in accordance with Sec. 1.11 of the Detailed Provisions.

14.09 VALVES. Under this Item, the Contractor shall furnish, install, test and place into operation at the locations shown on the Drawings or where ordered, all valves, and accessories as specified herein and shown on the Drawings. Also included under this Item shall be all operators, bolts and nuts, operating nuts and wrenches for a complete valve installation.

General. Those manufacturers referred to are listed to establish recognized standards. The valves used shall be of the types, sizes, and styles listed as manufactured by the companies named, or equal.

All parts of each valve installation, so far as possible, shall be furnished by one manufacturer.

All valves shall open with a counterclockwise turn (looking down at valve stem) and shall be operated as required in the valve schedule, as specified and as shown on the Drawings,

79

Plug Valves. The Contractor shall furnish, install, test and shop paint the various plug valves, operators, wrenches and accessories, complete and ready for continuous operation as shown on the Drawings and as specified herein. These valves will be installed so their seats face the wet well or the pump discharge they are isolating.

The valves shall be lubricated eccentric type with resilient faced or epoxy coated plugs and ANSI Class 150 flanges ends. Bodies and plugs shall be semi-steel, ductile, or cast iron. Valves shall have raised seats and shall be of the bolted bonnet design, suitable for 150 psig pressure. Bearings shall be non-corrosive permanently lubricated type. Valve seats shall be nickel, coated stainless steel, or Buna-N. The resilient face material of valves shall be Neoprene or Buna-N. NOTE: Grease plugs will be required on the valve body for both the lower body and bonnet parts of the valve on valves four inches (4”) .diameter and larger

The valves shall provide drip-tight shut-off in either direction up to 150 psig.

All straightway valves shall be DeZurick Series 100, Homestead Ballcentric Figure 37L, Clow F-5410, Dresser X-Centric or equal. Install valve so seated end faces the check valve.

Operators, Wrenches and Accessories. Each plug valve shall be provided with the operating accessories shown on the Drawings. All accessories shall be manufacture’s standard except as modified herein. All valves shall open with a quarter turn counterclockwise (looking down at valve stem) and shall be operated as required in the valve schedule, as specified and as shown on the Drawings. The Contractor shall furnish, install, test and touch up shop paint finish of the various valves, operators, wrenches and accessories, complete and ready for continuous operation as shown on the Drawings and specified herein..

The gear actuators shall be totally enclosed, wormgear type, oil or grease lubricated, sealed for watertightness, with self-lubricating bronze or stainless steel sleeve bearings, thrust bearings, built-in adjustable opening and closing stops and valve position indicators. Each actuator shall be sized to require not more than 300 inch pounds of torque in the input shaft to seat and unseat the valve plugs at the pressure drops specified herein. NOTE: Hand wheel force shall not exceed 25-pounds to turn.

Installation. Where possible, all plug valves shall be installed with shafts horizontal and plugs opening to the top of the valve. Seat ends of plug valves shall be located such that when closed the line pressure tends to hold the plug against the seat, unless specifically noted otherwise on the Drawings.

80

Manual operator hand wheel shafts shall be installed horizontal. NOTE: These valves will be installed so their seats face the wet well or the pump discharge they are isolating.

Check Valves. All check valves shall be iron body, bronze mounted, with outside lever and spring, stainless steel hinge pin, 150 psi working pressure, 300 psi test pressure, Mueller Company No. A-2600-6-02, Clow F-5340 or F-5381, or equal.

14.10 SUBMERSIBLE SEWAGE PUMPS: Under this Item, the Contractor shall furnish, install and place in successful operation submersible sewage pumps at the Britney Acres Pump Station. The pumps shall be by the same manufacturer. All pump installations shall be complete and shall include all drives, rails and all accessories and appurtenances such as small piping, assembly and anchor bolts and shims as required, as shown on the Drawings and as specified herein. All anchor bolts shall be stainless steel.

Submersible Pumps. Each pump shall have submersible sewage non-clog type pumps designed to pump raw, unscreened sewage containing (3) inch diameter solids without damage during operation. The following are required for each proposed submersible pump: The pump must operate within (+) or (-) 10% of the Best Efficiency Point (BEP). This point is defined as the best efficiency point as shown on the curve of the impeller size for that pump. The pump must operate within (+) or (-) 30% of the Best Hydraulic Point (BHP). This point is defined as the operating flow and head at the BEP of the specific impeller curve of the pump.

Calculations shall be provided to show the development inflow and infiltration. Also, calculations shall be provided of each proposed pump along with pump curves. The pump curve will show the complete pump station system curve along with the BEP and BHP labeled. The proposed pump must have a service center that stocks parts within the Greater Cincinnati Area. A five-year Municipal Warranty shall be provided for the pumps. No vortex type pumps will be allowed. Grinder pumps will be allowed only with MSD’s approval. The pump’s motor shall be capable of handling any load on the pump’s performance curve without using any factor of safety or by being overloaded.

The pump volute shall be single-piece grey cast iron, class 30, non-concentric design with smooth passages large enough to pass any solids that may enter

81

the impeller. Minimum inlet and discharge size shall be as specified. NOTE: Other materials of construction must be approved by MSD. The pump shaft shall be made of either 300 or 400 series stainless steel. Pump and motor shaft shall be one piece. The pump shaft is an extension of the motor shaft. Couplings shall not be acceptable. NOTE: Other materials of construction must be approved by MSD.

The pump shaft shall rotate on a minimum of two bearings. Each pump shall provide a minimum of a tandem mechanical shaft seal system consisting of two totally independent seal assemblies. The seals shall operate in an oil reservoir that hydrodynamically lubricates the lapped seal faces at a constant rate. The lower primary seal unit shall contain one stationary and one positively driven rotating seal ring. Both seal faces shall be made of tungsten carbide or silicon carbide. The upper secondary seal shall contain one stationary tungsten carbide or silicon carbide seal ring and one positively driven rotating carbon seal ring. The seals shall require neither maintenance nor adjustment or depend on direction of rotation for sealing. The following seal types shall not be considered acceptable nor equal to the dual independent seal specified: 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. Cartridge type systems will not be acceptable. No system requiring a pressure differential to offset pressure and to effect sealing shall be used. The seal system shall not rely upon the pumped media for lubrication. The motor shall be able to operate dry without damage while pumping under load.

The impeller shall be a mixed flow multi-vane open design that is dynamically balanced and shall be designed for a minimum of 3”diameter solids handing. It shall be made of gray cast iron, ASTM A-48 Class 30, balanced, double non-clogging design having a long passage without acute turns. Impeller shall be keyed to the shaft, retained with an allen head bolt, and shall be coated with an alkyd resin primer. Wear rings shall be used to provide efficient sealing between the volute and suction inlet of the impeller.

NOTE: Other materials of construction must be approved by MSD.

Discharge Coupling Description: Each pump shall be furnished with a discharge coupling and mating base elbow. The elbow shall be complete with 316 stainless steel anchor bolts and shall mate with the flanged discharge piping. Seal of the pump discharge coupling to the base elbow flange shall be accomplished by a simple downward linear motion of the pump with the entire weight of the pump being guided by two guide bars to press tightly against the discharge elbow forming a leak proof connection. No part of the pump shall bear directly on the sump floor and no rotary motion of the pump shall be required for sealing. No gaskets, diaphragms, or o-rings shall be permitted.

82

Each pump shall require a lifting chain of 316 stainless steel (minimum of 3/8 inch link) long enough to lower or lift the pump from the bottom of the wet well to the top of the wet well lid with the portable hoist. When these chains are not in use, they will be hooked to the top of the wet well with a locking mechanism that will prevent the chain/cable from falling into the wet well where it might be ingested by the pump. The locking mechanism must be made of a 316-stainless steel and be easily accessible from outside of the wet well. NOTE: The chain must support (3) times the static weight of the pump. The proposed pump, Ebara Model: (200DLFU6152) with a 20-hp motor is about 650-lb.

The guide rail system will consist of a minimum of two- 2 inch diameter Schedule 40, 316 stainless steel pipes long enough to remove the pump out of the wet well without any personnel having to enter the wet well. 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. No portion of the pump shall bear directly on the sump floor. Intermediate guide rail supports of stainless steel shall be provided for each pair of guide rails. These will be required every (10’) of vertical guide rail length. Pump construction of the major pump components shall be of 316 stainless steel or grey cast iron, ASTM A-40, class 30, with smooth surfaces devoid of blow holes or other irregularities. All exposed nuts or bolts shall be ANSI Type 316 S.S. construction. All metal surfaces coming into contact with the sewage, other than stainless steel or brass, shall be protected by a factory applied spray coating of ALKSD primer with a chlorinated rubberpoint finish on the exterior of the pump. Motors shall be sufficiently cooled by the surrounding environment or pumped media. A water jacket is not required.

The cable entry seal design shall be a watertight J submersible seal. The cable entry shall consist of a single cylindrical elastomer grommet, flanked by washers all having a close tolerance fit against the cable outside diameter and the entry inside diameter and compressed by the body containing a strain relief function, separate from the function of sealing the cable. Epoxies, silicones, or other secondary sealing systems shall not be considered acceptable. The pump motor shall be induction type with a squirrel cage rotor, shell type design, housed in an air filled, watertight chamber, NEMA B type. The stator windings and stator leads shall be insulated with moisture resistant class F insulation rated for 311 degrees F (155 degrees C). The stator shall be dipped and baked three times in class F varnish and shall be heat-shrink fitted into the stator housing. The use of bolts, pins, or other fastening devices requiring penetration of the stator housing is not acceptable. The motor shall be

83

designed for continuous handling pumped media of 104 degrees F (40degrees C) and capable of up to (15) evenly spaced starts per hour. Thermal switches set to open at 260 degrees F (125 degrees C) shall be embedded in the stator lead coils to monitor the temperature of each phase winding. These thermal switches shall be used in conjunction with and supplemental to external motor overload protection and shall be connected to the pump control panel. The combined motor service factor shall be a minimum of 1.15. The motor shall have a voltage tolerance of plus or minus 10% and be designed for operation up to 104 degrees F (40 degree C) ambient and with a temperature rise not to exceed 176 degrees F (80 degrees C). A performance chart shall be provided showing curves for torque, current, power factor, input/output KW, efficiency, and data on starting and no-load characteristics.

Each pump shall be installed with the required length of submersible cable suitable for submersible pump applications. The power cable shall be sized according to the NEC and ICEA standard and have P-MSHA approval. This cable shall be of sufficient length to reach the junction box without the need of any splices. The cable shall be properly marked to meet the requirements of the local electrical inspector (IBI, Inc.). NOTE: The terminals where the cable is terminated shall be of a compatible temperature rating. All stators shall incorporate thermal switches in series to monitor the temperature of each phase winding. At 260 degrees F (125 degrees C) the thermal switches shall open, stop the motor, and activate an alarm. A leakage sensor shall be able to detect water in the stator chamber. This float leakage sensor is a small float switch used to detect the presence of water in the stator chamber. When activated, the float switch will stop the motor and send an alarm both local and/or remote. Use of voltage sensitive solid state sensors and trip temperature above 260 degrees F (125 degrees C) shall not be allowed. All sensing circuits in the pumps shall be low impedance, closed circuit systems. Open circuit, high impedance sensors shall not be acceptable since they are subject to false tripping caused by lightning in the vicinity of the pump station. Controls. All wiring from the pumps to the pump junction boxes, as shown on the Drawings, shall be furnished under this Item. All electrical connections shall be performed as a part of the Electrical Item.

The pilot control circuits for these pumps are shown on the Drawings and will be provided under the respective Electrical Item. Any additional materials required by the manufacturers of these pumps, but not shown on the Drawings, to allow these pumps to function in the required manner, shall be furnished and

84

installed as part of this Item. All electrical equipment furnished under this Item shall meet all requirements of the Electrical Item.

Required Pump Data: Manufacturer: Ebara Motor: Submersible (20) HP, (230 )-VAC, (3) Ph, (60) Hz Model: (200DLFU6152) Motor Code: (H) (This is critical for genset sizing) Full Load Amps: (55.2) Locked Rotor Amps:(373) Frame: ZDLX (DL) Power Factor: 85.6% Efficiency: 79.6% Motor RPM: (1800 ) Motor Poles:(4) Service Factor: (1.15) Performance Data: Pump must pump a minimum of (550)-gpm at a (39.0)-ft Total Dynamic Head (TDH), in order to achieve a minimum velocity of (2.3)ft/sec in the 10” diameter PVC DR-18 force main. The selected pump has two different impeller sizes. The smaller (240)mm impeller is the size that will be required for the new station design. The used piping performance for this pump setup will be (805)-gpm at a (42.5)-ft TDH. This will give this pump an efficiency of (64)%, which is within (5)% of the BEST EFFICIENT POINT (BEP), and within (30)% of the BEST HYDRAULIC POINT (BHP), which is about (1150)-gpm. The power of this pump at the operating point is (19.5) Hp. Any alternate pump selected must operate within +/-10% of the (BEP) and within +/-30% of the (BHP). The larger (262)mm impeller will be required once development occurs to the point where it is needed. No electrical changes will be needed to the station. Only the impeller will be needed. The performance with the larger impeller will be (1090)-gpm @ (47.9)-ft TDH. This will allow the pump to operate at the BEP and within (5.2%) off the BHP while needing (19.5)-hp. NOTE: The Contractor will only be responsible for supplying the smaller impeller. See the Proposed System Curve for Pump Station as available from the Engineer. MSD Engineer will have to approve any alternate pump used.

Spare Parts: 1. Provide enough parts to rebuild one of the station’s pumps. This will

include pump volute wear plates or rings, seals, shaft seals, gaskets/o-rings, and electrical cable grommets.

NOTE: If a grinder pump is used, a second set of grinder cutters will be required for each pump.

85

2. Supply an extra gasket for each pump shoe if the pump design requires it.

Liquid Level Sensors: As part of this Section, the Contractor shall furnish and install five (5) liquid level sensors for pump control and level alarms at each pump station. All the floats must operate on 24-vac. These floats shall be defined as follows:

1. High Level Alarm Float: This float shall alarm the station’s pump control panel and telemetering that a high level condition exists in the wet well. This float will only cause an alarm to occur and not control the pumps.

2. Lag Pump Float: This float shall start the alternate pump in the wet well.

3. Lead Pump Float: This float shall start the first or lead pump in the wet well when tripped.

4. Pump Off Float: This float shall stop all the pumps at a level in the wet

well where the motors shall remain covered at all times. 5. Redundant Off Float: This float is a redundant float to the Pump Off

Float. The main purpose for this float is to insure the liquid level in the wet well will remain above the top of the pump’s motor. As a result, non-explosion proof motors can be allowed for use in the wet well.

NOTE: If a transducer is used for level control, this Redundant Off Float shall still be required to insure the pumps will stop at the desired liquid level. Also, the Redundant Off Float must be installed so it cannot be defeated by manual operation of the pumps.

Each level sensor shall be a floating type level sensor consisting of a non-mercury switch in a smooth shaped chemical resistant polypropylene casing suspended on its own cable. Each unit shall be labeled with a plastic or stainless steel tab and be suitable for use in liquids with a specific gravity range of .65 to 1.5 and a temperature range of 32-140o F. The float cable shall be a synthetic three conductor cable consisting of 19 AWG wire. The non-mercury switch shall have a maximum voltage rating of 250 volts and a maximum amperage rating of 8 amperes AC. Floats of bubblers will not be considered an approved equal. The liquid level sensors shall be equal to Flygt Model ENM-10. NOTE: The operating voltage of all the floats shall be 24-vac. The level sensors shall be wired from the pump/float disconnect box located adjacent to the generator vault. The electrical connections and all wiring from

86

the pump/float disconnect box to the pump starters will be performed under the Electrical Item. This pump/float disconnect box shall be 20” long x 20” wide x 6” deep NEMA 4X-stainless steel type, equal to Hoffman’s Model-A-20H2006SSLP. Refer to the Drawings for additional details of the assembly. The three (3) two (2) inch conduits will be used to separate the high voltage lines of the pumps and the low voltage of the floats. Two will be for the pumps and one for the floats. NOTE: MSD will approve larger sizes if motor wires require it.

14.11 GAUGES: The following shall be installed on the pump discharge force main as indicated on the detailed drawings: 1. Pump Pressure Gauge - Ashcroft 2½" dia.-100GSWL, ¼ LC (0-60 PSIG),

or equal. 2. Pump Pressure Diaphragm Seal - Ashcroft ¼" x 1"-101S.S. diaphragm

seal with glycerin fill, or equal. 3. Pump Pressure Gauge Shut Off Valve - 1" 76-105-01 Apollo S.S. ball

valve, or equal. 14.12 HYDRAULIC CONNECTION: A quick coupling hydraulic connection shall be installed in the valve chamber. Connections shall be 3 inch NPT male adapter with chain and cap made of 316 stainless steel and equal to Models 633-F and 634-B as manufactured by Dover Corporation, OPW Division. This clean out must be isolated by the use of an eccentric plug valve as described in section 14.09. 14.13 CLEARING SITE AND RESTORING DAMAGED SURFACES: Clearing of the site and restoring all damaged surfaces resulting from and installation of the pump stations shall be in accordance with Section 603.12 of the City Cincinnati Supplement to ODOT Construction and Material Specifications. Provision of topsoil and seeding shall be in accordance with other items of these specifications, but shall be paid for under this Item. 14.14 DECOMMISSIONING EXISTING FACILITIES: Under this Item, the Contractor shall take the existing Britney Acres Pump Station out of service. The existing tanks shall first be dewatered and cleaned as specified under Items 12 and 13. Three (3") diameter drainage holes shall then be cut into the bottom of the existing tanks prior to backfilling. Backfill shall be of compacted granular material conforming to the requirements of Item 5 for No. 310 aggregate of Engineer approved equal. All labor and equipment required to remove any portions of existing tanks shall be included for payment under this Item.

87

NOTE: Entrance into the air tanks and wet well of the old Britney Acres Pump Station shall be considered a confined space entry and will have to be treated as such according to OSHA's Regulation 29CFR-1910.14-6. Removal of existing concrete and masonry, including sidewalks and pavement, shall be in accordance with Item 8 and shall be to the limits shown or specified on the Drawings. Removal of existing piping, tanks and equipment, including piping abandonment, shall be in accordance with Items 8 and 13. 14.15 EARTHWORK: Under this Item, the Contractor shall perform all earthwork including excavation and embankment, required to install the proposed pump station structures and roadways, to remove and or demolish existing structures and pavement and to regrade the plant/pump station sites; all as shown on the Drawings and in accordance with Item 2 of these specifications. 14.16 ROADWAYS: Under this Item, the Contractor shall provide all materials, equipment and labor necessary to construct new areas of pavement and to replace existing pavements which have been damaged or removed as a result of constructing the various pump stations, all in accordance with Item 4 of these Specifications. NOTE: Contractor must receive permits to dig in or around roadways from the Hamilton County Engineer’s Office. 14.17 SITE IMPROVEMENTS: Under this Item, the Contractor shall furnish all materials, equipment and labor required for making the site improvements at the pump station site. Site improvements include, seeding and fertilizing areas outside of the site area and landscaping. The Britney Acres Pump Station sites shall include landscaping as shown on the Drawings. 14.18 ELECTRICAL WORK: All electrical work and materials supplied under Item 14 shall meet all the requirements of Item 18 - Electrical Work for the Pump Station. 14.19 MANUFACTURERS REPRESENTATIVE: As part of this Item, the Contractor shall secure the services of a technical representative of the various equipment manufacturers to supervise, adjust, align and check the installation of said equipment and to instruct the local operating personnel in the operation, care and maintenance of the equipment. 14.20 TESTING: After installation, all above specified equipment shall be given a running test to demonstrate to the its readiness for continuous operation. The Contractor shall supply sufficient water for these tests if wastewater flow in the system is not sufficient to prove operation of the system of design conditions.

88

14.21 PAINTING: Painting of all surfaces shall be in accordance with the Painting Item 10, but shall be paid for under this Item. The pump supplier shall submit written certification with the shop drawings regarding compliance with Item 11 of this specification. 14.22 DETAILED DRAWINGS AND MANUALS: The Contractor shall submit detailed Shop Drawings for approval as specified in Sec. 1.11 of the Detailed Provisions. The drawings shall show the details of the manholes, access hatches, pipe couplings and seals, valves, pumps and controls and level sensors which he proposes to furnish. Following installation, and prior to final acceptance, the Contractor shall submit Operation and Maintenance Manuals, Spare Parts, and As-Built Drawings; as specified under Sections 1.47, 1.49, and 1.52 of the Detailed Provisions. 14.23 AUTHORIZED SERVICE CENTER: As part of this specification, the successful pump supplier shall submit with the shop drawings a certification that it has a fully staffed authorized service center located in the metropolitan Cincinnati area, and that at least one of the staff members is a factory trained (by the pump manufacturer) experienced pump mechanic. This center shall stock ample parts inventory to facilitate minimum repair time in the event of a pump failure. A list of references of pump repair customers shall be submitted along with the certification from the pump supplier. 14.24 PUMP HOIST PROVISIONS: Each pump will have a chain or cable attached to it long enough to pull the pump from the deepest part of the wet well. The cable shall have a lockable holder to secure it at the wet well lid when it is not being used so it will not fall into the wet well and be ingested into the pump suction. 14.25 PAYMENT: The lump sum price bid for this Item, shall be full compensation for the furnishing of all labor, tools, equipment and materials necessary to install the Britney Acres Pump Station, complete in place and ready for use, as shown on the Drawings and as specified herein.

END OF SECTION

89

ITEM 15 - FORCE MAINS 15.01 DESCRIPTION: The Contractor shall provide all work for the furnishing and laying of the force mains and all associated manholes. This work comprises excavating the trench, furnishing and laying pipe in the trench, jointing it, furnishing and placing of concrete thrust blocks, keyblocks and encasement, furnishing and placing granular material for pipe bedding and backfill, back-filling the trench, restoration of street paving, curb and gutters, sidewalks, driveways or other areas opened or disturbed, repairing or replacing head walls, catch basins, drains, sewer, gas, electric and water connections, and any other structures that may be disturbed or damaged by the Contractor's operations; disposing of surplus excavation; testing; and all other work required for the furnishing and installing of the pipe lines complete and ready for service as shown on the Drawings and covered in the specifications. Included is the furnishing and installation of all required fittings including bends, reducers, tees, sleeves and small diameter branch connections, all as called for on the Drawings. NOTE: An as built drawing shall be provided by the Contractor to clearly show the profile of the force main with lengths of run, elevations, station points, manholes, reference points, and plan view of routing. NOTE: If directional boring is used in place of open cutting, the pipe diameter shall be based upon Ductile Iron Class 53 pipe internal diameter and have a rating of 150-lb. 15.02 FORCE MAIN MATERIAL: The pipe material shall be Polyvinyl Chloride (PVC) pipe with Ductile Iron Fittings.

PVC Pipe. Polyvinyl Chloride pipe shall be manufactured in accordance with AWWA C900 PVC DR-18, Class 200.

Ductile Iron Fittings. All fittings, wall pipes and specials shall be of ductile iron or grey cast iron manufactured in accordance with AWWA C110 or ANSI A21.15, and shall be rated for Class 250 internal Pressure..

All fittings shall have a Bituminous Coated Cement Lining complying with AWWA C104 and shall have an outside coating complying with AWWA C110. The number and type of fittings used shall be approved by the Engineer.

Ductile Iron Pipe and Fitting Joints. Pipe shall have push on joints on all

straight runs, and mechanical joints on all fittings and bends. Materials shall be in conformance with Item 11 - Ductile and Cast Iron Pipe.

Joints shall be furnished with all accessories. The bolts and nuts shall be

90

stainless steel with good, solid, well-fitting threads. All the threaded bolts will have a coating of nickel anti-seize applied before they are installed.

Manhole Types. Each force main shall have a manhole installed for every 400-foot of forcemain run, or at low and high points in the force main piping profile. The following are type of manhole that will be required: Force Main Cleanout Chamber: This type will be required every (400) foot of force main length even if there is not any high or low points. The purpose of this chamber is to aide the cleaning of the force main. This manhole will consist of a (4)-ft diameter concrete structure as described in Section 8 Manholes. The force main piping will past through the center of the manhole and be far enough off the bottom to allow the installation of two solid sleeve couplings.

NOTE: The initial installation will not require the force main piping to be cut and assembled with the couplings. However, installation of the couplings onto the pipe shall be required as shown on the New Pump Station Drawings

15.03 FORCE MAIN APPURTENANCES: The Contractor shall furnish and install all closure pieces, special bends and fittings necessary for the construction of the pipe line, along the route as shown by the Drawings. 15.04 EXCAVATION AND PIPE LAYING: The general proposed location of the force main pipe lines and the connections to the existing pipe lines are shown by the Detail Construction Drawings. If, during the course of the work, unforeseen conditions arise, the horizontal location of the pipe line may be changed as directed by the Engineer. If it is necessary to change the grade of the force main it shall be lowered unless specific approval to raise the grade is given by the Engineer. Unless otherwise shown or approved the force main is to be installed with a minimum of four (4) feet of cover from the existing ground and the finished grade to the top of the force main. In any areas where the force main is to be installed in an embankment area the embankment shall be placed and compacted prior to the force main trench being excavated. Tie in to the existing sewer system shall be accomplished by installing the new forcemain crown at the same elevation as the crown of the existing sewer. The cutting and removal and restoration of all street paving, sidewalks and driveways shall be included in the price bid for this item. The excavation and preparation of the trench and the laying of the pipe shall be done to conform to the applicable parts of AWWA C900 and ODOT ITEM 638.06 except as herein modified, and manufacturers recommendations.

91

Concrete blocking, supports, key blocks, and/or buttresses shall be provided at all tees and bends and at any other locations shown on the plans or directed by the Engineer. These concrete structures shall be built to the lines, grades and dimensions shown on the Standard Detail Drawings, and constructed with ODOT Class C concrete. The cost of concrete blocking shall be included in the price bid for furnishing and installing the force main under this Item. The cost of temporary timber backers and the cost of excavating to line and grade shown for the supports shall be included in the price bid for furnishing and installing the force main under this Item. The Contractor shall at least two working days before starting work, notify the Ohio Utilities Protection Service at 1-800-362-2764 and non-member owners of his starting date. If the force main crosses another utility, it shall be laid 18” lower than the bottom of the utility line to the top of the sewage force main. During construction the Contractor shall report immediately to the owners of underground facilities any break or leak in the underground facilities or any dent, gouge, groove or other damage. During construction the Contractor shall notify immediately the occupants of nearby premises as to any emergency resulting from damage to underground facilities. The Contractor shall carefully uncover and tunnel under the existing water and gas services crossing the trench. Where it is necessary to interrupt service, the Contractor shall not continue such interruption for a longer period of time than the occasion requires. Cutting the service lines shall be used only when tunneling is not practicable. The Contractor shall be held responsible for all repairs to underground utilities when broken or otherwise damaged by the construction operations. All drain pipe crossing the trench shall be adequately supported to prevent sag. During any construction where the outside temperature is below 40F all rubber gaskets and/or lubricants shall be kept in a heated area at least 40F until needed. No gasket or lubricant shall be out of the heated area more than 5 minutes before being placed in the bell or on the spigot of the pipe. The Contractor shall lubricate all joints according to the manufacturers recommendations. The maximum permissible joint opening for a regular pipe joint is 1/2 inch. Joint deflections shall not exceed manufacturer's recommendations.

92

Magnetic Markers - Grade V, ceramic permanent magnets, incased in corrosion resistant thermoplastic, GREEN in color, with a minimum size of 2" length and 1" diameter (DEEP-1 as manufactured by Berntsen International Incorporated or MR-2 as manufactured by Surv-Kap Incorporated) shall be installed with the plastic force main piping. Magnetic Markers shall be installed in accordance with manufacture’s recommendations, at every fitting or pipe deflection and at 20 foot intervals along the force main. Magnetic Markers shall not be buried deeper than six (6) feet, but shall have a minimum cover of three (3) feet. 15.05 BEDDING AND INITIAL BACKFILL MATERIAL: All Granular material for bedding and initial backfill shall be durable gravel, sand or crushed stone meeting grading requirements of 703.20 of the City Supplement for bank run gravel. The minimum thickness of bedding shall be 4 inches. Material shall be placed and compacted in 4 inch layers to a depth of 12 inches above top of pipe. 15.06 FINAL BACKFILLING: Force Main backfilling, cleaning up and maintaining of surface shall be done in accordance with the provisions of AWWA Specification C900, except as otherwise provided herein. All trenches and excavations shall, in general, be final backfilled from 12 inches above the top of the pipe to the top of the trench or the bottom of the subgrade, as hereinafter specified, as soon after the force mains or other structures built therein are completed and as the particular type of construction and the circumstances will, in the opinion of the Engineer, permit. Final backfill operations required under this Item shall be in accordance with the City of Cincinnati Supplement to the State of Ohio, Department of Transportation, Construction and Material Specifications, Item 603.10, except as modified herein. All requirements of this item shall be strictly adhered to by the Contractor and enforced by the Department of Sewers. Where the excavation is made through pavements, curbs, driveways, gravel shoulders, or sidewalks, final backfill from 12 inches above the pipe to the pavement subgrade shall be made with Cpntrolled Density Fill (Ham-Cin CLSM) and shall extend two (2) feet on each side of the pavement at pavement subgrade; also where the trench is adjacent to and within two (2) feet of the edge of the above items or where shown on the Drawings, the granular backfill shall extend from 12 inches above the top of the pipe to the subgrade of the above items. Backfill, as specified herein and required for final backfill, shall be included for payment under the price bid for furnishing and installing the force main under this Item.

93

Metallic-Lined Plastic Underground Warning Tap - Shall be installed 6 to 8 inches below finished grade, directly over pipe, during trench back-filling. Polyethylene plastic tape with metallic core, 6 inches wide by 4 mils thick, solid green in color with continuously printed caption in black letters “CAUTION - PIPE LINE BURIED BELOW”. 15.07 PRESSURE TESTING: The Contractor shall perform a hydrostatic test of the installed force mains in accordance with Hydrostatic Test for Leakage, Section 1101.054 of the City of Cincinnati Supplement to ODOT Construction and Material Specifications. The cost of testing force mains shall be included for payment under the various lump sum price bid for this Item and no additional payment will be made therefore. Special care shall be exercised to prevent the entrance of earth or debris into manholes and pipe lines. All such earth and debris shall be removed from the manholes and pipe lines during construction operations. 15.08 CLEARING SITE AND RESTORING DAMAGED SURFACES: All restoration in connection with this improvement shall be completed in accordance with the provisions of the Governing Agency responsible for the particular road. County roads shall be in accordance with the "Driveway Regulations and Pavement and/or Right-of-Way Opening Provisions for the Unincorporated Areas of Hamilton County adopted by the Hamilton County Board of County Commissioners with supplements or changes thereto. Temporary pavement, consisting of 3 inch layer of ODOT Item 301 Bituminous Aggregate Base Course, shall be used on all open cuts on all County roads. All roadway berms and drainage ditches disturbed by the work shall be restored, reshaped and graded to drain. The restoration of sunken trenches shall be the Contractor's responsibility. Sunken areas shall be backfilled and compacted to meet adjoining grades; the surface shall be reseeded or surfaced with blacktop or concrete matching the existing surfacing. The Contractor's responsibility for this item shall be under the terms of, and for the duration of, the guarantee defined in 109.12 of the Supplement. Asphalt driveways and aprons shall be restored with one and one-quarter (1-1/4) inches of Asphalt Surface Course (Item 404) on a six (6) inch Aggregate Base (Item 304). Concrete driveways and aprons shall be restored with seven (7) inch thick Plain Portland Cement Concrete Pavement (Item 452). Gravel driveways, etc., shall be restored as nearly as possible to the condition they were found prior to construction. Concrete sidewalks shall be restored in accordance with Sec. 3.03 of these

94

Specifications. As a minimum requirement, the Contractor shall restore areas outside the Right-of-Way by seeding and mulching (Item 659) unless otherwise noted herein. If commercial fertilizer is used, it shall have a chemical analysis of 12-12-12. The fertilizer shall be delivered to the project in manufacturer's containers, unopened. The container or an attached tag shall have printed upon it the manufacturer's name and the chemical analysis of the contents. All disturbed areas shall be restored as nearly as practical to the condition it was in prior to construction. The Hamilton County Engineer reserves the right of final inspection prior to final payment. All clearing and restoration costs shall be included in the price bid for force mains and no separate or additional payment will be made therefore. Item numbers referred to under surface restoration refer to the State of Ohio Department of Transportation Construction and Material Specifications, current revision reference numbers may vary from the numbers cited herein. The contractor is responsible to comply with the current corresponding requirement of the latest revision. 15.09 CERTIFICATION: The Contractor shall furnish a sworn statement from the material manufacturer certifying that all the required tests have been made and that the pipe and fittings comply with the requirements specified. 15.10 PAINTING: All piping in the force main manholes or cast in concrete shall have an outside shop coating of bituminous paint as specified under the applicable ANSI or AWWA specification. Finished painting will be a field coat of bituminous paint as specified under the applicable ANSI or AWWA specification. The cost of painting shall be included in the price bid for force mains. 15.11 SCHEDULES AND DRAWINGS: The Contractor shall submit design data, drawings and schedules, for approval by the Engineer prior to the start of pipe manufacture, as specified under Item 1.07 of the Detailed Provisions. Pipe schedule shall indicate the sequence of installation of pipe, fittings and specials and the elevations and stationing of the line at key points such as outlets, bends and changes in grade. 15.12 PERMITS: The Metropolitan Sewer District will make application to the Hamilton County Engineer for street opening permits necessary to install the force mains. However, in accordance with Section 107.02 of the ODOT Construction and Material Specifications, the Contractor is responsible for payment of all fees and charges for final procurement of said permits including any other permits or licenses that may be necessary to install the force mains.

95

This shall include any local bonding requirements by local townships. MSDGC & Hamilton County reserves the right of final inspection prior to final payment. 15.13 PAYMENT: The payment for work done under this item shall be at the unit price bid, which payment shall be full compensation for all labor, materials, and equipment required to furnish and install the force mains, force main manholes and all appurtenances as specified herein. Prior to initiation of construction, the Contractor shall submit a Schedule of Values to be used as the basis of preparing progress payments. Quantities and unit prices for labor and material shall be included in the schedule. END OF SECTION

96

ITEM 16 - GRAVITY SEWERS 16.01 DESCRIPTION: Under this Item, the Contractor shall furnish all the labor, pipe, tools, materials, equipment and appurtenances necessary therefor and shall construct the various gravity sewers, including manholes and house connections all complete in place, as specified herein at the locations and to the lines and grades as shown on the Drawings. The Item shall include the removal of all trees, brush, masonry, pavement and other obstructions to the work; the stripping, storing and replacing of topsoil; all excavation; all backfill, all fill or embankment; the disposal of all surplus excavated material, the restoration of all surfaces disturbed or destroyed which are not otherwise herein specifically provided for; all sheeting, bracing and timbering necessary to hold the sides of the trenches or to protect the work; the removal of all water; the setting of construction lines and grades; furnishing and placing granular material for pipe bedding and initial backfill; the protection and maintenance of existing surface, overhead of subsurface structures and utilities; providing temporary services where required when the temporary removal of utilities is necessary for construction; the maintenance of drainage and traffic; and the performance of all tests, all as shown and specified. Materials of construction for gravity sewers and house connections shall be PVC SDR 35 or as shown on the plans. 16.02 TOP SOIL: Except where otherwise specifically exempted or provided, the Contractor shall, before starting trench excavation, remove the top soil to a depth of not less than 12 inches below the original surface of the ground within the limits to be excavated and then segregate and store it separately from the remaining stored excavated material. If necessary, he shall acquire additional area to provide for such separate storage of topsoil. After the completion of sewer construction and basic trench backfill, the Contractor shall replace and redistribute topsoil over the trench area to a depth of not less than 12 inches and over adjacent damaged areas to sufficient depth for proper leveling and for preparation of adequate bed to support growth, and shall make due allowance where embankment is required and shall re-excavate the basic trench backfill where necessary to allow for the top soil fill. Where topsoil is replaced, any settlement below the original ground surface occurring within the guarantee period shall be refilled with top soil equivalent to the original material. After spreading the topsoil, all stiff clods, hard lumps, rocks, roots, stumps, litter, or other foreign matter having any dimension larger than two (2) inches shall be raked up and removed from the top soiled area and disposed of by the Contractor. Lawn areas shall be free of all stones 1 inch or greater in any dimension and shall have a smooth surface.

97

Spreading shall be completed in such a manner that seeding, as specified in Sec. 3.02, and as directed by the Engineer, can proceed after completion of this Item without additional soil preparation. 16.03 EXCAVATION: The Contractor shall make all excavation of whatever nature encountered, including rock, old foundations, existing sewers, existing manhole structures, and the cutting of paving and sidewalks, necessary for the construction of the sewers included in this Contract including excavation for backing, cradling and encasement, all as shown and specified. All excavation except as otherwise permitted or ordered, shall be in open trench. Cutting into existing manholes to make connections, where shown on the Drawings, shall also be included under this Item. 16.04 LIMIT AS TO TRENCH WIDTH: In open trench construction the width of trench below the elevation of the outside top of the barrel of the pipe shall not exceed the width shown on the typical trench detail, MSD Standard Drawing Acc. No. 49032. Above such elevation sufficient sheeting, bracing and timbering shall be provided and used by the Contractor to maintain the sides of the trench in a substantially vertical position. 16.05 UNAUTHORIZED EXCAVATION: All excavation outside the limiting lines for excavation as shown in the detail drawings, shall be classed as unauthorized excavation. Excavation below the indicated subgrade of trench shall also be classed as unauthorized excavation unless additional depth of excavation has been ordered by the Engineer. All unauthorized excavated space shall be filled by the Contractor at his own cost and expense, with the same material and in the same manner as shown, specified or ordered for authorized excavated space adjacent thereto or above it; provided, however, if deemed necessary by the Engineer, the Contractor shall fill such space with suitable foundation material as ordered by the Engineer, at his own cost and expense. 16.06 REMOVAL OF OBSTRUCTIONS: The removal of any obstruction which may be encountered, including abandoned sewers, manholes, foundations, street car tracks, tanks, trash, etc., shall be done by the Contractor at his expense under the direction of the Engineer. Where a portion of an existing sewer is to be abandoned and removed under this Contract, the Contractor shall be required to construct brick or concrete bulkheads to seal off the undisturbed sections of the abandoned sewer. All work will be in accordance with Sec. 202.041 of the Supplement. 16.07 STORAGE OF EXCAVATED MATERIAL: Excavated material approved and required for backfill, except as specifically provided for top soil, may be stored on the bank of the trench immediately adjacent to the work under the

98

construction where space is available within the right-of-way acquired for the work; provided, however, that such storage may not be made upon the paved portion of streets and further that such storage shall not interfere with maintenance of traffic and drainage as herein specified. Furthermore, it is provided that excavated material shall not be stored on sidewalks or private property except with written permission of the owner. In all cases satisfactory access to all residences and business establishments along the line of the work shall be maintained. Hydrants under pressure, valve pit covers, valve boxes, curb stop boxes, fire and police call boxes, or other utility controls shall be left unobstructed and accessible. All excavated material in excess of that required and approved for backfilling, or judges unsatisfactory for backfilling, by the Engineer, shall be disposed of by the Contractor as specified and paid for under this Item. The Contractor shall provide a disposal area for all excess material. Public or private property shall not be used for this purpose without the written permission of the owner. 16.08 SHEETING, BRACING AND TIMBERING: In order to provide the maximum of safety to the people employed upon the work and the maximum of protection to the work and property adjacent to the work, the Contractor shall properly, adequately and safely support the sides of all excavations with sheeting, bracing and timbering and shall be responsible for the safety and adequacy of supports so furnished and installed. The type, quality and amount of such sheeting, bracing and timbering required shall meet and in no case be less than, the minimum requirements of the latest revision of the State of Ohio Administrative Code Chapter 4123:1-3 "Ohio Division of Safety and Hygiene - Construction" If, However, the Engineer is of the opinion that at any point sufficient or proper sheeting and bracing or timbering has not been provided, the Contractor shall provide additional or stronger sheeting and bracing or timbering at his own expense, but the furnishing of such additional or stronger supports shall not relieve him of his responsibility for their sufficiency. All trenches deeper than four feet below the surface, the Contractor shall supply details of bracing to be installed to protect the excavation. In those instances where cuts will be deeper than eight feet, the Contractor shall submit calculations prepared and sealed by a professional engineer registered to practice in the State of Ohio and experienced in designs of this type. Calculations and/or details shall be submitted 14 calendar days after the bid opening and are subject to County Engineer acceptance. 16.09 REMOVAL OF SHEETING, BRACING AND TIMBERING: In general, and unless herein otherwise specified or ordered in writing, all sheeting, bracing and

99

timbering shall be removed from the trenches and excavations, but only at such time as the Engineer may approve; provided, however, that wooden sheeting, bracing and timbering extending below the top of any foundation material used for refill of excavated space below subgrade or below the top of concrete backing where such backing is used or below the top of the tamped earth refill where such refill is used shall, unless removed prior to the placing of such foundations or backing, be left in place. The cost of sheeting, bracing and timbering left in place as herein specified shall be included in the price bid under the respective sewer items and there will be no separate payment made for it. Steel sheeting may be removed with care. 16.10 MOVABLE TRENCH SUPPORT: The Contractor may use substantially reinforced and cross-braced safety cages in lieu of sheeting, bracing and timbering, subject to the approval of the Engineer. The safety cages and their use shall conform to the requirements of the State of Ohio Administrative Code Chapter 4121:1-3. The safety cages shall be used in a manner so as not to disturb the pipe location, jointing, bedding or embedment. 16.11 SERVICE CONNECTIONS: The Contractor shall notify all utilities, 48 hours in advance of any excavation near a utility. The utility companies will mark the approximate locations of the water, telephone and gas lines ahead of the work of the Contractor. The Contractor shall make suitable arrangements with the owners of all utilities for the locating and possible interruption to service involved with service lines and mains. The Contractor shall uncover and tunnel under existing water and gas services and telephone conduits crossing the trench. Where it is necessary to interrupt service, the Contractor shall not continue each interruption for a longer period of time than the occasion required. The Contractor shall arrange with the utility owners and occupants of the properties connected with the services involved for such necessary interruption to the service. Where pipe has been damaged in uncovering, a new section of pipe shall be provided and installed, in accordance with the latest City or utility company standards, by the Contractor, at no expense to MSDGC or utility company. The Contractor shall provide a 3" x 8" or other suitable hardwood timber and place it longitudinally under each service pipe, regardless of whether the service pipe was replaced or tunneled under. It shall be securely supported at the ends in undisturbed soil in such a manner as to prevent settlement. 16.12 WATER COURSES, STORM SEWERS AND DRAINS: The flow of all sanitary sewers, storm sewers, drains, and water courses whether shown on the Drawings or not shall be provided for by the Contractor at his own expense.

100

Whenever such water courses, storm sewers and drains are disturbed or destroyed during the prosecution of the work, they shall be restored by the Contractor at his own cost and expense to a condition satisfactory to the Engineer. 16.13 REMOVAL OF WATER: The Contractor shall, at all times during construction, provide proper and satisfactory means and devices for the removal of water entering the excavations and shall remove all such water as fast as it may collect in such manner as shall not interfere with the prosecution of the work. The Contractor shall eliminate all silts and fines from entering the storm sewers and ditches which originate as a result of his de-watering or construction operations. The Contractor shall submit to the Engineer, for his review, a plan as to how the Contractor intends to control siltation of the ditches and storm sewers. No additional payment will be made for well points, sub-drains or any other method required to satisfactorily remove water from the trench. 16.14 CARE OF TREES AND SURFACE STRUCTURES: The Contractor shall exercise due and sufficient care during the construction of the work to the end that no damage shall be done to trees, garages, or other buildings without written permission of the Engineer. The Contractor shall, when ordered, construct sections of the work in tunnel under the roots of trees as are in the opinion of the Engineer, near enough to the line of the work to be damaged by open trench excavation. In any case, the cutting of roots and damage to trees by the Contractor's equipment shall be held to a minimum. At no time shall cables be wrapped around trees and the trees used as a dead man. Minimal trimming of trees shall be allowed, subject to the approval of the Engineer. No extra payment will be allowed for work in tunneling under tree roots. 16.15 CLEARING SITE AND RESTORING DAMAGED SURFACES: All restoration in connection with this improvement shall be completed in accordance with the provisions of the Governing Agency responsible for the particular road. County roads shall be in accordance with the :Driveway Regulations and Pavement and/or Right-of-Way Opening Provisions for the Unincorporated Areas of Hamilton County adopted by the Hamilton County Board of County Commissioners with supplements or changes thereto. Temporary pavement, consisting of 3 inch layer of ODOT Item 301 Bituminous Aggregate Base Course, shall be used an all open cuts on all County roads. All roadway berms and drainage ditches disturbed by the work shall be restored, reshaped and graded to drain. The restoration of sunken trenches shall be the Contractor's responsibility.

101

Sunken areas shall be backfilled and compacted to meet adjoining grades; the surface shall be re-seeded or surfaced with blacktop or concrete matching the existing surfacing. The Contractor's responsibility for this item shall be under the terms of, and for the duration of, the guarantee defined in 109.12 of the Supplement. Asphalt driveways and aprons shall be restored with one and one-quarter (1-1/4) inches of Asphalt Surface Course (Item 404) on a six (6) inch Aggregate Base (Item 304). Concrete driveways and aprons shall be restored with seven (7) inch thick Plain Portland Cement Concrete Pavement (Item 452). Gravel driveways, etc., shall be restored as nearly as possible to the condition they were found prior to construction. Concrete sidewalks shall be restored in accordance with Sec. 3.03 of these Specifications. As a minimum requirement, the Contractor shall restore areas outside the Right-of-Way by seeding and mulching (Item 659) unless otherwise noted herein. If commercial fertilizer is used, it shall have a chemical analysis of 12-12-12. The fertilizer shall be delivered to the project in manufacturer's containers, unopened. The container or an attached tag shall have printed upon it the manufacturer's name and the chemical analysis of the contents. All disturbed areas shall be restored as nearly as practical to the condition it was in prior to construction. All clearing and restoration costs shall be included in the price bid for gravity sewers and no separate or additional payment will be made therefore. Item numbers referred to under surface restoration refer to the latest revision of the State of Ohio Department of Transportation Construction and Material Specifications. 16.17 REINFORCED CONCRETE SEWER PIPE: All concrete pipe and fittings, including 12 inch diameter upwards through 42 inch diameter, shall be circular reinforced concrete pipe conforming to the requirements of ASTM Designation C-76, Wall C. These pipes shall have a net laying length of not less than six feet. NO CONCRETE PIPE SHALL BE MOVED FROM THE CASTING YARD BEFORE SUCH PIPE HAS BEEN CURED A MINIMUM OF SEVEN DAYS. The interior of the pipe shall conform to the internal size specified, of a true section and shall be free from fins, bulges, ridges, offsets, projections, defects, or roughness of any kind. Any such defects or irregularities shall be corrected as directed. The Engineer shall have the right to reject defective pipe and such rejected pipe shall be removed from the project and disposed of at the

102

Contractor's expense. Pipe acceptable to the Engineer shall be substituted, at the Contractor's expense, for any rejected pipe. Concrete pipe joints for sanitary sewers shall conform to the requirements of ASTM C-361, as pertains to bell and spigot joints. All joints shall consist of a confined "O" ring rubber gasket placed in a groove in the spigot of the pipe such that the gasket will be enclosed on all four sides when the pipe is laid and the joint is completed. All rubber gaskets used in sanitary sewers shall conform to the requirements of ASTM C-361. Profile gaskets are permitted. 16.18 PVC SEWER PIPE: This section of the Specifications covers materials, installation and testing of PVC solid wall sewer pipe and fittings including 6 inch diameter and above. When PVC conduit is used under this Item, all operations shall be in accordance with Addendum #1 to the City of Cincinnati Supplement to the State of Ohio Department of Transportation Construction and Materials Specifications dated January 1, 1989. The PVC sewer pipe standard dimension ratios (SDR) shall be used in accordance with the following Schedule: PVC Solid Wall Sewer Main Pipe Schedule ASTM Maximum

Pipe Diameter Bedding Depth of cover (inches) SDR Class (feet)

6, 8, 10, 12, 15 & 18 35 II 14

I 14-3

Materials. The PVC sewer pipe and fittings designated as SDR-23.5 and SDR-35 shall conform to ASTM Specification D-3034, with the exception that SDR 23.5 has a minimum capacity of 150 psi.

The PVC sewer pipe and fittings designated as SDR-26, SDR-21 and SDR-17 shall conform to ASTM Specification D-2241.

PVC pipe and fittings shall be made of PVC plastic conforming to the requirements of ASTM Specification D-1784 for a minimum cell classification of 12454B.

Elastomeric gasket joints shall conform to ASTM Specification D-3212.

103

Tees or wyes for house connections shall be either factory made in-line fittings or saddle type fittings.

Installation. All joints shall be of the bell and spigot type conforming to ASTM Specification D-3212 using flexible elastomeric seals.

All PVC pipe and fittings shall be installed in accordance with ASTM Specification D-2321.

All bedding and initial backfill shall be Class II Material as defined in ASTM Specification D-2321, with the following exception: if the trench foundation is wet and/or the depth of cover exceeds 14 feet, then Class I Material shall be required for bedding and initial backfill. The maximum size aggregate shall be 3/4 inch.

Testing. The Contractor shall test the PVC sewer pipe in accordance with Sec. 16.24 Testing.

The Contractor shall also perform a deflection test in all sections of PVC sewer pipe. The test shall be conducted after the final backfill has been in place at least 30 days.

Prior to making the deflection tests, the lines shall be flushed and swabbed. Swabbing shall be by an inflated rubber ball or other approved method.

The deflection of any PVC sewer pipe shall not exceed 5 percent.

The deflection test shall be made by using a rigid ball or mandrel and shall have a diameter equal to 95 percent of the inside diameter of the pipe. The test shall be performed without mechanical pulling devices.

Correction of any section of PVC sewer pipe not meeting the deflection test shall be approved by the District.

16.19 DUCTILE IRON SEWER PIPE: Ductile iron pipe and fittings shall be in accordance with Item 11 of these specifications. 16.20 LINES AND GRADES: The Contractor shall be responsible for having the finished work conform to the lines, grade, elevations, and dimensions called for in the plans. Any inspection or checking of the Contractor's layout by the Engineer and the acceptance of all or any part of it shall not relieve the Contractor of his responsibility. The Contractor is encouraged to use a Laser Beam method of setting a line and grade for the sewer. The Laser Beam method selected must be shown to have

104

worked satisfactorily on at least three other jobs, be approved by the Engineer, and be operated by competent experienced persons who have been trained under the supervision of the equipment manufacturers. Until the Contractor demonstrates that the Laser Beam equipment performs accurately in the setting of the sewer correctly in both line and grade, he shall give the Engineer check pegs at the half way points between manholes. Check pegs will be provided by the Contractor at all manholes throughout the job, in any event. 16.21 PIPE BEDDING AND INITIAL BACKFILL: The pipe shall be bedded in compacted granular material, as specified herein, placed on a flat trench bottom carefully graded to the proper slope and elevation to receive the pipe. The thickness of the bedding shall be as shown on MSD Standard Drawing Acc. No. 49032. Bell holes shall be carefully excavated at proper intervals so that no part of the load is supported on the pipe bells. The initial backfill shall be made of the same granular material used in the pipe bedding and shall be carefully compacted and extend from the top of the bedding, around the sides of the pipe barrel to a minimum one (1) foot over the top of the pipe. The initial backfill material shall be carefully placed in the trench for its full width on each side of the pipe, fittings and appurtenances simultaneously so as not to disturb or damage the pipe, in 6 inch maximum thick lifts. The granular material shall be sliced under the "haunches" of the pipe with a hand shovel or other tool to fill any voids in this area. Initial backfill shall be placed as soon as possible to maintain proper alignment and to protect the pipe. The granular material to be used for pipe bedding and initial backfill shall be well-graded durable gravel or crushed stone meeting the requirements of ODOT Table 703-1 for Size No. 67 to Size No. 10 coarse aggregate, unless otherwise specified or ordered by the Engineer. 16.22 FINAL BACKFILLING: All trenches and excavations shall, in general, be final backfilled from 12 inches above the top of the pipe to the top of the trench or the bottom of the subgrade, as hereinafter specified, as soon after the sewers or other structures built therein are completed and as the particular type of construction and the circumstances will, in the opinion of the Engineer, permit. Final backfill operations required under this Item shall be in accordance with the City of Cincinnati, Public Works and Department of Water Works Supplement to the State of Ohio, Department of Transportation, Construction and Material Specifications, Item 603.10 except as modified herein. All requirements of this item shall be strictly adhered to by the Contractor and enforced by the Department of Sewers. Final backfill for excavations made through pavements, driveways, sidewalks,

105

berms or parking areas shall be made with granular material conforming to and in accordance with these specifications. Final backfill for excavations made through areas other than pavements, driveways, sidewalks, berms or parking areas shall be made with native or excavated material conforming to and in accordance with these Specifications. All backfilling operations and placement of the backfill material shall be conducted by such means as to eliminate damage to the sewer, its appurtenant structures and other adjacent structures. The initial backfill, as specified in the pipe sewer item, shall be complete before any material is deposited directly from a machine bucket, cars, trucks, or other vehicles. In all cases where material is dumped from a bucket, the bucket must be lowered so that the shock of the falling materials will not injure the pipe. All lumber, rubbish, and braces shall be removed from the trench before commencing backfill. All materials used for backfilling shall be free from all perishable and objectionable materials. No backfilling shall be done in freezing weather, with frozen materials, or upon frozen materials. All final backfill, including that required in rock excavation areas, shall be included under this Item and no additional payment will be made therefore. Where concrete foundations or encasement, or both are used, the trench or excavation shall not be backfilled for at least 24 hours after placing the concrete. The method employed in depositing the backfill shall be such as to prevent damage to the pipe. Any settlement in the open trench backfill taking place within the guarantee period shall be refilled with satisfactory materials and the affected surface properly repaired by the Contractor all at his own cost and expense and no extra payment will be made therefore. Control density fill above the initial backfill shall be required where the trench parallels or crosses Woodruff Rand any part of the trench is within three feet of the edge of pavement. The Contractor shall include the cost for the necessary backfill with the various 603 items. No additional payment will be made for the use of Control Density Fill when required by the jurisdictional agency, or when required due to unsupported trenches, over excavating, or the inability to properly compact the backfill in the trench.

106

Granular Backfill: All material furnished for granular backfill shall consist of crushed stone or coarse sand and gravel conforming to the requirements of ODOT Item 703.11, Granular Material Type 1.

Suitable native excavated material may be used for granular backfill, if approved by the Engineer. Where native excavated material is judged unsuitable for granular backfilling by the Engineer, the Contractor shall procure suitable granular backfill material elsewhere and dispose of the unsuitable material.

Materials for final backfill furnished from untested and/or undeveloped sources shall be tested for confirmation to these specifications as directed by the Engineer. All tests shall be made by an approved testing laboratory and selected by the Engineer. Three copies of each test shall be submitted promptly to the Engineer.

All costs of performing and completing any material tests, including delay or time lost due to verification of said material shall be included in the lump sum prices bid for this Item and no separate or additional payments will be made therefore.

Compaction of Granular Backfill. Granular backfill for trenches and other excavations shall be compacted by mechanical means as specified herein. Jetting or water flooding for consolidating backfill may be used only when approved by the Engineer and as specified herein.

Regardless of the method used, the granular backfill material shall be thoroughly compacted so as to prevent After Settlement.

Granular backfill shall be compacted by means of an approved vibratory compactor in uniform layers not to exceed 12 inches loose depth from the top of the initial backfill to within 4 feet of pavement subgrade, and in 6 inch layers above this point to the subgrade.

Granular backfill may be compacted with water only where satisfactory drainage is provided for the free water. When compacting with water, the granular backfill shall be placed in layers not to exceed 12 inches loose depth, and saturated with water by jetting or flooding. Only enough water shall be used to achieve complete saturation of the layer. The Contractor shall take care to prevent drainage and flotation of the pipe line during water compaction operations. Saturation shall not be used in freezing weather.

Granular backfill material shall be compacted to the appropriate percent of the maximum dry density as called for in ODOT Item 203.07.

107

Backfill material for Type “C” and Type “G” Conduit shall consist f suitable soil or granular material and shall be free from rubbish, muck, or other unsuitable materials. Stones and shale exceeding one-half (1/2) cubic feet in volume shall not be used in the backfill, and stones and shale that are used shall be separated by six(6) inches of earth. The backfill for Type “C” Conduit shall be finally consolidated by thoroughly jetting with water. Trenches over 14 feet in depth shall be consolidated by jetting in two (2) equal layers. For jetting other than granular material, a hose not smaller than 1-1/2 inches in diameter and a nozzle not smaller than 1 inch in diameter and not shorter than 2/3 the depth of the trench carrying water at a minimum pressure of 40 pounds per square inch(PSI) shall be inserted into the backfill in a uniform pattern in order to obtain maximum consolidation. After the final jetting of the trench the backfill shall be left to settle and to permit drainage of the impounded water. Typical jetting procedure shall include a water removal system, either natural or mechanical, at intervals not to exceed 500 linear feet of trench. Settled trench surfaces then shall be brought to grade by filling with approved fill material and compacting to a density equal to that of adjacent ground.

Earth Backfill. Approved native or excavated material shall be used for final backfilling of excavations made through areas other than pavements, driveways, sidewalks, berms or parking areas for which granular backfill is not required.

Where native or excavated material is judged unsuitable for earth backfill, the Contractor shall procure suitable backfill material elsewhere and dispose of the unsuitable material.

Earth backfilling of open trench excavations shall be done with the best of excavated earth, which shall be free from stones large than 8 inches in their greatest dimensions, rubbish, or frozen materials; provided, however that occasional boulders or stones not larger than one cubic foot may be deposited with the backfill above the top of the sewer, subject to the approval of the Engineer.

In areas where settlement is unimportant, as determined by the Engineer, the Contractor may backfill the trench with suitable excavated material, without tamping. Such backfill shall be neatly rounded over the trench to a sufficient height to allow for settlement during consolidation.

16.23 LAYING PIPE: The laying of pipes in finished trenches shall be commenced at the lowest point so that the spigot ends point in the direction of

108

flow. All pipes shall be laid accurately to the required lines and grades, and shall be uniformly supported along their entire lengths. All possible care shall be used when shoving the pipe together, with a steady pressure, so that the ends of each pipe shall abut against the adjacent pipe in such a manner that there will be no unevenness of any kind along the inverts and a minimum space between the abutting inside walls. The mortar joint shall be painted, when and as directed with two coats of an approved asphalt soap emulsion. The use of clay emulsion will not be permitted. Special care shall be exercised to prevent the entrance of earth and other debris into the pipe. All such earth and debris resulting from construction operations shall be removed from the pipe. At the close of each day's work, or when pipe is not being laid the end of the pipe should be protected by a close-fitting stopper with adequate precautions taken to overcome possible uplift. Concerning the handling of pipe of size 30 inches and over, the pipe manufacturer, upon approval application, may be permitted to cast suitable tapered handling holes in the pipe barrel provided the pipes are properly reinforced for the special stresses that suitable designed precast plugs are used to close and seal the holes after the pipes are installed. 16.24 TESTING: Gravity sewers shall be tested for leakage by air. The air tests will be preformed by the contractor in accordance with MSD’s Rules and Regulations. All leakage tests shall be conducted under the supervision of the Engineer. When Polyvinyl Chloride or Acrylonitrile Butadiene Styrene pipe is used, it must be tested for maximum deflection of 5 percent under the supervision of a professional engineer at a time when he has determined that the backfill has settled. Pipe with a stiffness of 200 p.s.i. or greater need not be tested for deflection if all pipe between manholes is less than 12 feet below final grade. The results of these tests shall be submitted to MSDGC. Any lines which fail the test shall be repaired and retested at the Contractor's expense until they meet the requirements. 16.25 MANHOLES: Sanitary sewer manholes shall be constructed in accordance with Item 9 of these Specifications. 16.26 PERMITS: The Metropolitan Sewer District will make application to the Hamilton County Engineer for street opening permits necessary to install the gravity sewers. However, in accordance with Section 107.02 of the Ohio

109

Department of Transportation Construction and Material Specifications, the Contractor is responsible for payment of all fees and charges for final procurement of said permits including any other permits or licenses that may be necessary to install the work. 16.27 PAYMENT: The payment for work done under this Item shall be at the unit price bid, which payment shall be full compensation for all labor, materials, and equipment required to furnish and install the gravity sewers, manholes and all appurtenances as specified herein. No additional payment will be made for tunneling under or cutting through and then replacing any service lines, water or gas mains, sewers, conduits or any similar lines encountered. Prior to initiation of construction, the Contractor shall submit a Schedule of Values to be used as the basis of preparing progress payments. Quantities and unit prices for labor and material shall be included in the schedule. Partial payments for this item shall be paid by the Metropolitan Sewer District in accordance with the following schedule:

Seventy percent (70%) of the unit price bid for Type "B" conduit shall be paid for pipe installed including initial backfill.

Eighty percent (80%) of the unit price bid for Type "C" conduit, shall be paid for pipe installed including initial backfill.

An additional ten percent (10%) of the unit price bid for Type"B" conduit and Type "C" conduit shall be paid when the pipe passes the leakage test and also, where PVC pipe is used, the deflection test.

The remaining portion of the unit bid shall be paid when the pipe and restoration has been completed.

END OF SECTION

110

ITEM 17 - MECHANICAL WORK FOR UNDERGROUND EMERGENCY POWER GENERATOR STATION 17.01 GENERAL: Under this Item, the contractor shall provide all materials, equipment and labor necessary to install the mechanical work associated with the Underground Emergency Power Generator Station that is a part of the Britney Acres Pump Station Replacement Project. Refer to other sections of this specification for materials shown on the mechanical drawings and not specified in this section. 17.02 AIR INTAKE FAN (SF-1): Tubeaxial belt drive supply fan with aluminum, spark resistant blade, hazardous location totally enclosed fan cooled (1 1/2) HP motor, 240 Volt, 3 Phase, (24) inch diameter, 200 degrees F maximum operating temperature, aluminum fan blade, steel housing with corrosion resistant coating, cast iron pulleys, made in accordance with AMCA standardized and AMCA standard 300 performance; 7305 cfm @ 1/4" w.g. minimum. Provide motor side guard in compliance with OSHA, constructed of stainless steel or expanded metal screen with polyester urethane finish. Provide a stainless steel wall collar. Basis of design; Grainger 7F833 NOTE: Any pulleys or belts required for the above fan shall be supplied by the contractor. Provide stainless steel guards and screens over any moving parts (blades/motor pulleys and belts). The mounting of the guards will be done with stainless steel fasteners. 17.03 EXHAUST FAN (EF-1): Exhaust fan to be an in-line style with backward curved centrifugal impeller, thermoplastic resin housing with direct drive motor, Fantech No. FR 150 or equivalent; 115VAC/1PH/60HZ; 230 CFM @ 0.20" s.p.; 71 watts. 17.04 CARBON DIOXIDE FIRE EXTINGUISHER: Kidde Model-466182 (15)lb carbon dioxide fire extinguisher for UL Rated 5B:C and 10B:C type fires. Reference: Grainger’s stock #6T547. 17.05 HANGERS: Provide pipe hangers per MSS SP-69 standard. Wall brackets shall be type-32. 17.06 SOLID SLEEVE COUPLING: Solid steel coupling with gaskets and bolting flanges. Dresser Style 38. 17.07 MECHANICAL SLEEVE SEAL: Molded rubber hydrostatic seal, provide with stainless steel bolts. Link seal or approved equal.

17.08 PAYMENT: The payment for work done under this Item shall be at the lump sum price bid, which payment shall be full compensation for all labor, materials, and equipment required to furnish and install the mechanical work for

111

the underground emergency power generator station and all appurtenances as specified herein. END OF SECTION

112

ITEM 18 - ELECTRICAL WORK 18.01 DESCRIPTION: Under this Item, the Contractor shall include the furnishing of all labor, materials, equipment, services and incidentals required to construct, install and place in satisfactory service, the complete electrical systems and all electrical work as shown on the Contract Drawings and as specified herein. This item shall include all electrical work required for the New Britney Acres Pump Station. The electrical work shall include the following: Conduit, conductors, circuits, switches, connections, etc. for all electrically

operated equipment furnished under other Items of this Contract which pertain to the New Britney Acres Pump Station.

Motors and electrical equipment specified under other Items of this Project

shall be furnished and installed under those Items, but all wiring, conduit, circuit breakers, fuses, switches, motor starters, control transformers, pilot devices, control circuits, wiring connections, and any electrical device not specifically included under other Items of this Contract which pertain to the New Britney Acres Pump Station Project, but necessary for the completion of those Items, shall be furnished and installed as part of this Item E1.

It shall be the responsibility of the Contractor to check and coordinate all of

the electrical work required for the New Britney Acres Pump Station Project; to provide the correct electrical service to each piece of electrical equipment furnished and installed under the various Items whether or not shown on the Contractor’s Drawings; and to check and coordinate the required electrical service and controls with the actual utilization equipment provided.

It shall also be the responsibility of the Contractor to examine the site(s) and

existing facilities and compare them with the Drawings and Specifications with respect to the conditions of the premises, location of and/or connection of existing facilities and any obstructions which may be encountered and conduct his work to minimize disruptions to existing conditions. The Drawings show the principal elements of the electrical installation and are not intended as detailed working drawings for the electrical work but as a complement to the Specifications to clarify the principal features of the electrical work. Dimensions shown on the Drawings that are related to equipment are based on one manufacturer's equipment and the Contractor shall coordinate the dimensions of the equipment furnished with the space allocated for the equipment. The costs for making changes to or adjusting the existing conditions are the responsibility of the Contractor.

113

Service Entrance, 240 volts, 3 phase, 60 cycles, A.C. from Service Entrance drop provided by Duke Energy Corporation to the Pump Control Panel.

NOTE: The electric meter shall be mounted directly to the existing service pole, as directed by Duke Energy. Distribution System for Power, complete, including Pump Control Panel,

Emergency Standby Electric Generator, feeders, circuit breakers, fuses, switches, motor starters, telemetering, control equipment, and connections to utilization equipment at 240 volts, 3 phase, 60 Hz A.C.

Distribution Systems for Single Phase power, complete including feeders,

control power transformers, circuit breakers, branch circuits, switches, receptacles, connections to utilization equipment and all other appurtenances at 120 volts, 1 phase, 60 Hz A.C.

The distribution system for the Wet Well Float Control is set up to reduce the

shock hazard to the maintenance personnel. To do this, a 100-VA control transformer rated to handle (120 to 24)-vac, 1-phase, 60-Hz, will be used.

Grounding Systems. Providing necessary connections, power service, wiring, antenna mounts, and

box location for the Telemetering of the New Britney Acres Pump Station. It will be the responsibility of the Contractor to request and coordinate the SCADA path study for the Telemetering Service with MSD, and to get this operational before MSD will accept the Station.

The Contractor shall be aware of the Telemetering requirements and the

Pump Station Extended Maintenance Bond costs in MSD’s concept approval letter.

As a result of the implementation of MSD’s upgraded telemetering

specifications, the District will assist the Contractor of the proposed pump station through the use of our personnel and purchasing ability.

In order to keep the cost of this equipment at a minimum, MSD will purchase

the hardware in bulk and make it available to the Contractor. This should eliminate any procurement problems along with a reduction in cost for equipment and design for the Contractor.

MSD will also be responsible for the site test and troubleshooting of the

Telemetering equipment. The Contractor shall be responsible for supplying

114

and installing all underground conduits, wiring to and from the telemetering control cabinet and telemetering unit, mounting of the telemetering box to the back side of the pump control cabinet, and mounting the receive/transmitter/antenna unit on electric service pole. The Contractor will notify MSD 48 hours prior to the installation of the telemetering equipment so MSD can provide the proper box and receiver/transmitter/antenna unit for the installation.

NOTE: For estimate purposes and to get an idea what is involved with the telemetering equipment, the Contractor can view the existing system used at the Windbrook Pump Station. The telemetering wiring from the control cabinet to the telemetering box is as

shown on the Drawings.

NOTE: MSD-Treatment Division reserves the right to request the installation of a remote annunciator should a questionable situation arise. If the above requirements are met, but the conditions require a remote annunciator, then MSD will cover the costs of the installation. 18.02 MATERIALS AND WORKMANSHIP: All materials used shall be new and shall bear the inspectionlabels of Underwriters' Laboratories if material is a class inspected by said laboratory. All work and appurtenances shall conform to the requirements of the National Electrical Code, to the requirements of Article 20 of OBBC (Chapter 4101:2-20 of the Ohio Administrative Code), to the regulations of the City of Cincinnati, to the additional requirements of these specifications, and is subject to the approval of the District electrical Inspector assigned by the Inspection Bureau Inc. The Contractor shall obtain all necessary permits required to perform the work required by this Section for the New Pump Station. Where discrepancies arise between codes, the most restrictive regulation shall apply. These Specifications and Drawings are intended to reinforce and strengthen the above regulations and codes and add additional requirements to the regulations and codes. It is not intended that these Specifications and Drawings be in conflict with any applicable regulations and codes but to only supplement the regulations and codes. Workmanship shall be first class in every respect and the Contractor's attention is called to the fact that neat and workmanlike appearance in the finished work is required. 18.03 DRAWINGS: Before beginning the electrical work, the Contractor shall submit to the Engineer, for approval, the following data: Complete electrical schematic drawings and wiring diagrams of the New

115

Britney Acres Pump Station on 24” x 36” mylar sheets. These drawings shall show complete circuits of the whole station including the interconnection of the control panel, generator, telemetering, and other equipment.

NOTE: A temporary copy of all “AS-BUILT” drawings shall be submitted two working days prior to the final inspection. All AS-BUILT mylar drawings can be submitted after final MSD inspection, but

before approval of the station is granted for operation. Show the wiring diagrams and conduit layout showing sizes, quantities, and

locations of all conduits, conductors and all other electrical equipment being installed under this Section on the Electrical Drawings of the New Pump Station.

Plans, specifications, drawings and full descriptions of all equipment to be

furnished under this Item with complete wiring diagram and equipment data. This includes all components inside the major items of equipment and shall include any and all drawings or instructions required by someone installing, adjusting and/or operating this equipment.

Each piece of equipment shall have its required drawings approved prior to

the manufacture of the equipment. Final as-built wiring diagrams and conduit installation drawings shall be made

by the Contractor in triplicate and given to the Engineer prior to the final pay request for distribution to permanent record files. These drawings shall accurately show the actual location of all conduits, boxes and other electrical equipment and the number and intended use of all wires. One copy of the final installation drawings shall be a reproducible copy on mylar.

18.04 WIRING: All wiring required to complete the electrical work for the New Britney Acres Pump Station, as shown on the Drawings and as specified, shall be furnished and installed as a part of this Item. All wiring shall be as follows:

1. THWN, 600v, 75C wet or dry 2. Power: 12 AWG minimum 3. Control: 14 AWG minimum 4. Cable (4-20ma): Shielded twisted pair, 16 AWG, 600 volts.

18.05 CONDUIT: All conduit required to complete the electrical work for the New Britney Acres Pump Station, as shown on the Drawings and as specified, shall be furnished and installed as a part of this Item. NOTE: (3/4)-inch diameter

116

conduit is the minimum size preferred by MSD to allow for future wiring changes. All conduit installed under this Item shall be PVC or galvanized coated with mastic when underground or in concrete. When running a conduit through any precast concrete structure, seal both ends and gaps with a rubber link seal with stainless steel fasteners. All exposed conduit shall be rigid aluminum or galvanized with stainless steel straps. A bituminous mastic coating shall be required on all aluminum conduits in contact with concrete. Size and type of conduit shall be specified on the Section Drawings. 18.06 OUTLET BOXES, JUNCTION BOXES, PULL BOXES AND FITTINGS: The Contractor, under this Item, shall furnish and install all outlet boxes, junction boxes, pull boxes and fittings where shown on the Drawings, and/or where required for the New Pump Station. The wetwell submersible pump and liquid level control floats terminal box shall be NEMA 4X, stainless steel. 18.07 GROUNDING: Lighting system neutrals, neutral taps of all "Wye" connected transformers, and all non-current carrying parts of electrical equipment such as motor frames, conduits, cabinets, etc., shall be solidly grounded to the Station Ground System in accordance with Article 250 of the National Electrical Code and as described herein. Main grounding conductors, grounding electrode conductors and main bonding jumpers shall be no smaller than #4, unless shown otherwise on the Drawings, stranded insulated copper cable, annealed, with no less than nineteen (19) strands in the cable. Connections to equipment shall be made with approved extra heavy copper solderless connectors. All conduit systems shall be electrically continuous from the service equipment. All conduits leaving the service equipment shall be grounded to the service equipment. All conduits shall have ground wires installed in the conduit. All metal parts of the raceway systems shall be connected to this ground wire with copper clamps, straps or ground bushings. The size of the ground wire shall be the same as the phase wires, unless shown otherwise, except not smaller than #12 for all 120/240 volt circuits or #10 for all higher voltage circuits. This size of the ground wire for multi-circuited conduits shall be not less than the total cross sectional area of the phase wires connected to the maximum circuited system phase, within the conduit, unless shown otherwise. For example, if there were 3-A phase wires and 2-B phase wires in a conduit, the ground wire size shall be three times the area of A phase wires, not five times the area of all phase wires. All sections of flexible conduit shall be jumpered with a bonding conductor in accordance with Section 250-79, Table 250-94 of NEC with a minimum of No. 8

117

stranded conductor. Grounding electrode conductors, only, may be bare copper cable, but all other grounding conductors shall be insulated, of adequate size installed in conduit, unless shown otherwise. Install separate main conductors for all dc and instrumentation grounds. Connect dc and instrumentation grounds to the main station grounding system at a properly selected point as shown on the Drawings or as directed. Station Grounds. In order to furnish an adequate station ground for the electrical and electronic equipment for the New Pump Station, the Contractor shall install and connect the grounding system as shown on the Drawings and described herein. The Contractor shall install the required number of ground rods as shown on the Drawings to provide a resistance of less than 5 ohms between the station ground and earth. The driving end of the rod shall be chamfered and the point shall be machined smooth, to aid in driving. Connectors for fastening-grounding cables to rods shall be equal to CADWELD exothermic type welded connections. The Contractor shall test, in the presence of the Inspector, the resistance to ground with a "Meg" ground tester using two temporary reference grounds versus the permanent grounding cable. The reference grounds shall be a minimum of 50 feet and 100 feet respectively from the permanent ground rods. 18.08 120-VOLT SWITCHES, RECEPTACLE AND COVER PLATES: The Contractor, under this Item shall furnish and install all switches and receptacles with cover plates, where shown on the Drawings, for the New Pump Station. All switches shall be 120v/277v, 20 amp. Receptacles shall be 20 amp/120v/1 ph duplex, GFI, NEMA 5-20R. 18.09 CIRCUIT BREAKERS: Electrical circuits shall be protected by molded case circuit breakers. All circuit breakers required to complete the work for the New Pump Station, as shown on the Drawings and as specified, shall be furnished and installed as a part of this Item. Additionally, circuit breakers shall have rotary handles and be capable of being locked out. Circuit Breakers and shall be Square D or equal. 18.10 THREE PHASE MOTOR CONTROLLERS: Three phase motor controllers shall be NEMA rated thermal-magnetic coil operated, horsepower rated types with (3) overload elements, and a fused pilot control transformer for 120V pilot control. All combinations of motor size, fuse size, circuit breaker size, overload size and contactor size shall conform to the National Electrical Code. NOTE: MSD’s standard is to use NEMA rated starters and contactors for motors,

118

however, most soft starters do not come with NEMA ratings. Therefore, MSD will accept soft starters with IEC rated devices if the Contractor has demonstrated that a soft starter does not exist with a NEMA rating. NOTE: Allen-Bradley Type SMC-Flex Soft starters are required for the New Britney Acres Pump Station. Control power transformers shall be sized for connected auxiliary relays, timers and accessories, with a minimum capacity of 7. 5-KVA. The control power transformers shall have the 2 primary legs fused, one secondary leg fused and the other secondary leg grounded for each controller. The control power transformer shall be ACME or equal. Overload relays shall be manually reset from outside the enclosure by means of an insulated bar or button. The relays shall be of the temperature compensating type and have heaters sized to coordinate with the actual motors being controlled. Individual layout sketches shall be supplied and unit-wiring diagrams shall be posted inside each door. Auxiliary devices and contact for motor space heaters, remote status signals and interlocks as shown on the Drawings and necessary for the proper functioning of each piece of utilization equipment shall be furnished complete and wired to the terminal blocks in each controller enclosure. All wiring and cable shall be tagged at all terminations. Pilot control devices shall conform to Section 18.11. The three phase motor controllers shall be NEMA rated starters with thermal magnetic circuit breaker unless a soft-starter or variable speed unit is used. General Electric 200 Line, Westinghouse Electric Class 200, Square D Class 8539 or equal by others. The controllers shall be installed in the pump control panel. NOTE: All terminals, relays, starters, etc., shall be labeled. All wiring shall be numbered and labeled in accordance to the Electrical Drawings. 18.11 PILOT CONTROL DEVICES: Pilot control devices as called for on the Drawings shall be furnished and installed under this Item. Push buttons, selector switches and pilot lights shall be heavy duty, oil tight Allen Bradley Bulletin 800T, General Electrical Type CR2940, Square D Type K, Westinghouse Electric Type PB2 or equal by others. Pilot Lights shall be push-to-test LED type lamps with appropriate faceted glass color cap. All pilot control devices shall have screw terminals for wire connections. All push buttons, selector switches, and indicator lights shall be labeled in accordance to the Electrical Drawings. These labels shall have custom lettered, jumbo size

119

legend plates as designated on the Drawings. Relays shall be sized for the load conditions. Light duty relays shall be general purpose plug in type mounted on heavy duty octal sockets, Potter Brumfield Type KRP11AN, Eagle Signal Type 22AP2C10 or equal by others. Heavy-duty relays shall be used for motor control circuits and similar duty. These relays shall have 10 ampere rated 300-volt A.C. convertible contacts and shall be Allen Bradley Bulletin 700 Type N, Square D Class 8501 Type GO-40, or equal by others. All relays shall have 120 VAC coils unless shown otherwise on the Drawings. Timers and timing relays shall be field adjustable, on or off delay, with ranges as shown on the Drawings. Timers and timing relays shall be solid state, totally enclosed units and shall have contact ratings compatible with current of devices simultaneously operated by contact. Timers and timing relays shall be plug-in type mounted on heavy duty octal sockets with barrier protected screw terminals and shall be manufactured by Automatic Timing and Controls Company (ATC), Eagle Signal, or equal by others. 18.12 PUMP STATION SERVICE ENTRANCE: Under this Item, the Contractor shall furnish and install all appurtenances necessary to bring power from the private service pole to the meter and fused disconnect located at this New Pump Station. The primary service shall be (3) phase. The Contractor shall furnish and install complete service equipment and wiring as per Duke specifications, all cable, cable terminations, conduit and other appurtenances necessary to bring the power from the overhead lines down the existing service pole to the meter and fused disconnect. The Contractor shall also install the CT cabinet and metering socket. It shall be the responsibility of the Contractor to remove the existing service entrance including all associated devices and wiring. The complete installation of the service from the pole to the meter and fused switch shall meet all the requirements of the Duke Energy Corporation. It shall be the responsibility of the Contractor to contact the electric company and to coordinate the work involved in the service entrance installation. An emergency diesel engine generator is required for this project. Provide generator as per drawings with all power and control wiring. 18.13 PUMP CONTROL PANEL: The Contractor, under this Item, shall furnish and install where shown on the Drawings a pump control panel for the New Pump Station for pump and equipment control. The pump control panel shall be a NEMA 3R or 4X 300-series stainless steel structure. The minimum size of the cabinet for a NEMA rated starter type shall

120

be 72-inches high, 72-inches wide, 18-inches deep, and shall be mounted on the generator vault concrete floor. The pump control panel size has been estimated based on equipment sizes of a single manufacturer. Control panel shall be equipped with NEMA rated heat removal system. The Contractor shall furnish a pump control panel of the size required to house the manufacturer's equipment supplied and all other electrical components installed in the enclosure. The outdoor style electrical enclosure shall be furnished with a three point locking system, a hasp and padlock, and anchor bolts for anchoring to concrete slab all made of 300-series stainless steel. NOTE: The Main Electrical Disconnect Switch shall be mounted on the side of the existing electric Service Pole. The Local Electrical Disconnect shall be mounted on the side of the Pump Control Panel. Both switches shall be a NEMA 4X 300-series stainless steel type with a lockable handle in the ON position, and contain time delay fuses for each power phase at the station’s rated amperage. All electrical equipment and controls for the New Britney Acres Pump Station shall be mounted inside the pump control panel enclosure. NOTE: Both outer doors of the pump control panel will have a horizontal latching rod to hold the doors in the open position. NOTE: No cutouts, gauges, meters, lights, or switches are to be mounted on the exterior doors of the pump control panel. All items shall be mounted on an interior swing out type door and back mounted panel. The switches, breaker operators, meters, reset pilot lights and (20) amp GFI outlets shall be mounted on the interior swing out type door of the enclosure, unless shown otherwise on the Drawings. This “deadfront” design is to prevent the operator from contacting any live voltage, terminals, etc. It shall not be necessary to remove this deadfront to operate any controls, circuit breakers, or reset motor overloads, etc. The equipment mounted inside the enclosure shall include the emergency source circuit breaker, the transfer switch contactor and intelligent section (See Section 15.15), all circuit breakers, surge protection, power factor correction capacitors, receptacles, pilot lights, selector switches, push buttons, relays, timers and the two (2) circuit breaker type combination starters. NOTE: A clear plastic cover shall be installed over the transfer switch for safety purposes. However, no switches, gauges, lights, or buttons shall be installed on it. This cover must be easy to remove for quick servicing. The 120-vac control voltage shall be transformer isolated from the service lines, and the neutral side shall be grounded to the control cabinet and to the earth ground.

121

Each 120-vac branch circuit shall be protected by a breaker. All pump motors, shall be operated through a Time Delay circuit to delay startup of each motor and prevent simultaneous start up of more than one motor at a time. Hand-Off-Automatic (H-O-A) selector switches shall operate only the motor they control. All indicating lights shall be of the push-to-test LED type. The Contractor shall also relocate the existing Westerman telemetering control panel as shown on Drawings, in the Generator Vault. This panel shall operate in conjunction with the pump control panel in the control of the pumps as well as relaying alarm and status signals back to Mill Creek. NOTE: The Contractor shall provide one-(1)inch diameter PVC conduit for the radio antenna from the control panel to the proper terminal point turned up above the ground location and then capped. The Westerman PLC programming and sequence requirements are as follows: PLC PROGRAMMING AND SEQUENCE REQUIREMENTS

1. Contractor/Programmer is expected to be knowledgeable in the programming of programmable logic controllers for the wastewater treatment and pumping process business. The sequence of operation outlined below does not purport to contain every logical situation, which may arise in the field. It is expected that the knowledgeable programmer will incorporate those details of programming which are common to the wastewater process field. In particular, protection against pump motor short cycling, avoidance of starter "dithering" or "chattering" by wave action on sensors, avoidance of starter dithering due to hysteresis or repeatability tolerance of sensors, and similar common problems shall be protected against or avoided altogether by appropriate algorithms, hardware adjustments, or agreed to level setting restrictions. Programming shall be free of short false operation of starters or alarms due to transient conditions in the program. The programming language shall be furnished by Westerman and it will be the responsibility of the vendor to incorporate the language into the CT-4000 board. It shall also be the responsibility of the Contractor to see that the pump station shall operate as programmed.

2. Sequence of Operation:

a) LS-3 float turns lead pump on when water level reaches preset

adjust level. b) If water level continues to rise, a second float, LS-5 turns lag

122

pump on. c) The lead and/or lag pumps shall continue to run until LS-2, LO

water off float opens.

3. There shall also be a redundant off float, LS-1, which shall turn off the pump(s) at low water off level in the event of failure of LS-2, LO water off float.

4. There shall be a hi-wet well float, LS-4, which shall be set at the same level as LS-5, lag pump ON float. This float, LS-4, shall provide the hi-wet well alarm for the telemetering.

5. A timer shall be used in each pump circuit (via internal programming) to delay the respective pump(s) coming on and to stagger the load.

6. An alternator shall alternate pumps (via internal programming) to give equal run times for the pumps in service. The alternation shall occur after the lo-water off float, LS-2, opens. The alternator shall have an OFF-ON selector switch to maintain operation of the good pump if the other pump or motor fails.

7. Hand-Off-Auto selector switches shall be used to switch pumps in and out of service.

8. Other signals to be monitored:

a) Seal Leak Probe: detects water in motor windings. b) Loss of Duke Energy power: detects loss of the utility power or

loss of a phase. A transfer to an alternate source or emergency generator will occur and a loss of Duke Energy power alarm sent back to MSD-Centrex by telemetering.

c) Power Monitor: detects loss of both normal and emergency

power or total loss of a phase. Upon loss of any phase or all power, control power is to be switched off and a power failure alarm sent back to MSD Centrex by telemetering.

d) Pump Fail: detects condition of overloads for pump starters. e) Generator Run: detects generator run alarm signal when

auxiliary contacts on transfer switch close. f) Fuel Low: detects low level in fuel tank alarm.

123

g) Intrusion Alarm: detects unauthorized entry in telemetry panel. h) Pump Run: detects auxiliary contact on motor starter closing

when that particular pump is called to run. i) Fuel leak detection and alarm. j) Generator emergency shut off switch operation alarm.

18.14 EMERGENCY STANDBY ELECTRIC GENERATOR: General: The generator system for the New Britney Acres Pump Station shall be furnished and installed by the Contractor at the location as specified herein and/or as shown on the Drawings and shall include all accessories. It shall be capable of continuous service at rated output for the duration of any utility power failure. The basis of the generator design shall be Kohler. Any changes or substitutions resulting in additional work or alterations shall be the responsibility of the contractor and not passed on to MSD. The generator will be a diesel fueled Kohler Model-(20REOZJB) or equal. The transfer switch will be a Kohler Model-(KCS-DMTG-0104S) or equal. The engine and generator shall be new and of current production of a firm regularly engaged in the production of their specific manufacturers product for at least five years, having a complete service and parts organization dispatched from within a (50) mile radius of the county. The generator must be the product of one company; and that company, and its authorized dealer, shall have sole responsibility for the performance of the engine-generator set and its accessories. The performance of this specific generator set shall be certified by the manufacturer as to its full power rating, stability, voltage and frequency regulation. Factory certified test reports shall be provided to the Engineer. The system shall meet all OSHA, NEMA, IEEE, ANSI, and FM Specifications and Standards. It shall be a new, factory assembled and tested set. It is the intent and purpose of these specifications to also secure the necessary controls and accessories so that this equipment, in conjunction with the diesel fuel powered engine-generator set, will comprise a complete operating package. All equipment shall be new and of current production of a firm, regularly engaged in the production of this type equipment for at least five years, having a service and parts organization within a reasonable distance of this project. Warranty: This standby electric power system, furnished completely by the electric plant manufacturer, shall be guaranteed against defects for a period of five years from the date of acceptance, or for 3000 hours of operation, whichever occurs first. This warranty shall be a comprehensive type as defined in the

124

Kohler Five-Year Comprehensive Stationary Standby Limited Warranty or equal, and shall include all parts, oil changes, filters, coolant fluid, service, travel, and miscellaneous charges for the guarantee period. The system shall also be guaranteed to start at -40o F and shall be field-tested during the first winter if not factory tested at -40o F. The generator set shall be rated at least (80) KW at 130°C rise .8 P.F., (240) Volts, 3 Phase, 4 Wire, 60 Hz, A.C., at 1800-rpm. The Rating of the generator set shall be based on operation of the set when equipped with all necessary operating accessories such as radiator fan, air cleaners, lubricating oil pump, jacket water pump, fuel pump, governor, charging alternator, alternating current generator, and exciter regulator. The generator set shall be capable of starting the two pumps across the line, with a maximum voltage dip of 25 percent. Basis of design is Kohler Generator Set. The generator set shall be provided with double wall 275 gallons belly tank with leak detection between two tanks with alarm and half, quarter, and low fuel level alarms. Fuel fill pipe shall be extended to outside of vault with lock and key to limit intrusion. Tank shall be designed as per local, state, and federal regulations and EPA requirements and of adequate capacity to operate the generator at full load for at least thirty-six (36) hours.. It shall be the responsibility of the Contractor under this Item to check and coordinate all appurtenances required by this system; to provide all appurtenances required to complete this system whether or not shown on the Drawings or described in the specifications; and to check and coordinate all construction required to complete the system, whether or not shown on the Drawings or described in the specifications. The electric generator system shall be designed to require an absolute minimum of maintenance and engine operating knowledge. The personnel using this system are not expected to have any operating experience on this type of equipment and therefore the operating and maintenance requirements shall be kept to a minimum. Painting: All iron and steel surfaces of the generator shall be primed with iron phosphate and finished painted in accordance with the painting Item 9. All metal parts of the generator frame, and radiator shall be painted with a minimum of one coat of chlorinated rubber prime and two coats of chlorinated rubber finish enamel, Battleship Gray. Any factory-primed surfaces shall be retouched where necessary with similar type of factory paint prior to applying the two finish coats. Testing: To assure that the equipment has been designed and built to the highest reliability and quality standards, the manufacturer shall be responsible for design prototype tests as described herein: Components of the emergency system, such as the engine/generator set, transfer switch, and accessories shall not be

125

subjected to prototype tests since the tests are potentially damaging. Rather, similar design prototypes, which will not be sold, shall be used for these tests. Prototype test programs shall include the requirements of NFPA_110 and the following: 1. Maximum power (KW). 2. Maximum starting (KVA) at 35% instantaneous voltage dip.

3. Alternator temperature rise by embedded thermocouple and by resistance method per NEMA MG1-22.40 and 16.40.

4. Voltage regulation and generator transient response. 5. Fuel consumption at 1/4, 1/2, 3/4, and full load.

6. Governor speed regulation under steady state and transient conditions. 7. Harmonic analysis, voltage waveform deviation, and telephone

influence factor. 8. Three-phase line-to-line short circuit test. 9. Cooling airflow.

10. Torsional analysis testing to verify that the generator set is free of harmful torsional stresses.

11. Endurance testing. Generator: The generator shall be four pole, brushless revolving field, 12-lead reconnectable, self ventilated of drip proof construction with full amortisseur windings, including brushless rotating exciter and temperature compensated solid-state voltage regulator including under frequency protection. Voltage regulation shall be within plus or minus two percent of rated voltage, from no load to full load. Upon application of full rated continuous load in one step, transient voltage dip shall be less than 20 percent with recovery to stable voltage within 2 seconds. Stable or steady state operation is defined as operation with terminal voltage remaining constant within plus or minus 1 percent of rated voltage. Manual voltage adjustment range shall be within plus or minus 5 percent of rated voltage. Temperature rise shall be within ratings as defined by NEMA, IEEE and ANSI standards. Insulation shall be Class H and comply with NEMA MG1-22.40. Radio interference suppression meeting general civilian and commercial standards shall be supplied. The generator shall be coupled directly to the engine flywheel through a flexible driving disc for positive alignment. The generator housing shall have a single ball bearing support for the rotor. The rotor shall be dynamically balanced up to 25% over speed. The generator shall be capable of sustaining at least 250% of rated current for at least 10 seconds under a 3 phase symmetrical short by inherent design or by the addition of an optional current boost system. A resettable line current sensing circuit breaker with inverse time versus current response shall be furnished and shall not automatically reset, preventing restoration of voltage if maintenance is

126

being performed. This breaker shall protect the generator from damage due to its own high current capability and shall not trip within the 10 seconds specified above. A main line circuit breaker shall be mounted on the generator set for added protection. Engine. The engine shall be naturally aspirated or turbocharged, 4 cycle, liquid cooled in-line (3) cylinder configuration running at 1800-rpm. NOTE: Engines requiring glow plugs will not be acceptable when NFPA-99 or NFPA-110 Type 10 (ten-second) transfer requirement must be met. The engine shall deliver at least (64) horsepower at 1800 rpm. The engine shall be able to operate on #2 diesel fuel. This fuel will be stored in a (100) gallon sub-base mounted steel fuel tank with level gauge and low-level alarm contacts. The fuel tank shall be of double-wall construction and equipped with leak detection contacts wired into generator controller panel for alarm purposes. NOTE: The vents for the double walled fuel tank shall be vented to the out side of the generator vault through two-(2) inch diameter 316-stainless steel pipe lines. The pipes shall be routed so the vents are mounted a minimal of (12)-ft off the ground and at least (5)-ft from the generator vault. Also, the vents shall be mounted with stainless steel flame arrestors and have die-electric unions mount off the fuel tank as shown on the drawings. NOTE: The fuel tank size shall be capable of operating the generator at full load for (36) hours. Also, the fuel cap for this tank shall be easy to access and shall not require a filler spout to fill the tank. The engine shall include easily replaceable threaded spin-on full flow oil filters for the lubricating oil, fuel filters, and dry type replaceable element combustion air filters. A lube oil drainage system shall be supplied. Lubrication shall be full pressure through a gear type positive displacement pump supplying oil under pressure to all bearings, gears, pistons and valve mechanisms. The engine fuel system shall be equipped with flexible fuel connections. The engine shutdown shall be by means of an electric solenoid operated fuel shut-off valve. All engine maintenance supplies and equipment and all consumable supplies shall be standard locally obtainable materials. The engine shall be liquid cooled by means of a unit mounted radiator and engine driven fan. NOTE: The radiator system shall properly cool the engine with up to 0.5 inches-water external static pressure. The liquid shall be circulated with an engine driven centrifugal pump and shall include a thermostatic valve to maintain the engine coolant at the recommended temperature level. The cooling system shall have sufficient capacity to allow continuous full load generator set

127

operation in ambient temperatures up to 100°F. The cooling system shall be filled with an ethylene glycol base high quality antifreeze with rust inhibitors with a sufficient concentration to prevent freezing down to a temperature of minus 40°F. The radiator and fan shall be sufficiently large and the airflow velocity low enough to minimize air movement noise and fan noise. The exhaust noise shall be silenced by a critical rated muffler, with 25 to 35 DBA reduction, for absolutely minimum noise levels. The exhaust system connections shall be flexible seamless stainless steel tubing. The exhaust outlet shall be installed with a flapper in such a way to prevent the entrance of water or other substance into the opening when the engine is not operating. The muffler shall be aluminized steel "300" level critical degree muffler with all welded construction and suitable for mounting in any position, Nelson Part Number 44740 or approved equal. NOTE: Any part of the muffler and exhaust piping mounted within the generator vault shall be insulated with a minimum of (1)-inch thick of calcium silicate material with an aluminum jacket. The engine shall have a 1500-watt electric engine block heater installed to keep the engine block temperature up to at least 120o F under all weather conditions to insure reliable starting under all weather conditions. The heater shall be for use on 120-volt single phase A.C. and shall include an adjustable thermostatic control. The heater shall automatically turn-off when the engine is running. The alternator shall be provided with anti-condensation heaters embedded in alternator coils, 120 volt with wattage as required to prevent condensation in alternator. The engine shall have a 12-volt D.C. negative ground battery powered electrical system. A 60-ampere or larger alternator, belt driven from the engine, shall charge the batteries when the engine is running. The alternator regulator shall be an all solid-state transistorized voltage regulator. The engine starter shall be a positive shift gear-engaging starter operated from the batteries through an electric solenoid. The engine shall be automatically started and operated whenever a remote 2-wire circuit is closed. The starter shall be cycled automatically from components in the control panel. The batteries shall be 12-volt premium batteries with cold cranking performance as required to crank engine at -20° F for at least 3 times and shall be able to crank the engine for at least 60 seconds at an ambient temperature of -20o F for reliable starting under all weather conditions. The batteries shall be in a battery rack, at least 6 inches off pad, inside the generator set vault. An automatic battery charger shall be furnished and installed in the pump control cabinet. NOTE: The charger wires should be red (+) and black (-), and be connected to the charger terminals not the battery posts. The battery charger shall be all solid-state. It shall be voltage regulated and current limited to prevent

128

burn-out of components during low battery voltage such as during cranking. It shall charge a low battery at a high rate and taper off to a trickle charge at high battery voltage. It shall automatically periodically boost charge the batteries to equalize the cell voltage. The charger shall include D.C. output ammeter and voltmeter, A.C. and D.C. fuses and individual adjustments for boost and float voltage. The battery charger shall be "Sens" as manufactured by Stored Energy Systems or equal by Kohler Generator. NOTE: Three (3) conduits are required for the generator power leads, AC-control wiring, and DC control wiring. Four (4) spare DC-control wires shall be provided for MSD's use. The engine speed control shall be by means of a gear driven electronic governor. The governor shall have steady state regulation of +/-2% frequency. The engine generator set shall have integral vibration isolators mounted between the engine generator set and the welded steel base, for maximum isolation of vibration. These shall prevent the transmission of vibration to the foundation and subsoil. There shall be at least 4 anchor bolts or more if recommended by the manufacturer. Generator Instrument and Control Panels. A local instrument and control panel shall be furnished and installed on the engine generator set to monitor and control the generator system. This panel shall be a microcomputer type and shall be mounted on the generator by means of vibration isolators. NOTE: The generator instrumentation panel shall be mounted so the gauges face the control panel. The local control panel shall contain the following:

1. Engine oil pressure and water temperature gauges. 2. Engine running time meter. 3. Battery charging indicator. 4. A.C. frequency meter, Voltmeter, Ammeter and meter phase selector

switch. 5. A.C. voltage adjusting rheostat (front panel mounted). 6. Auto-Off-Test system control switch. 7. System Emergency stop push button. 8. Over speed protection. 9. DC circuit protection.

10. Alarm system with lamp test and reset push buttons and the following indicator and alarm panel lights: switch off, over crank, emergency stop, high water temperature, over speed, low oil pressure, low water temperature, high battery voltage, low battery voltage, anticipatory high water temperature, anticipatory low oil pressure, low fuel supply (3

129

hours), and system ready. 11. Safety shutoffs for oil pressure, water temperature, over speed and

over crank. 12. Solid state cranking cycler with individually adjustable ON and OFF

cranking periods and over cranking protection designed to open the cranking circuit if the engine does not start after 30 to 90 seconds.

13. Complete standby 2-wire start-stop control, which shall operate through the AUTO position of the control switch to start the engine by the closure of a remote contact.

14. Interlock to prevent re-engagement of a starter whenever engine is running.

15. Delayed engine shutdown, adjustable from at least 1 to 5 minutes, for a cooling period after load re-transfer to the normal source.

16. Alarm for telemetering. 17. Provide an auxiliary common fault alarm circuit that will be wired from

the generator to the telemetering panel. This alarm will then be transmitted by the telemetering to plant personnel that the generator has a problem and did not start or cycle correctly.

All functions shall be contained on easily maintained plug-in printed circuit boards. All external connections to the control panel shall be by means of polarized plugs. A remote annunciator panel shall be furnished and installed in the pump control panel of Section 15.14 only if the generator is installed (50)-ft or more from the control cabinet, or if the generator is separated from the control cabinet by a wall. This panel shall include all alarm indications in the local panel plus indicators for line power, generator power and alarm switch off. This panel shall be battery powered and shall also have an alarm horn, an alarm ON-OFF switch, and a lamp test switch. Generator Set Housing. Not required. Automatic Transfer Switch. An automatic transfer switch shall be furnished and installed in the pump control panel of Section E1.15 to switch the power supply from the normal power lines to the standby electric generator. . The transfer switch will be a Kohler Model-(KDT-AFTG-0200S) or equal. NOTE: Transfer switches incorporating circuit breakers or off time transition shall not be acceptable. The complete automatic load transfer control shall be rated for continuous duty and for all classes of load. The ampere rating of the transfer switch shall be sufficient to handle the capacity of the loads being transferred. The controls and components shall be compatible with the electrical requirements of the standby

130

system. The automatic transfer control shall be listed by Underwriters Laboratories to Standard 1008 and to the applicable sections of the National Electrical Code. The transfer switch shall be mechanically interlocked so that it shall not be possible for the load circuits to be connected to the normal and emergency sources simultaneously. The transfer switch shall have an interrupting capacity of up to 15 times rated current and a thermal capacity equal to 20 times rated current. The transfer switch shall have current coil magnetic blowout on each pole. The transfer switch shall have the following accessory features:

1. Adjustable time delay on start (0.5-5 seconds). 2. Adjustable time delay on re-transfer to normal, (2-30 min. loaded plus

5 min. unloaded). 3. Close differential relay protection on normal power. 4. Test switch to start generator and transfer load or permit testing

without transferring load. 5. Auxiliary contact to close when normal power fails to start emergency

generator. 6. Single pole, double throw auxiliary contact to open when transfer

switch transfers to emergency generator power. 7. Pilot light to indicate switch is in the emergency position. 8. Exerciser to operate generator with or without load every 168 hours for

30 minutes or more. 9. Selector switch load or no load. 10. ASCO #27 - In phase monitor to synchronize normal and emergency

power. 11. Manual operator on switch in case automatic system fails. 12. A dry contact rated for 5 amp minimum load, which is normally closed

and opens when the switch transfers to emergency power. The operation of the transfer switch shall be as follows: Upon drop in normal voltage to 81% (adjustable) of rated voltage in any phase and after a time delay of 0.5 to 5 seconds, the switch shall transfer the load to the emergency source provided that emergency source voltage and frequency are at least 90% of rated voltage. Upon return of normal source to 90 to 95 percent of rated voltage and after an adjustable time delay of 2 to 30 minutes switch shall return load to normal source. If generator fails during the delay period transfer shall be instantaneous. Generator shall run 5 minutes unloaded before shutting down. The automatic transfer switch shall be (100) amp, (240) volt, 3 pole, full protection type and shall be by Kohler with ASCO switch.

131

NOTE: The transfer switch must be a manufactured product of the selected generator company or be demonstrated through written documentation that successful field operation has been in service for over (5) years. Generator Installation. The generator shall be installed so the radiator and engine exhaust is mounted to the Generator Exhaust Duct Bulkhead with a flexible connection. NOTE: The Generator Vault concrete floor shall be designed to support five (5) times the weight of the generator. Show all conduit placement and size going to and from the pad on the As-Built Drawings. Service and Supervision. The Contractor shall provide for the services of a factory authorized and trained representative to approve the installation of the generator system including the transfer switch. A factory authorized and trained representative shall also be present to place in service, adjust, test, and demonstrate to the Engineer that the equipment furnished complies with the Specifications. The generator shall be field tested under actual load for a continuous four (4) hours. A full report of these tests, giving readings of all specified characteristics and capacity shall be written and submitted to the Engineer. The Engineer shall be notified at least 1 week prior to all field tests. This same representative shall also train the personnel in the operation, care and maintenance of this equipment, and shall visit the plant at least four (4) times during the warranty period at a prearranged time for further maintenance and operator training. MSDGC will run full load tests sometime during the warranty period and the Contractor shall be responsible for correcting any deficiencies found. Approval Drawings and Operating and Maintenance Manuals. The Contractor shall submit drawings and supporting data for approval for all proposed equipment. Five (5) Operating and Maintenance Manuals, with all normally needed parts and schematic diagrams of control circuits and modules, shall be included in this required submittal. These drawings and manuals shall show only what is being furnished and shall not include typical references or details, which are not being furnished. Include in these manuals necessary shop details of how the units are to be rebuilt and maintained. NOTE: All manuals must be original cut sheets, not copies of an original. Spare Parts. The following spare parts shall be furnished by the Developer and turned over to MSD: 1. Five (5) each of any light bulbs. 2. One (1) controller board for generator. 3. One (1) printed circuit card for the transfer switch.

4. Five (5) complete sets of approved generator and transfer switch O & M

132

manuals. 18.15 SCHEDULING OF ELECTRICAL WORK: It shall be the responsibility of the Contractor, under this Item, to coordinate the installation of electrical equipment and wiring with respect to any construction upgrade of the New Pump Station. In general, electrical work shall be scheduled to coincide with the other construction work of the Project in order to provide electrical service to each piece of new equipment as its installation is completed. If the New Britney Acres Pump Station is eliminating the existing pump station located at the same site, then some items of equipment, both existing and new, will have to be wired on a temporary basis to keep the existing pump station in operation until the New Pump Station can be placed into operation. It shall be the responsibility of the Contractor to provide all temporary wiring and connections required to maintain both existing and new equipment in acceptable operating condition during the construction phase of the New Pump Station. Any and/or all temporary connections and subsequent removals shall be a part of this Item. All temporary wiring shall meet all applicable codes and shall be arranged through and approved by the Engineer and MSDGC. All interruptions of existing circuits shall be coordinated with the Engineer and MSDGC and they shall determine the length of time a circuit may be de-energized in order to maintain the treatment processes in a dependable and safe operating condition. As each phase of construction is completed, it is expected that the electrical portion of the work associated with the phase will have been completed including either temporary or permanent wiring. At the completion of the project, all electrical equipment and wiring shall be permanently installed. When the New Britney Acres Pump Station Project is complete, all electrical equipment associated with the existing pump station shall be removed, unless approved otherwise by the Engineer. All equipment and major lengths of wiring retired and removed shall remain the property of MSDGC. See Sec. 12.1 concerning the salvaging of items of the old station. 18.16 SAFETY SIGNS: As part of this Item self-sticking marking labels shall be furnished and installed on each piece of electrical equipment stating the maximum voltage level involved with that piece of equipment. The labels shall be at least 2" high and shall include the following: 120 VOLTS; 240 VOLTS. 18.17 SPARE PARTS: All parts recommended by the manufacturers of the various items of equipment in any of their literature to be spare parts, shall be furnished by the Contractor and turned over to MSD. In addition, all parts, equipment and/or supplies necessary to keep the equipment operating

133

successfully for the first year of operation shall be furnished by the Contractor and turned over to MSD. These spares shall at least include the following items:

1. One spare fuse for each and every fuse in service up to a maximum of 10 for any one rating.

2. One spare pilot light bulb for each and every pilot light bulb in service. 3. One spare overload heater for each and every size in service up to a

maximum of 6 for any one-size overload heater. 4. One spare unit for each ten or less of each size and type of each of the

following components furnished under this Contract Item: Elapsed time meters, control transformers, pilot light assemblies, switch contact blocks, relay contact cartridges, selector switch assemblies and push-button assemblies. NOTE: Use only relays with round pins.

5. One spare alternator. 6. Supply one single-phase circuit breaker for each size used in the control

cabinets. 7. Supply one time delay relay for the pump controls.

18.18 ENGRAVED NAMEPLATES AND CIRCUIT LABELS: All electrical motor starters, disconnect switches, manual starter switches, push-button stations, and similar equipment shall be provided with permanently mounted, laminated engraved nameplates. The nameplates shall describe the motor or equipment function and give the circuit number. The nameplates shall be mounted by means of stainless steel machine screws into drilled and tapped holes to meet NEMA 4 standards. All other electrical appurtenances, switches, outlets, fixtures, pull boxes, floats, etc., except conduit shall be labeled with the appropriate circuit number as L-4 or P-5. These labels shall be permanently attached embossed type labels. All nameplates, circuit labels and wording on them shall be approved by the Engineer. 18.19. PAINTING: Under this Item, all interior and exterior surfaces of equipment enclosures, except stainless steel enclosures and hardware, shall be thoroughly cleaned after fabrication, completely bonderized and finished painted at the factory. All interiors shall be white. Touch-up painting shall be done after installation, as part of this Item as in accordance with the painting section Item 9. 18.20 EXCAVATION AND BACKFILL: Excavation and backfill for conduit, lighting supports and other electrical work shall be furnished under this Item and shall meet the requirements of Section 14. 18.21 CONCRETE AND STEEL REINFORCEMENT BARS: Concrete and steel

134

reinforcement bars required to complete the Electrical Item 15 shall be furnished under Item 15 unless specifically shown on the Drawings or called for in the Specifications to be furnished under other items of this Section. The concrete and steel reinforcement bars shall conform to the applicable sections of ODOT Items 499, 509 and 511. 18.22 INSTRUCTION BOOKS: Five (5) complete bound instruction books for the Emergency Standby Electric Generator and all other Electrical Equipment shall be furnished to the Engineer for delivery to the MSD. Each book shall contain complete and detailed operating and maintenance instructions on all components of the equipment as called for in SP-5 of the Special Provisions. Manuals, which describe general information on the manufacturer’s complete line of equipment, will not be acceptable. NOTE: At least one manual shall consist of original cut sheets not copies of originals. As-Built electrical Drawings shall be supplied. All items shall be properly identified on the drawings, which includes labeling of all the wires, connector, devices, splice boxes, and terminal strips. Each drawing shall include: 1. Power single-line 2. Connection drawings (wiring diagrams)

3. Schematic drawings, all pieces of equipment including strip connectors. 4. Accurate AS-BUILT installations. The Electrical Drawings shall be corrected to the AS-BUILT field conditions, drawn, and available at such time as to allow the MSD Electrical and Instrumentation Inspector assigned to the job to verify its accuracy. This drawing shall be submitted to the MSD Wastewater Treatment Division at least two (2) complete working days before the Final Inspection is scheduled.

END OF SECTION


Recommended