CECIL COUNTY, MARYLAND BID NO. 19-18-55070

Construct CECO to Cherry Hill Connection

CECIL COUNTY, MARYLAND: ENGINEERING AND CONSTRUCTION DIVISION

Cecil County Finance Department/ Purchasing Division 200 Chesapeake Blvd, Suite 1400 Elkton MD 21921 [email protected] 410-996-5395 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

Construct CECO to Cherry Hill Connection

TABLE OF CONTENTS PAGES

INVITATION TO BID IFB-1 – IFB-2

NOTICE TO BIDDERS NTB-1

LOCAL CONTRACTORS PREFERENCE LCP-1

NON-RESIDENT CONTRACTOR NOTIFICATION NRCN-1

CERTIFICATION FOR BIDDER'S QUALIFICATIONS CBQ-1

EXPERIENCE AND EQUIPMENT CERTIFICATION EEC -1 – EEC-4

STATE OF MARYLAND SALES AND USE TAX SUT-1

BIDDER'S SIGNATURE FOR IDENTIFICATION BSI-1

PROPOSAL P-1 - P-5

BIDDER’S CERTIFICATION OF PROPOSAL BC-1

GENERAL PROVISIONS GP-1 - GP-14

SPECIAL PROVISIONS SP-1 - SP-6

HOLD HARMLESS AGREEMENT HHA-1

CONTRACTOR BID CHECKLIST CKL-1

TECHNICAL SPECIFICATIONS

012000 – MEASUREMENT AND PAYMENT

013120 – PROJECT MEETINGS

013300 – SUBMITTALS

017700 – CONTRACT CLOSEOUT

029550 – SEWER MAINS AND LATERAL REHABILITATION BY LINING

032370 – CORE DRILL INTO EXISTING MANHOLE

033000 – CAST-IN-PLACE CONCRETE CECIL COUNTY, MARYLAND BID NO. 19-18-55070 034000 – PRECAST CONCRETE UTILITY STRUCTURES

034150 – EPOXY LINING CONCRETE STRUCTURES

233416 – VENTILATION/ODOR CONTROL SYSTEM

260519 – LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

260526 – GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

260529 – HANGERS AND SUPPORTS FOR ELETRICAL SYSTEMS

260533 – RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

260543 – UNDERGROUND DUCTS AND RACEWAY FOR ELECTRICAL SYSTEMS

260553 – IDENTIFICATION FOR ELECTRICAL SYSTEMS

262416 – PANELBOARDS

262726 – WIRING DEVICES

263213 – GENERATORS

263600 – TRANSFER SWITCHES

265619 – LED EXTERIOR LIGHTING

311000 – SITE CLEARING

312000 – EARTHWORK

312319 – DEWATERING AND WELL POINTING

323113 – CHAIN LINK FENCE AND GATES

330150 – DIRECTIONAL DRILLING

330245 – JACKING AND BORING

330500 – PIPES, , AND ACCESSORIES

330600 – ELECTROMAGNETIC SEWAGE FLOW METER

332002 – SEWER MANHOLE REHABILITATION

332119 – SUBMERSIBLE PUMPS

406700 – CABINETS, CONTROL SYSTEM, AND DEVICES CECIL COUNTY, MARYLAND BID NO. 19-18-55070 407000 – INSTRUMENTATION AND CONTROLS

408000 – PUMP CONTROL AND SCADA SYSTEM

ATTACHMENTS:

Appendix A – Geotechnical Report Appendix B – MDE Construction Permit Appendix C – MDE General Permit for Stormwater Associated with Construction Activity (Notice of Intent) Appendix D – MDE SRF State Insert Appendix E – MD SHA Utility Permit Appendix F – MDE Letter of Authorization for Non-Tidal Wetlands CECIL COUNTY, MARYLAND BID NO. 19-18-55070

Cecil County, Maryland Purchasing Department 200 Chesapeake Blvd., Suite 1400 Elkton, MD 21921

INVITATION TO BID

Sealed bid proposals for “Construct CECO to Cherry Hill Connection” as described in the proposal package, for the Cecil County, Maryland, Department of Public Works will be received from qualified bidders until 1:30 PM, May 7, 2019 at the Purchasing Office, 200 Chesapeake Blvd, Suite 1400, Elkton, MD 21921.

This contract is for a project: Construct CECO to Cherry Hill Connection, which consists of construction of a new force main alignment and gravity sewer to convey the flow previously handled by CECO Utilities to the Cherry Hill WWTP.

A Mandatory pre-bid information conference will be held on April 12, 2019 at 1:00 PM in the Cecil County Perryville Conference Room, County Administrative Building, 200 Chesapeake Blvd., Elkton, MD 21921. Bids will not be accepted from any contractor that did not attend a mandatory pre-bid information conference.

Bid packages are provided at no charge on the Cecil County web-page (http://www.ccgov.org/dept_purchasing/index.cfm) as a PDF document for all vendors to download. Bid packages may be purchased at the Purchasing Office at a non- refundable cost of $50 per package for hard copies, or $10 per package for electronic copies (PDF format) provided on a compact disc.

Additional specifications and/or instructions to bidders may also be obtained by emailing [email protected], cc; [email protected] or calling the Purchasing Office, (Connie Kamit, Purchasing Agent), at 410-996-5395.

Electronically submitted bid proposals will not be accepted. Bid proposals are provided on the Cecil County, Maryland web-page (http://www.ccgov.org/government/purchasing/current-projects) as a PDF document for all vendors to download. All vendors wishing to submit a proposal may obtain an original set of documents from the Cecil County Web-Page or the Cecil County Purchasing Office. Changes or addendums to this proposal and or other documents will be posted to the proposal documents on the County web-page and sent directly to vendors who have obtained an original set of proposal documents. The County is not responsible for information obtained from sources outside the Cecil County Purchasing Office. Vendors are directly responsible for obtaining updates, changes or addendums either from the updated web-page or by contacting the Purchasing Office.

All questions or discussions concerning this bid, bid documents, specifications, etc., shall only be coordinated through the Purchasing Office. The County shall not be responsible for information obtained outside the County Purchasing Office, concerning this or any other County bid, RFP, solicitation or quote.

IFB-1 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

The Purchasing Office will provide vendor lists on the Cecil County web-site for all solicitations published unless a vendor/contractor provides a written request barring the disclosure of their information prior to specific proposal award.

The Contract will be awarded to the lowest responsible, responsive bidder. Cecil County, Maryland reserves the right to reject any or all bids and to waive technicalities. All contract awards are based upon budgetary constraints.

Cecil County, Maryland

By: Connie Kamit Purchasing Agent

IFB-2 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

NOTICE TO BIDDERS

All parties interested in submitting a Bid to complete the work detailed and specified for this project, must thoroughly review and properly complete all forms provided in the proposal form packet. Failure to complete such forms may result in rejection of the Bid. Owner reserves the right to reject any or all Bids containing bidding irregularities.

NTB-1 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

NON-RESIDENT CONTRACTOR NOTIFICATION

At the request of the Maryland State Comptroller of the Treasury a list of all Non- Resident Contractors awarded a contract for the improvement of real property in the amount of $500,000 dollars or more and all non-resident sub-contractors that equals or exceeds $50,000 or reasonably can be expected to equal or exceed $50,000 shall be forwarded by Cecil County, Maryland to the Maryland State Comptroller of the Treasury, Compliance Division, 301 W. Preston Street, Room 407, Baltimore MD 21201. The notification shall be forwarded by Cecil County, Maryland once the “Notice to Proceed” is sent and shall include the following information:

- Type of project - Site Address - Contractor’s Name and address - Date of the Contract - Contracted amount

- “Non-resident Contractor” is defined as a contractor that does not maintain a regular place of business in the state of Maryland.

- “Regular place of business” is defined as: 1.) a bona fide office, other that a statutory office, 2.) a factory, 3.) a warehouse, 4.) or any other space in this state, which a person is doing business in its own name in a regular and systematic manner and that is continuously maintained, occupied, and used by the person carrying on its business through its regular employees regularly in attendance.

NRCN-1 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 All applicable questions must be answered and included with the bid. The data given must be clear and comprehensive. A copy of the Bidder’s State of Maryland Construction Firm License or required applicable license shall be attached to this form. Information concerning this license can be obtained from Cecil County Clerk of the Court’s Office at (410) 996-5373. You can also receive information necessary for corporations to do business in the State of Maryland from the State of Maryland Sales and Use Tax Division. Ask for a Corporation Qualifying Package at (410) 225-1340. All vendors shall ensure they are qualified and registered to do business within the State of Maryland. Businesses established outside the State of Maryland may be required to be qualified as a Foreign Business to be eligible to provide service within the State of Maryland. Questions concerning qualification and registration may be referred to (410)-767-1170.

1. Name of Contract: Construct CECO to Cherry Hill Connection 2. Contract No.: Bid No. 19-18-55070 3. Name of Bidder: ______4. Bidder’s Federal Employee I.D. No.: ______5. State of Maryland Construction Firm License No.:______6. Business License (Cecil County) Control No.: ______7. Business Address: ______8. Remittance Address: ______9. Contact person & number: ______10. When Organized: ______11. Where Incorporated:______12. Foreign Business No.: ______13. Federal Tax ID #.: ______14. Has the Bidder paid any sales tax on the equipment to be used on the project? Yes______No______15. If so, at what rate was the sales tax paid?______Percent to State of______16. How many years has the bidder been engaged in this business under your present firm name?______17. Have you ever refused to sign a contract at your original bid? Yes____No____ 18. Have you ever defaulted on a contract? Yes______No______Remarks:______19. Will you, upon request, furnish any other pertinent information that Cecil County, Maryland may require? Yes______No______20. Do you assert that you qualify under definition of “Local Bidder” under Cecil County Code Section 92? YES __ NO __ (If yes, attach appropriate documentation) 21. Does your business maintain a regular place of business in the State of Maryland (Resident) ______or would your business be considered Non-Resident ______? Dated this ______day of ______, 201_. 22. Has the bidder or firm ever been disbarred, suspended or otherwise prohibited from doing work with the local, state, and/or federal government. Yes ____ No ____ (if yes explain ______)

With the submission of this certification, the bidder thereto certifies that the information supplied is, to the best of your knowledge, accurate and correct.

______Name of Bidder By:______Printed Name______Title:______CBQ-1 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

EXPERIENCE AND EQUIPMENT CERTIFICATION

I. General

( a ) Legal Title, Address and Phone Number of Organization ______

( b ) Maryland Representative’s Name, Title and Address ______

( c ) Corporation Co-Partnership___ Individual ___ (Check One)

II. Name and Title of Corporate Officers authorized to sign Contract, Documents, Extra Work orders, Estimates and other pertinent Contract forms. Please be advised that it will be necessary to inform the Cecil County Department of Public Works of any changes in the above authorization.

NAME TITLE

______

III. Experience

(a) Indicate type of contracting undertaken by your organization and years of experience.

General:______Type:______Years ______

Subcontractor:______Type:______Years ______

EEC-1 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 (b) State experience of principal members of your organization.

Experience Type of Work In What Title Experience Capacity (as Pres., (Hwy. Bridges (Foreman Name Mgr., etc) Years Paving, etc.) Supt., etc.)

______

______

______

______

______

______

______

( c ) Give any special qualifications of firm members (Registered Engineer, Surveyors, etc.)

( d ) List some principal projects completed by your organization.

General/Sub (If Sub, What Your Contract Description Type of Work Amount Year

______

______

______

______

______

EEC-2 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 ( e ) The bidder must submit at least ( 3 ) project descriptions involving a similar scope performed within the past ( 5 ) years. Briefly describe the scope of each project. Please provide appropriate references and contact information of owners, engineers, construction manager for such projects. At least two (2) of the projects shall be substantially complete (may attach pages) ______

( f ) Have you ever performed work for the U.S. Government? _____ Any County or City Government?______. If yes to any of the above, please list references: ______

( g ) Have you ever failed to complete any work awarded to you?___ If so, where and why? ______

( h ) Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract?_____. If so, state name of individual, other organization and reason therefore: ______

( i ) Has any officer or partner of your organization ever failed to complete a contract handled in his own name?______. If so, state name of individual, name of owner and reason therefore: ______

( j ) Has the bidder ever been party to a contract that was terminated (either for default or convenience) during the past three (3) years?______. If so, please set forth a complete description of the circumstances, including the identity of the party that terminated the contract, the nature of the Project, etc.: ______

EEC-3 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

IV. Equipment

What equipment do you own, rent, or intend to buy for use on this project without adversely affecting projects now under construction by you?

Years Present Date Avail. Quant. Item Descrip., Size, Capacity Cond. Service Location For Project

______

V. Award of Contract a) If awarded this contract, do you intend to sublet any portion of the work? ______. If so, state item numbers of description, dollar amount and if known, the name and address of the subcontractor. ______b) Work presently under contract to, or pending award to your organization.

Contract No. Total Cost Amount of Work Amount to be Probable Date or Description of Project Completed Completed of Completion

______

EEC-4 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 STATE OF MARYLAND SALES AND USE TAX ADMISSIONS AND AMUSEMENT TAX LAWS AND REGULATIONS ISSUED BY COMPTROLLER OF THE TREASURY SALES AND USE TAX DIVISION

11-221 Taxation by Other Law ( c ) Sales tax paid in other jurisdiction –

(1) to the extent that a buyer pays another state a tax on a sale or gross receipts from a sale of tangible personal property or a taxable service that the buyer acquires before the property of service enters this State, the sales and use tax does not apply to use of the property or service in this State.

(2) If the tax paid to another State is less than the sales and use tax, the buyer shall pay the difference between the sales and use tax and the amount paid to the other state in accordance with the formula under 1-303 (b).

11-214 Nonresident Property

The sales and use tax does not apply to use of tangible personal property or a taxable service that:

(1) a nonresident

(i) acquires before the property or service enter the State; and

(ii) uses:

1. for personal enjoyment or use or for a use that the Comptroller specifies by regulation, other than for a business purpose; or

2. does not remain in the State for more than 30 days

11-303 Depreciation Allowance

( a ) In general - a buyer is allowed a depreciation allowance as an adjustment to taxable price if:

(1) Tangible personal property or a taxable service is acquired before the tangible personal property is brought into the State for use in the State or before the taxable service is used in the State; and

(2) The use first occurs in another state of federal jurisdiction.

( b ) Amount allowance - The allowance under subsection ( a ) of this section for each full year that follows the date of purchase is 10% of the taxable price paid to acquire the tangible personal property or taxable service.

SUT-1 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

PROPOSAL

BID NO. 19-18-55070

Construct CECO to Cherry Hill Connection

______Bidder’s Name & Signature for Identification

BSI-1 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

PROPOSAL

Made this day of , 20 by (Company Name) Contact Person: Business Address:

Payment Remittance Address: Business Phone: Business Fax: E-mail Address: Cell Phone:

The bidder declares that the only person, firm, or corporation, or persons, firms, or corporations, that has or have any interest in this proposal or in the Contract or Contracts proposed to be taken is or are the undersigned; that this proposal is made without any connection or collusion with any person, firm, or corporation making a proposal for the same work; that the attached specifications have been carefully examined and are understood; that as careful an examination has been made as is necessary to become informed as to the character and extent of the work required; and that it is proposed and agreed, if the proposal is accepted to contract with Cecil County, Maryland, in the form of Contract heretofore attached, to do the required work in the manner set forth in the specifications.

The bid price on the attached and signed Proposal Forms is to include and cover the furnishing of all equipment, materials, and labor requisite and proper and the providing of all necessary machinery, tools, apparatus, and means for performing the work, and described, and shown in the plans and specifications within the prescribed time. If this proposal shall be accepted by said County and the undersigned shall refuse or neglect within ten days after receiving the Contract for execution to execute the same, and to give stipulated bond, then said County may at their option determine that the bidder has abandoned the Contract; and thereupon the proposal and the acceptance thereof shall be null and void; and the deposit accompanying the proposal shall be forfeited to and become the property of the County.

P – 1 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

PROPOSAL

In the case of firms, the firm’s name must be signed and subscribed to by at least one member. In the case of corporations, the corporate name must be signed by some authorized officer or agent thereof, who shall also subscribe his name and office. If practical, the seal of the corporation shall be affixed.

I/We identify by number, date and number of pages the following addenda:

No. Date No. of Pages

______

The names and addresses of all members of a firm or the names, addresses, and titles of every officer of a corporation, as the case may be, must be given here by the member of the firm or by the officer or agent of the corporation who signs the proposal.

______

TOTAL BID AMOUNT

The Bid Form lists all anticipated work tasks, the unit of measure and estimated quantities. The bidders shall insert as indicated a unit price or lump sum price for each listed work task, and multiply that price by the quantity to arrive at an extended total for each work task. All extended prices are then summed to arrive at the Total Bid Amount for the project. The bid will be awarded to the bidder that has the lowest total bid price and is responsive and responsible as defined in the bid/contract documents.

P – 2 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

PROPOSAL

PROJECT: Construct CECO to Cherry Hill Connection

DATE: ______

BIDDER: ______BY: ______(To be same as in the Proposal Agreement)

BUSINESS ADDRESS: ______

TELEPHONE NUMBER: ______

This is to certify that ______has received Addendum No. _____ through No. _____ and this project reflects changes created by the addenda.

PROPOSAL FORM: Construct CECO to Cherry Hill Connection

Bid Item # General Quantity Unit Unit Cost Bid Amount

1 Mobilization and Demobilization 1 LS

2 Maintenance of Traffic and Pedestrians 1 LS

3 Surveying & Stakeout 1 LS

4 As-Built Drawings 1 LS

5 Construction Schedules and Reports (CPM) 1 LS Bid Item # Pump Station and Force Main Quantity Unit Unit Cost Bid Amount

6 Pump Station 1 LS

7 Stone Access Road 250 TON Sanitary Sewer 4” HDPE DR-9 Force Main Installation (Exclusive of force main required to be 8 directional drilled in Bid Item 9) 3800 LF Directional Drilling 4” HDPE DR-9 Force Main Installation (Contract required directional drilling at 9 specific locations called out on plans) 1625 LF

10 4” PVC SDR-26 Emergency Overflow Pipe 250 LF Bid Item # Gravity Sewer and Connections Quantity Unit Unit Cost Bid Amount

11 Jack & 10” DIP Gravity Sewer Main Installation 490 LF

12 10” DIP Gravity Sewer Main Installation 460 LF

13 8" PVC SDR-26 Sewer Main Installation 720 LF

P – 3 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

14 Sanitary Sewer Manhole 6 EA Outside Drop Manhole (Refer to Detail S-10 on 15 Sheet C-12) 3 EA

16 Connection to Existing Manhole 2 EA

17 Remove & Replace Manhole 3 EA

18 6” PVC SDR-26 Sewer Lateral & Connection 175 LF

19 6” PVC SDR-26 Sewer Cleanout 6 EA Bid Item # Erosion & Sediment Control Quantity Unit Unit Cost Bid Amount

20 Silt Fence 4925 LF

21 Super Silt Fence 2645 LF

22 Stabilized Construction Entrance 3 EA

Base Bid Total Contractor must receive approval from the Engineer prior to billing to the bid items listed below: Bid Item # Contingency Bid Items Quantity Unit Unit Cost Bid Amount Sectional Cured-in-Place Pipe (CIPP) Liner Repair 23 (Multiple Locations Refer to Sheet C-14) 60 LF Sanitary Sewer Manhole to Manhole Cured-in-Place Pipe (CIPP) Liner Repair (Multiple Locations Refer to 24 Sheet C-14) 1500 LF Sanitary Sewer Spot Repair (Multiple Locations 25 Refer to Sheet C-14) 80 LF

26 Lateral Reconnection 5 EA Sanitary Sewer Root Treatment (Multiple Locations 27 Refer to Sheet C-14) 1000 LF

28 Remove and Replace MH-3 1 EA Drop Manhole Connection (Refer to Detail on Sheet 29 C-12) 3 EA Low Pressure Inside Drop Manhole Connection 30 (Refer to Detail LP-9 on Sheet C-12) 1 EA

31 Concrete Flow Channel 5 EA

32 Apply Epoxy Manhole Liner 175 VF

33 Clean Debris from Manhole Bench 2 EA

34 Remove & Replace Steps 1 EA

35 Remove Roots & Apply Root Treatment in Manhole 10 VF

36 Replace Lamphole With Standard Manhole 5 EA

37 Replace Manhole Frame & Cover 28 EA

38 Excessive Dewatering 1,001 to 2,000 GPM 30 DAY

39 Excessive Dewatering 2,001 to 3,000 GPM 30 DAY P – 4 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

40 Well Pointing 600 LF

41 Undercut Excavation & Backfill With #57 Stone 125 CY

42 Rock Excavation 25 CY

Contingency Bid Total

Total Bid Amount

TOTAL BASE BID AMOUNT: $______

TOTAL BASE BID: ______(In words)

P – 5 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

BIDDER CERTIFICATION OF PROPOSAL

The above statements are certified to be true and accurate and we have the equipment, labor, supervision and financial capacity to perform this Contract for the Total Bid Amount above, either with our organization, or with subcontractors.

Dated this ______day of ______, 201_.

By:______

______(Title of Person Signing)

______(Name of Organization)

State of ______

County of ______, ss.

______being duly sworn, states he is ______of (Office) ______and that the answers to the foregoing questions and all statements therein contained are true and correct.

Sworn to before me this ______day of ______201_.

______Notary Public

______(My Commission Expires: )

(NOTARY SEAL)

BC – 1 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

GENERAL PROVISIONS

GENERAL

These General Provisions are a part of the Contract. In case of any conflict with the Special Provisions, the Special Provisions shall govern.

DEFINITIONS

( a ) Responsible bidder: bidder or offeror who has the capability in all respects to perform fully the contract requirements, and the experience, integrity, perseverance, reliability, capacity, facilities, equipment, and credit which will assure good faith performance.

( b ) Responsive bidder: is a vendor who has submitted a bid, which conforms in all material respects to the requirements stated in the proposal.

( c) Contractor: Is the bidder or offeror who is awarded the Contract pursuant to this invitation for bid.

METHOD OF AWARD

( a ) The County reserves the right to reject any or all bids.

( b ) The Contract shall be awarded or rejected within 90 days from the date of opening bids.

( c ) If the bidder to whom an award is made shall fail to execute the Contract in the specified time indicated in (d) below, the award may be annulled and the Contract awarded to the second lowest and responsible bidder, or the County may reject all of the bids as their interest may require.

( d ) Once all contracts and bond requirements are prepared for the contractor’s signature and completion, a package will be sent by certified mail and the contractor will have ten (10) work days from the date of receipt to complete the required paperwork and return for final processing. If the contractor is unable to complete the package within set time limits, the contractor may request in writing a limited one-time extension two (2) work days prior to completion date. If the extension is provided, the timeframe will be determined by the County. Once all time limits are surpassed and the required paperwork is not completed and returned, the County has the right to award the bid to the next qualified vendor and the original vendor may forfeit the bid bond/certified check, etc., as liquidated damages.

GP-1 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

BASIS OF AWARD

The Contract may be awarded to the lowest responsive and responsible bidder whose proposal complies with all the requirements prescribed. In acceptance of bids, the County will be guided by consideration of the interests of the public and the County shall be under no obligation to accept the lowest bid. Proposals may be rejected if they show any omissions, alterations of form, additions not called for, conditional or alternate bids, or irregularities of any kind. To insure fair competition and to permit a determination of the lowest bidder, unresponsive bids or bids obviously unbalanced may be rejected.

The County also reserves the right to reject any and/or all bids or to waive any technicalities it deems in the best interest of Cecil County.

All contracts and/or quantities are contingent on budgeting constraints. All awards are based on Total Bid Amounts. The County reserves the right to add or delete items from the bid package due to budget constraints, which may result in changing the Total Bid Amount. The awarded vendor will be notified of any changes resulting in a bid price change.

NOTICE TO PROCEED

Contractor shall proceed within ten (10) calendar days after receipt of such notice. Failure to proceed within the ten (10) calendar day period may result in Cecil County, Maryland terminating the Contract Agreement.

PROSECUTION OF WORK

After the work has once been started, it shall be prosecuted continuously on all acceptable working days without stoppage until the Contractor completes the contract. In case the Contractor neglects or fails to work continuously on all acceptable working days, the County Executive through the Director of Public Works or the Purchasing Office, may terminate the Contract and use any method that he deems necessary to complete the Contract.

FAILURE TO COMPLETE WORK ON TIME

Should the Contractor fail to complete fully and to all intents and purposes, the work as specified in the proposal and contract on or before the completion time, the said Contractor shall pay to the County such sum as is specified in the paragraph entitled “LIQUIDATED DAMAGES”.

GP-2 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 LIQUIDATED DAMAGES

It is hereby understood and mutually agreed, by and between the Contractor and the County that “Time is of the Essence” with regard to the performance of this Contract, such that the date of beginning and the time for completion as specified in the Contract of the work to be done hereunder are Essential Conditions of the Contract; and it is further mutually understood and agreed that the work embraced in this Contract shall be commenced on a date to be specified in the “Notice to Proceed”. The Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the County, that the time for the completion of the work described herein, is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality.

If the said Contractor shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the County, then the Contractor does hereby agree, as a part, consideration for the awarding of this Contract, to pay to the County the damages for such breach of Contract as hereinafter set forth, for each and every work day that the Contractor shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and the County because of the impracticability and difficulty of fixing and ascertaining the actual damages the County would in such event sustain, and said amount is agreed to be a fair estimate of the amount of damages which the County would on account of unexcused project delays sustain and said amount be withheld from time to time by the County from current periodical estimates.

It is further agreed that time is of the essence of each and every portion of this Contract and of the specifications, wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract, additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided that the Contractor shall not be charged with liquidated damages or any excess cost when the County determines that the Contractor is without fault and the Contractor’s reasons for the time extension are acceptable to the County; provided further that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due:

( a ) To any preference, priority, or allocation order duly issued by the Government; ( b ) To unforeseeable cause beyond the control and without the fault of negligence of the Contractor, including, but not restricted to, acts of God, or of the public enemy, acts of the County, acts of another Contractor in the performance of a contract with the County, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and severe weather; and

GP-3 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 ( c ) To any delays of subcontractors or supplies occasioned by any of the causes specified in subsections (a) and (b) of this article.

Provided further, that the Contractor shall, within three (3) days from the beginning of such delay, unless the County shall grant a further period of time prior to the date of final settlement of the Contract, notify the County, in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter.

Provided further, that the amount of liquidated damages shall be $1200.00 per work day.

RESPONSIBILITY FOR DIRECT DAMAGES

In addition to the assessment of liquidated damages for delay, it is hereby understood and mutually agreed, by and between the Contractor and the County that the Contractor shall be responsible to the County for payment of direct costs incurred by the County if it is necessary for the County to supervise or correct work that does not comply with the Contract Documents.

CERTIFIED CHECK OR BID BOND

( a ) No bid will be considered unless accompanied by a certified check or an acceptable bid bond of the bidder, payable to the order of Cecil County, Maryland, for five (5) percent of the total bid, which will be forfeited to the County as liquidated damages in case an award is made and the Contract and Bond are not promptly and properly executed as required within ten (10) days after the award of the Contract.

( b ) The certified check and/or bid bonds of all except the two lowest bidders shall be returned after the Contract is awarded; and the checks of the two lowest bidders shall be returned after the proper execution of the Contract Documents with the low bidder.

( c ) If the low bidder shall fail to execute the Contract Documents as specified, he shall forfeit the bid bond or certified check as liquidated damages and the Contract may be awarded to the second low bidder as specified in the paragraph entitled METHOD OF AWARD. CONTRACT PAYMENT AND CONTRACT PERFORMANCE BOND

The Contract Payment and Contract Performance Bond are each to be in an amount equal to one hundred percent of the Contract amount. If the total PRICE BID is less than $100,000.00, the Contract Payment and Performance Bonds will not be required.

GP-4 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 INSTRUCTIONS TO BIDDERS

One original, one copy and one electronic copy on CD or thumb drive of the bids shall be submitted in a sealed envelope addressed to:

Cecil County Purchasing Office 200 Chesapeake Boulevard, Suite 1400 Elkton, Maryland 21921

The Contractor’s name and address shall appear in the upper left hand corner of the bid envelope with the job name and contract number appearing in the lower left hand corner of the envelope. Failure to submit a bid in this manner shall be considered cause for rejection of the bid.

RESPONSIBILITY FOR COMPLETE PROJECT It is the responsibility of the Contractor to construct the work under this Contract so that it will be completed and finished in every detail. If mention has been omitted in the Contract Documents of any items of work or materials usually furnished or necessary for the completion or proper functioning of the project, it will be included without extra payment. METHOD OF PAYMENT A Purchase Order will be sent to the contractor upon award of the contract. All payments will be remitted within thirty (30) days (net 30) upon receipt of an invoice. Payment/Final payment will be remitted upon acceptance of the completed project and receipt of final invoice. All invoices shall be submitted to: Cecil County Finance Department Accounts Payable 200 Chesapeake Blvd., Suite 1100 Elkton, MD 21921 Payment will be for the price bid upon; and estimates will be paid monthly at the rate of ninety (90%) of the work actually completed. The final ten per cent (10%) will be paid when approved by the County. All invoices shall be reviewed and approved by a Contractor Representative and the County’s Representative before submission. Payment requests are to be completed on Cecil County’s Periodic Estimate for Partial Payment form, submitted in triplicate with original signatures. An electronic version is available, by contacting Katie O’Connor, Engineering & Construction Division, Cecil County Department of Public Works, via email [email protected]. The County may elect to retain the entire payment for contracts with a duration of less than 30 days until satisfactory completion of the work. In addition, in the event the County has incurred actual damages on account of the Contractor's performance under this Agreement, and/or in the event that the assessment of liquidated damages seems likely, the County may withhold such amounts from progress payments that are reasonably necessary to protect the County from these types of damages.

GP-5 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

WORKER’S COMPENSATION AND EMPLOYER’S LIABILITY INSURANCE ( a ) The Contractor shall take out and maintain during the life of the Contract the Statutory Worker’s Compensation and Employer’s Liability Insurance for all of his employees to be engaged in work on the project under the Contract. ( b ) In case any portion of the project is sublet, the Contractor shall require all of the subcontractors similarly to take out and maintain during the entire life of the Contract the Statutory Worker’s Compensation and Employer’s Liability Insurance for all of their employees to be engaged in work in the project under the Contract. ( c ) The Contractor and the subcontractor shall not begin work until the Contractor has first filed with the County, satisfactory evidence that insurance of the above nature is in full force and effect (receipt of Certificate of Insurance naming the Cecil County, Maryland as an additional insured).

INSURANCE REQUIREMENTS FOR VENDORS AND SUBCONTRACTORS

All vendors or contractors who perform any type of work or service on Cecil County, Maryland property or in areas where the County is responsible or liable must maintain such insurance coverage(s) as determined by the County to protect the County’s interest(s). The following coverage and amount are generally required, but the County reserves the right to modify these requirements at its discretion or reject any insurance policies which do not meet these criteria.  General Liability Insurance not less than $1,000,000 per occurrence and $2,000,000 aggregate. Coverage shall not contain any endorsement(s) excluding or limiting products/completed operations, contractual liability or cross liability. The County must be named insured and a certificate of insurance must be provided.  Workman’s Compensation Insurance at minimum Maryland Statutory Limits.  Business Auto (includes trucks) Liability insurance not less than $1,000,000 per occurrence for all leased, owned, non-owned and hired vehicles when vehicles are utilized to perform the work or services required by the County.

The Contractor shall provide a "Certificate of Insurance" naming the Cecil County, Maryland as an "Additional Insured" and showing the levels of Worker’s Compensation and all Liability Coverage. " No purchase order will be released until a valid certificate(s) of insurance evidencing all required insurance coverage and documentation is provided to the Purchasing Office.

DAMAGES

The Contractor shall be responsible for any and all injuries to persons and damages to property resulting from the performance of the work specified, materials applied and/or equipment used.

GP-6 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

TEMPORARY SUSPENSION OF THE WORK

The County shall have authority to suspend the work wholly or in part for such period or periods as it may deem necessary, due to unsuitable weather or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or to perform any or all provisions of the Contract. The Contractor shall immediately comply with the written order of the County to suspend work wholly or in part. In all cases of suspension of construction operations, the work shall not be resumed again until the County gives written permission. Provided that reasonable cause exists for the County to exercise this authority to suspend the Work, the Contractor agrees that he shall not make any claim for charges or claims for damages by him for any delays or hindrances, from any cause whatsoever during the progress of any portion of the services specified in this Agreement. Such delays or hindrances, if any, may be compensated for by an extension of contract time only for such reasonable period as the County may decide. Time extensions will be granted only for excusable delays such as delays beyond the control and without the fault or negligence of the Contractor.

For the avoidance of doubt, the limitation on damages pursuant to this section includes but is not limited to damages incurred by the Contractor for principal office overhead and expenses including the compensation of personnel stationed there (including but not limited to Eichleay formula calculation or otherwise), for losses of financing, business and reputation, loss of efficiency and alleged impacts relating to employee costs incurred on account of project suspensions or delays, and for loss of anticipated profit.

Nothing contained in this Section shall be deemed to preclude an award of liquidated damages, when applicable, in accordance with the requirements of the Contract Documents, nor shall it preclude any award of direct costs incurred by either party on account of the other party’s failure to properly perform its contractual obligations and which are not schedule dependent.

ANNULMENT OF CONTRACT

Should the Contractor fail to make satisfactory progress, or to comply with orders of the County, or should he neglect or refuse to remove materials, or to perform anew such work as has been rejected as defective and unsuitable, or if the Contractor shall become insolvent or be declared bankrupt, or shall make an assignment for the benefit of creditors or from any other cause shall not carry on the work in an acceptable manner, the County shall have the right to declare the Contract in default without process or action at law, and to turn over to the surety for completion or, at his option, or in case performance is guaranteed by negotiable securities, to take over the work and complete it, either by day labor or by re-letting all or any part of the work. Upon receiving notice to this effect, the Contractor shall vacate possession and give up the said work, or the parts thereof specified in said notice, peaceably to the County. Neither by taking over of the work by the County, nor by the declaration of an uncured default of this Contract shall the County forfeit the right to recover damages from the Contractor or

GP-7 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 his Surety for failure to complete his Contract. Should the cost of completing the work be in excess of the original Contract price, the Contractor and his Surety shall be held responsible for such excess cost.

EXTRA WORK

The Contractor shall perform extra work for which there is no provision included in the Contract whenever, to complete fully the work as contemplated, it is deemed necessary or desirable, by written authority of the County, and such extra work shall be performed in accordance with the specifications therefore, or in the best workmanlike manner as directed. This extra work will be paid for at a unit price or lump sum to be agreed upon in writing by the Contractor and the County, or where such a price or sum cannot be agreed upon by both parties, or where this method of payment is impracticable, the County may order the Contractor to do such work on a “Force Account” basis, as specified hereinafter.

The County, before ordering any extra work performed, from time to time may determine; (1) what extra time, if any, will be allowed for said work, or (2) that the extra work is to be performed concurrently with the work under the Contract and without allowance of any additional time.

EXTRA WORK AS A PART OF CONTRACT

No order for extra work, nor doing the performance of any extra work at any time or place shall in any manner or extent relieve the Contractor or the Surety of his bond from any of their obligations under the Contract documents; all extra work orders being given and all extra work being performed, under and in accordance with the Contract are to be considered a part of the same and subject to each and every one of the terms and requirements of the Contract documents, and fully covered by the bond furnished by the Contractor.

FORCE ACCOUNT WORK

All extra work directed by the County in writing to be performed on a “Force Account” basis will be paid for in the following manner:

( a ) For all labor and foremen in direct charge of the specific operation, the Contractor shall receive the rates of wage applicable to this Contract, to be agreed upon in writing before starting such work, for each and every hour that said labor and foremen are actually engaged in such work, to which shall be added an amount equal to fifteen percent (15%) of the sum thereof.

( b ) For all materials used, the Contractor shall receive the actual cost of such materials, including freight charges, as shown by original receipted bills, to which sum shall be added an amount equal to fifteen percent (15%) of the sum thereof.

GP-8 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 ( c ) For any -power tools or equipment, and for any hauling equipment, including fuel and lubricants, which it may be deemed necessary or desirable to use, the County shall allow the Contractor a reasonable rental price, to be agreed upon in writing before such work is begun, for each and every hour/day/week or month that said tools or equipment are in use on such work, and to which sum no percentage shall be added. The compensation as herein provided shall be received by the Contractor as payment in full for extra work performed on a “Force Account” basis, and shall include supervision, use of tools and equipment for which no rental is allowed, and profit. The Contractor’s representatives and the County shall compare records of extra work done on a “Force Account” basis at the end of each day. Copies of these records shall be made in duplicate, upon the County’s “Force Account” forms provided for this purpose, by the County and signed by both the County and the Contractor’s representatives, one copy being forwarded respectively to the County and the Contractor. All claims for extra work performed on a “Force Account” basis shall be submitted to the County by the Contractor upon certified triplicate statements, which shall also include the value of all material used in such work; and said statement shall be filed not later than the fifteenth (15th) day of the month following that in which the work was actually performed and shall include all labor charges, etc., and material charges insofar as they can be verified. Should the Contractor refuse or fail to prosecute the work as directed or to document his claim as required, then the County may withhold payment of all current estimates until the Contractor’s refusal or failure is eliminated, or after giving the Contractor due notice, the County may make payment for said work on the basis of a reasonable estimate of the value of the work performed. On extra work as defined in this paragraph, the Contractor will be reimbursed for his expenditures for Workmen’s Compensation Insurance, Public Liability Insurance, Social Security Taxes and Unemployment Compensation covering the men actually engaged upon such extra work. No percentage will be added to such payments, but the Contractor shall be entitled to receive only the actual amount of money expended for such Workmen’s Compensation Insurance, Public Liability Insurance, Social Security Taxes, and Unemployment Compensation. Such payments shall be based upon the prevailing standard insurance rates supported by receipted vouchers from the insurance vendors and upon the actual amount of taxes paid for Social Security and Unemployment Compensation as evidenced by proper documents furnished by the Contractor. CLAIMS

Should the Contractor believe that it is entitled to any additional compensation or time, over or beyond the compensation or time stipulated in the Contract documents, or for compensation or an extension of contract time over or beyond that allowed or approved by the County for damages, losses, expenses, or delays alleged to have been sustained by it in connection with this Contract, the Contractor shall file a written notice of claim thereof with the County prior to incurring any costs for which it may claim a right to additional compensation. The written notice shall be on company letter head and addressed to the authorized County Representative Titled with the project name, bid number, and claim description. Unless otherwise specified or required, in the events of

GP-9 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 alleged delay to the schedule, such notice shall be given no later than twenty (20) days after the onset of such alleged damages, losses, expenses, or delays. Unless otherwise specified, within thirty (30) days after giving the required notice, but not later than final payment, the Contractor shall file with the County a written, itemized statement of the details and amount of such claim of damage, loss, expenses, or delay. Unless the Contractor timely files its written notice of claim and statement of costs as prescribed herein, the Contractor’s claim for such additional compensation shall be absolutely invalidated; and it shall not be entitled to any compensation on account of such alleged damage, loss, expenses, or delay.

The County shall ascertain the facts and shall approve an equitable adjustment to the Contract amount and/or time when, in his judgment, the findings of fact warrant it. The County shall issue a written decision on the claim within thirty (30) days after receipt of the Contractor’s itemized statement of the claim unless extended by mutual written agreement. If the County does not issue a decision within thirty (30) days or any extension thereof, the County shall be deemed as having made a final decision denying the claim. The County’s decision shall be final and conclusive on the parties, except as provided in “Breaches and Dispute Resolution”.

BREACHES AND DISPUTE RESOLUTION

- Disputes – Disputes arising in the performance of this Contract which are not resolved by agreement of the parties as discussed in Claims Section of this contract, shall be submitted in writing on company letter head to the authorized County Representative Titled “Dispute to Claim Response” with the project name and bid number. A decision will be issued in writing by the authorized representative of Cecil County, Maryland. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to Cecil County, Maryland. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The appeal will be in writing on company letterhead addressed to “Purchasing Department”, titled “Appeal to County Claim Response” with the project name and bid number. The decision of the Cecil County, Maryland shall be binding upon the Contractor and the Contractor shall abide be the decision.

-Performance During Dispute - Unless otherwise directed by Cecil County, Maryland, Contractor shall continue performance under this Contract while matters in dispute are being resolved.

-Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage.

-Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the Cecil County, Maryland and the Contractor arising out of or relating to this agreement or its breach will be decided by Binding Arbitration. By submitting a proposal you agree to these conditions. GP-10 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

Arbitration of Dispute: In any claim, dispute or other matter in question arising out of or related to this Agreement, the Parties must submit the issue to binding arbitration in accordance with Title 3, Subtitle 2, Courts and Judicial Proceedings Article, Annotated Code of Maryland, before the Circuit Court for Cecil County prior to filing any action in any Court.

Waiver of Jury Trial: The parties hereto waive their right to elect a jury trial in any dispute involving their rights under this Agreement.

-Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available there under shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by Cecil County, Maryland, shall constitute a waiver of any right or duty under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach there under.

EXAMINATION OF SITE AND DATA

Before submitting proposals, prospective bidder should carefully examine the Proposed Contract Documents, inspect the site of the proposed project, acquaint themselves with all governing laws, ordinances, etc., and otherwise thoroughly familiarize themselves with all matters which may affect the performance of the work. Including, but not limited to, the implementation of construction means and methods (e.g., dewatering, braced excavations, earthwork practices, etc.) associated with anticipated site conditions required to satisfactorily complete the project within the contract duration. The act of submitting a proposal shall be considered as meaning that the bidder has so familiarized himself and, therefore, no concession will be granted by the County because of any claim of misunderstanding or lack of information. Bidders are expected to read and study the drawings and specifications with special care and to observe all their requirements. Discrepancies, ambiguities, errors or omissions noted by bidders should be reported promptly to the County for correction or interpretation before the date of the opening of bids.

APPROXIMATE QUANTITIES

The Contractor’s attention is called to the fact that the quantities given are estimated quantities and are intended as a guide to the bidder, but in no way bind or limit the County to the actual amount of work to be performed or the quantity of material to be furnished. Any estimates of quantities herein furnished by the County are approximations only, and have been used by the County as a basis for estimating the cost of the work and will also be used for the purpose of tabulating and comparing the bids and awarding the Contract. The County has endeavored to estimate these quantities correctly according to his knowledge and the information as shown on the plans; but it is not guaranteed that these estimated quantities are accurate and if the Contractor, is

GP-11 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 developing and/or submitting his bid or bids relies upon the accuracy of said estimated quantities, he does so at his own risk.

ALTERATIONS

The County reserves the right to change the alignment, grade, form, length, dimensions, or materials of the work under the Contract whenever any conditions or obstructions are met that render such changes desirable or necessary. In the event, such alterations make the work less expensive to the Contractor, a proper deduction shall be made from the Contract prices and the Contractor shall have no claim on this account for damages or for anticipated profits on the work that may be dispensed with. In the event, such alterations make the work more expensive, a proper addition shall be made to the Contract prices. Any such deduction or addition shall be determined by the County, who shall remain the final authority in such determination, and per the claims provision of this contract.

PERSONAL LIABILITY OF PUBLIC OFFICIALS

In carrying out any of the provisions of this Contract or in exercising any power of authority granted to him thereby, there shall be no personal liability upon the County or his authorized agent being understood that in such matters he acts as the agent or representative of the County.

SUBLETTING OF CONTRACT

The Contractor shall not sublet, sell or assign all or any portion of the Contract, or the work provided therein, without the consent of the County. Subletting or assigning more than fifty percent (50%) of the dollar value of the Contract work shall not be permitted. Where subcontractors are used, contractor shall submit all insurance information for all subcontractors.

INSPECTION

The County may appoint such persons as he may deem necessary to properly inspect the materials furnished or to be furnished, and the work performed under this Contract, and to see that the same strictly corresponds with the drawings and specifications; such materials and workmanship shall be always subject to the approval of the County, but no inspection, approval or acceptance of any part of the work herein contracted for, or of the materials used therein or any payment on account thereof, shall prevent the rejection of said work or materials found to be defective, or not, in accordance with the requirements of the Contract. Work and materials will be inspected promptly, but if for any reason delay should occur, the Contractor shall have thereby no claim for damages or extra compensation. The Contractor shall provide testing as required by this Contract. Inspectors are available from 7:30 AM – 3:30 PM.

TIME OF COMPLETION DATE

GP-12 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

( a ) The completion time for this Contract shall be a maximum of 200 calendar days and shall begin on the actual start date of the Project as per “Notice to Proceed”.

( b ) Included in the total completion time of 200 calendar days is 45 days for, not limited to, advanced project material submittals and approvals, advanced public notice, project coordination meetings, and coordination with Cecil County. The maximum calendar days for work to be performed on the project site is 155 calendar days. The time period for onsite work begins when the contractor starts the installation of erosion and sediment control measures.

( c ) If the work is delayed through no fault of the Contractor, the time of completion shall be extended as determined by the County.

( d ) Should work not be completed by 200 calendar days or the onsite work exceeds 155 calendar days, the Contractor shall be assessed $1200.00 per work day Liquidated Damage Cost for each day thereafter until project is completed and accepted by the Owner.

( e ) Any equipment that requires significant production or lead time shall be ordered within 30 calendar days of Notice to Proceed. This shall include at a minimum the pumps, generator, and automatic transfer switch.

( f ) The time frame applies to the estimated quantity of services under this bid. Should the number of services increase by more than 10%, the time frame will be increased proportionately.

SANITARY FACILITIES

The Contractor shall provide portable sanitary facilities, maintain same during the length of the project and remove same when project is done.

SITE CLEAN UP AND RESTORATION

( a ) The Contractor shall keep all trash, garbage, spent material containers, etc., picked up on a daily basis.

( b ) The Contractor shall restore the site to a condition equal to that in which it was found.

( c ) Should daily site cleaning and final restoration not be performed, the Owner shall have such done with the costs of same being charged to the Contractor. WARRANTY

The contractor shall warrant all work for one (1) year or the standard warranty of the manufacturer, whichever is longer. Failure to correct warranty issues promptly and GP-13 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 to the satisfaction of the Department on this or other contracts may result in finding the Contractor non-responsive for future contracts/bids. All required Bonds shall remain active to cover the agreed warranty period. Any issue discovered and documented during the warranty period shall require the existing bonds to remain active beyond the agreed warranty period until the issues are resolved and agreed upon by all parties. All releases of contract bonds shall be in writing from Cecil County, Maryland or a release of bond document signed by a Cecil County, Maryland authorized representative.

TRANSPORTATION

Prices quoted shall be net, including transportation and delivery charges fully pre-paid by the seller, f.o.b. destination (project site in Elkton, MD). No additional charges will be allowed for packing, packages or partial delivery costs. By submitting their quote, all vendors certify and warrant that the price offered for f.o.b. destination includes only the actual freight rate cost at the lowest and best rate and based upon actual weight of the goods to be shipped. Standard commercial packaging, packing and shipping containers will be used, except as otherwise specified herein.

CONTINGENT ITEMS

Construction items which are identified in the “Proposal Form” as “Contingent Bid Items” are established for the sole purpose of obtaining unit costs on pay items that may be incorporated into the project. The County’s representative shall have sole discretion in determining whether and to what extent such items will be incorporated into the project. The County’s Representative may order incorporation of such items at any location within the Contract and at anytime during the work. Neither the Contractor nor his subcontractor and the County shall make claims for additional compensation because of any increase, de-crease or elimination of such items.

GP-14 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

SPECIAL PROVISIONS GENERAL:

1. All work must be completed according to applicable local, state, and federal laws, guidelines, regulations, specifications, etc., to include the following: - Cecil County Standard Specifications and Details for Water Mains & Sewer Mains, including all revisions and attachments to the Contract.

- Cecil County Department of Public Works (CCDPW) Road Code and Standard Specifications, including all revisions. - Maryland Department of Transportation, State Highway Administration, Standard Specifications for Construction and Materials, dated July 2017, including all revisions. All references to “State of Maryland”, “State”, “S.H.A.”, and “Administration” in the Maryland State Highway Specifications and this Invitation for Bids shall mean Cecil County, Maryland. All references to “Engineer” ” in the Maryland State Highway Specifications and this Invitation for Bids shall mean the Cecil County Engineer or his authorized representative.

- Standard MD Details referred to on the Plans shall be those of the current State Highway Administration Book of Standards for Highway and Incidental Structure. 2. All bid packages will include proof of certification or license to perform the prescribed type of project within the State of Maryland (if applicable).

3. These Special Provisions are a part of the contract. In cases of any conflict with the General Provisions, the Special Provisions shall govern.

4. A Mandatory “Pre-Bidding Information Conference” for the purpose of answering questions of parties interested in the work will be conducted in the Cecil County Perryville Conference Room, County Administrative Building, 200 Chesapeake Blvd., Elkton, Maryland 21921 at 1:00 PM on April 12, 2019 Failure to attend the pre-bid information conference shall result in consideration of the vendor’s bid proposal as non-responsive. The Bid Opening will be held at 1:30 PM on May 7, 2019 in the Cecil County Perryville Conference Room, County Administrative Building, 200 Chesapeake Blvd., Elkton, MD 21921

ORDER OF PRECEDENCE FOR CONTRACT DOCUMENTS:

1. In the event of conflict between quality of the work as called for by the Contract Documents, the County shall have the right to insist upon the delivery of the strictest requirements, the highest quality, or the highest quantity at no additional cost to the County.

SP-1 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 2. In the event of a conflict between other contract terms, the following order of precedence shall control:

a. Contract plans, contract specifications, County Standards, Maryland State Highway Standard details and specifications, other state standards

SCOPE OF WORK (refer to specifications):

Project Location: Elkton MD

Project Address: Johnstown Road and Route 213

Project Description: Construction of CECO to Cherry Hill Connection by installing a new pump station and force main by open-cut trenching, jack and bore, and trenchless installation to convey sanitary sewage previously handled by CECO Utilities to the Cherry Hill WWTP.

ENVIRONMENTAL PERMITS

Erosion and Sediment Control approval is required for this project. Cecil County Soil Conservation District approved plans are a part of the Contract Documents. NPDES Permit is required for this project.

A Stormwater Management variance has been acquired for this project. A Major Site Plan approved by the Cecil County Department of Planning and Zoning is part of the Contract Documents.

A Non-Tidal Wetland / Waterway Construction Permit is required for this project. Maryland Department of the Environment approved plans and Letter of Authorization are a part of the Contract Documents. There is an in-stream restriction for this project. Refer to Non-Tidal Wetland/Waterway Construction Permit for the in-stream restrictions for this project.

The Contractor shall thoroughly familiarize itself with the terms and conditions of all applicable project permits. While the County has obtained the above referenced permits, it is the Contractor’s sole responsibility to abide by and/or perform in accordance with all of the terms and conditions of these permits. Any permit violations, fines, fees, or claims arising from the Contractor’s failure to comply with permit conditions will be the sole responsibility of the Contractor and not the County, and the Contractor shall hold the County harmless and indemnify the County against all fines, fees, or claims arising out Contractor violation of said permits. All modifications of these approvals and/or permits shall be obtained and paid for by the Contractor.

SP-2 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 CONTRACTOR’S RESPONSIBILITY

A. It shall be the Contractor’s responsibility to schedule and coordinate all work to be performed under this Contract to insure continuous and smooth operations of the work and completion within the times specified in the proposal.

B. It shall be the Contractor’s responsibility to coordinate all necessary work, utilities, and appurtenances with Delmarva Power in order to properly integrate with their service system.

C. The Contractor shall abide by the requirements set forth in the Contract Documents. The Contractor shall be responsible for all coordination for the required notification and flagging per the agreement. The Contractor must also obtain the required insurance as stated in the agreement. Any modifications to or deviations from the agreement that result due to actions by the Contractor shall be completed and paid for by the Contractor.

D. The Scope of Work is intended to cover the complete project. It shall be distinctly understood that failure to mention any work, which would normally be required to complete the project shall not relieve the Contractor of his responsibility to perform such work.

E. The contractor shall supply all labor, materials, equipment, insurance, permits, etc. necessary to perform the mentioned work. At the completion of the project, the contractor is responsible for the removal and proper disposal of all debris, etc. associated with their work on the project. The contractor may haul construction debris from clearing, grubbing, demolition, and excavated materials to the Cecil County Central Landfill however the standard tipping fee will be charged to the contractor.

F. It shall be the contractor’s responsibility to furnish all fabricated materials (e.g., precast concrete, metals, mechanical/electrical equipment, and any other materials or products requiring fabrication) in new condition as per the project documents. The contractor is responsible for ensuring all fabricated materials are constructed in accordance with the project specifications. The County reserves the right to reject any fabricated materials/equipment observed to have been repaired without the consent of the County, to be damaged or defective, or not in compliance with the contract documents at any time (fabrication or field) during the contact period.

G. It shall be the Contractor’s responsibility to obtain all necessary building and electrical permits through Cecil County Department of Permits and Inspections, and to follow all requirements of the permits. If a grading permit is required it will be the responsibility for the Contractor to obtain this permit from the Cecil County Department of Land Use and Development, prior to earth disturbing activities.

SP-3 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 H. The contractor shall provide a copy of all required licenses to perform the work of prime and/or subcontractors to the County prior to commencing with that phase of work. I. The contractor shall coordinate with adjacent property owners to minimize inconvenience.

J. Stormwater As-Built Documents: If the Contract includes a Storm-Water Management Plan, upon completion of the construction project, a stormwater management as-built plan shall be submitted to the Cecil County Department of Public Works, Development Services Division in accordance with the most current as-built plan review checklist for approval.

K. The following As-Builts will be submitted to Engineering and Construction Division: ☐ Road ☐ Structural ☐ Storm Drain (Contingent) ☒ Sewer ☒ Other Utility Electrician

L. The contractor shall assign an Erosion Control Manager/Responsible Personnel who has a certificate of training issued by MDE or an MDE approved training program as required by Code of Maryland Regulations (COMAR) 26.17.01.06 and Environment Article § 4-104. The Erosion Control Manager shall also have a current “yellow” card as required by SHA. The Erosion Control Manager will be onsite during earth disturbing activities and will be responsible for inspections as required and record keeping. SCHEDULE OF OPERATIONS AND PERSONNEL

Before commencement of any work on this project, the Contractor shall submit and obtain the County’s approval of a Schedule of Operation and a Resume of the Project Manager for this contract, (Personnel information shall be submitted with bid package). The Schedule of Operation shall include the methods of operation and construction sequences and shall provide for the completion of the project within the time specified in the Proposal. It shall make reasonable accommodation for weather delays and shall reflect County-observed holidays. Work is not permitted on Saturday or Sunday and the standard work week is Monday through Friday from 7:00 am to 4:00 pm and the contractor shall schedule their operations accordingly.

Unless stated otherwise the schedule may be a bar chart activity chart or in a CPM schedule format. The contractor must provide an updated schedule with each periodic estimate. Payment of periodic estimates will not be approved unless an updated schedule is submitted.

SP-4 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 SAFETY:

Before commencement of any work on this project, the Contractor shall submit and obtain the County’s acknowledgement of an established Company Safety Program. Work performed shall be consistent with the following guidelines and references and in compliance with all applicable local, state, and federal regulations and standards including, but not limited to, those listed below. In the case that these requirements are conflicting, the one which offers the greatest protection shall be followed.

A. Occupational Safety and Health Administration (OSHA) Construction Industry Standards, 29 CFR1926, and General Industry Standards, 29 CFR 1910.

B. National Fire Protection Association (NFPA), 327

At a minimum, all workers employed by the contractor or any subcontractors shall wear and/or use the following:  Standard work clothes (long pants, shirts with sleeves)  Hard Hat  High visibility safety shirt, vest, or jacket  Steel toe work boots  Leather work gloves (as work tasks dictate)  Safety glasses with affixed side shields (as work tasks dictate)  Hearing protection (as work tasks dictate)

Hazards associated with the work shall be evaluated by the contractor and appropriate measures taken to ensure the safety of contractor employees, County personnel, and the public.

TRAFFIC CONTROL:

Contractor shall provide all necessary traffic control devices and personnel to protect construction personnel and traveling public to the satisfaction of the Department of Public Works and in accordance with MOSH/OSHA Standards and the Maryland Manual of Uniform Traffic Control Devices, 2011 Edition and all revisions.

Penalties: It is the Contractor's responsibility to install and maintain the maintenance of traffic operations, as specified in the contract documents, throughout the duration of the project. The Contractor will be issued a written and/or verbal notice of violation for maintenance of traffic operations not in compliance with the contract documents by the County and/or their representatives. Immediate action to correct the violation is required within 24 hours of the written and/or verbal notification. Failure to correct the violation after the first 24 hours will result in penalties of $100.00 per 24 hours until corrected and accepted by the County. Examples of violations, but not limited to, as follows:  Operations not in accordance with the project specifications.  Damaged or missing signage.

Fines, in any, will be deducted from the monthly invoice payment.

SP-5 CECIL COUNTY, MARYLAND BID NO. 19-18-55070 PROJECT SIGN

The contractor shall provide a 4 ft by 8 ft project sign, as shown in the example below and maintain the project sign until the project is completed. All sign materials and sign supports shall meet the requirements of Section 812.02 and 813.02 of the Maryland SHA Standard Specifications.

The contractor shall erect the sign at a location on the project site as directed by the Engineer using 4”x6” wood sign supports. Construction of the project sign and wood sign supports shall be in accordance with Sections 812.03 and 813.03 of the Maryland SHA Standard Specifications. The contractor shall submit shop drawings of the project sign for approval by the Engineer prior to manufacturing.

Furnishing and installation of the project sign and all supports including post excavation and all labor, equipment, tools, and incidentals necessary to complete the work shall not be measured but shall be incidental to the Contract lump sum price for Mobilization.

SP-6 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

SP-7 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

Cecil County, Maryland 200 Chesapeake Boulevard Elkton, MD 21921

INDEMNITY/HOLD HARMLESS AGREEMENT

To the fullest extent permitted by law, the undersigned Organization agrees to indemnify and hold Cecil County, Maryland, its elected and appointed officials, employees, and volunteers, and others working on behalf of Cecil County, Maryland, harmless from and against all loss, cost, expense, damage, liability or claims, whether groundless or not, arising out of the bodily injury, sickness or disease (including death resulting at any time therefrom) which may be sustained or claimed by any person or persons, or the damage or destruction of any property, including the loss of use thereof, based on any act or omission, negligent or otherwise, of the Organization, or anyone acting on its behalf in connection with or incident to Bid No. 19-18-55070: Construct CECO to Cherry Hill Connection, except that the Organization shall not be responsible to Cecil County, Maryland on indemnity for damages caused by or resulting from Cecil County, Maryland's sole negligence; and the Organization shall, at its own cost and expense, defend any such claims and any suit, action, or proceeding which may be recovered in any suit, action, or proceeding, and any and all expense including, but not limited to, costs, attorney's fees and settlement expenses, which may be incurred therein.

Name of Organization: ______

Authorized Signature: ______

Address of Organization: ______

Phone: ______Date: ______

HHA-1 CECIL COUNTY, MARYLAND BID NO. 19-18-55070

CONTRACTOR BID CHECKLIST

The following is a checklist to assist the contractor in verifying all required information is provided at the Bid Opening. It remains the contractor’s responsibility to ensure all information is complete and attached, including information, which may not be listed on this checklist. Any information missing at the time of the bid opening may result in rejection of the bid proposal. No proposals will be accepted after the designated bid opening time.

1) Completion of Certification of Bidder’s Qualifications (CBQ-1) and attached applicable copies of required license.

2) Completion of pages EEC-1 thru EEC-4.

3) Bidder’s name and signature page BSI-1.

4) Completion of pages P-1 thru P-4.

5) Bidder’s Certification Page BC-1.

6) Bid bonds, Payment bonds, and Performance bonds if applicable.

7) Bid package labeled properly for identification.

8) Indemnity/Hold Harmless Agreement page HHA-1.

9) Evidence of applicability as “Local Bidder” if applicable.

10) Bidder’s Design/Build specification drawings/engineered drawings if applicable.

11) W/MBE documentation and certifications when applicable.

12) One original, one copy and one electronic copy on CD or thumb drive of the bids shall be submitted in a sealed envelope. See page GP-5 for further information.

13) The awarded contractor will be required to submit a completed Agreement of Jurisdiction and W-9 forms.

14) Documentation of compliance with all MDE funding requirements (See Appendix D).

CKL-1 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

SECTION 012000 - MEASUREMENT AND PAYMENT

PART 1 - GENERAL

1.1. SECTION INCLUDES

A. General information in regards to payment.

B. Procedures for preparation and submittal of applications for payment.

1.2. GENERAL REQUIREMENTS

A. The Contractor is advised to review all of the requirements and conditions set forth in this section prior to submitting a bid.

B. See the General Provisions and Special Provisions for additional requirements.

C. The Contractor must refer and be in compliance with the Cecil County Department of Public Works Standard Specifications and Details for Water Mains and Sewer Mains. If there are any discrepancies between the construction plans, specifications, and Cecil County Standard Specifications, the Contractor shall let the County’s Representative know during the Pre-Bid Conference. The County’s Representative shall address it as an Addendum to the Contract Documents any discrepancy for the prosecution of the Contract. If not brought up prior to the bid, the more stringent requirement shall apply.

D. Payment for the work completed under this Contract will be made at the unit prices (based on quantity installed) and lump sum prices bid. The lump sum and unit prices shall include the furnishing of all labor, tools, equipment and materials and the performance of all work required to complete the project as indicated and specified in accordance with all requirements of the Contract Documents and to the entire satisfaction of the County.

E. The County shall not have any obligation to pay nor to see to the payment of any monies to the Contractor except as may otherwise be required by law.

F. No certificate for progress payment, nor any progress payment, nor any partial or entire use of occupancy of the Project by the County, shall constitute an acceptance of any Work which is not in accordance with the Contract Documents.

G. The County may decline to certify payment because of subsequent observations, and it may nullify the whole of any Payment request previously issued, to such extent as may be necessary in its opinion to protect the County from loss because of:

I. Defective work not remedied.

II. Reasonable evidence that the Work cannot be completed for unpaid balance of the Contract Sum.

012000-1 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

III. Damage to the County or another Contractor.

IV. Reasonable evidence that the Work will not be or has not been completed within the Contract Time.

V. Failure or refusal of the Contractor to fully comply with the Cecil County Department of Public Works Standard Specifications and Details for Water Mains and Sewer Mains.

VI. Cancellation, material change or lapse of required insurance as specified in the Contract Documents.

H. When the above grounds are removed and the estimated quantities have been approved, payment shall be made for the full payment request amount.

I. Interpretation of Quantities in the Bid Form: the quantities appearing in the Bid Form are approximate only and are prepared for the canvassing of Bids. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the Contract. It is understood that the schedule of quantities to be done and materials to be furnished and installed may each be increased or decreased or omitted without in any way invalidating unit prices bid. The County reserves the right to delete items of work listed in the Bid Form.

II. It is intended that all work on the Plans and included in the Specifications is to be paid for under the items listed in the Bid Form. The absence from the Bid Form of bid items specifically described in these Specifications or shown on the Plans shall be interpreted as meaning the cost of such work contemplated by the Contract Documents and shall be included in the prices bid for related items for which quantities have been established.

III. Except as herein provided, the Contractor shall accept the compensation as herein provided, (1) in full payment for furnishing all material, labor, tools, equipment, and incidentals necessary to complete the work and for performing all work contemplated and embraced under the Contract, (2), for all loss or damage arising from the nature of the work, or from the action of the elements, or from any unforeseen difficulties which may be encountered during prosecution of the work and until its final acceptance by the County, (3) from all risks of every description connected with prosecution of the work, and (4) for all expenses incurred in consequence of the suspension of the work as herein authorized.

I. The contract unit price for each base bid item to be paid under this contract shall also include all of the Contractor’s costs of whatsoever nature, required to furnish by-pass pumping necessary for all work. This shall include, but not be limited to: furnishing and setting up all equipment, labor, and materials necessary to control flow and pump sanitary sewage around the work including the bypass pumping of sewage from laterals; energy required for power equipment; temporary installation of by-pass pipes under the pavement of cross streets as may be required for traffic; re-paving of cross streets after removal of temporary by-pass pipes; notifications and coordination with affected property owners and all other necessary equipment,

012000-2 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

work, and materials required to accomplish sewage by-passing until completion of the work in accordance with the Plans and Specifications.

1.3. BASE BID ITEMS

A. Bid Item 1 – Mobilization and Demobilization

I. Measurement – This item will not be measured.

II. Payment – Payment will be made at the lump sum bid price for “Mobilization and Demobilization”, for which price and payment constitutes full compensation for all Work associated with mobilizing and demobilizing the Project as described, all necessary clearing and grubbing, and for furnishing all Materials, labor, equipment and incidentals required to complete the Work. Fifty percent (50%) of the lump sum Contract price for initial expense will be paid for the first monthly payment, after which the remaining sum will be prorated for the duration of the contract. Price and payment will constitute full compensation for all labor, materials, equipment, tools, and incidentals required to complete the work. Payment of the Contract lump sum price for initial expense will not be made more than once, regardless of the fact that the Contractor may have for any reason shut down work on the Project or moved equipment away from the Project and then back again. The cost of required insurance and bonds, and any other initial expense required for the start of work will be included in this Section.

B. Bid Item 2 – Maintenance of Traffic and Pedestrians

I. Measurement – This item will not be measured.

II. Payment – Payment will be made at the lump sum bid price for “Maintenance of Traffic and Pedestrians”, for which price and payment constitutes full compensation for all Work associated with controlling vehicular and pedestrian traffic and for furnishing all materials, labor, equipment and incidentals required to complete this task. The lump sum bid price will be paid on a prorated basis for the duration of the contract.

C. Bid Item 3 – Surveying & Stakeout

I. Measurement – This item will not be measured.

II. Payment – Payment will be made at the lump sum bid price for “Surveying & Stakeout”, for which price and payment constitutes full compensation for all Work associated with the necessary surveying and construction stakeout. Price and payment will constitute full compensation for all labor, materials, equipment, tools, and incidentals required to complete the work. The lump sum bid price will be paid on a prorated basis for the duration of the contract.

012000-3 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

D. Bid Item 4 – As-Built Drawings

I. Measurement – This item will not be measured.

II. Payment – Payment will be made at the lump sum bid price for “As-Built Drawings”, for which price and payment constitutes full compensation for all Work associated with the production of the as-built drawings. Price and payment will constitute full compensation for all labor, materials, equipment, tools, and incidentals required to complete the work. The lump sum bid price will be paid upon approval of the As- Built drawings.

E. Bid Item 5 – Construction Schedules and Reports (CPM)

I. Measurement – This item will not be measured.

II. Payment – Payment will be made at the lump sum bid price for “Construction Schedules and Reports”, for which price and payment constitutes full compensation for all Work associated with preparing and submitting the required construction CPM schedules, updates, and reports per specifications Section 013300. The lump sum bid price will be paid on a prorated basis for the duration of the contract. Payment will be withheld if updates are not received.

F. Bid Item 6 – Pump Station

I. Measurement – This item will not be measured.

II. Payment – Payment will be made at the lump sum price for which payment constitutes full compensation for all Work associated with installing a fully functioning sewage pumping station and site improvements.” Work under this item shall include all sheeting, excavation, disposal of excess excavated material, backfill with approved material, materials testing, dewatering of excavation, wet well, pumping station and controls, standby power generator and controls, automatic transfer switch, control and power enclosures, automatic alarm monitoring system, ventilation system, pump-around connection, 12” RCP drainage piping underneath the proposed access road, restoration, and all incidentals necessary to complete the item as specified.

G. Bid Item 7 – Stone Access Road

I. Measurement – The quantity of Stone Access Road will be measured as the tonnage of Stone Access Road installed and completed in the field.

II. Payment – Payment will be made at the per ton bid price for Stone Access Road, for which price and payment constitutes full compensation for all Work associated with installing the stone access road according to the project plans and specifications and for furnishing all materials, labor, equipment and incidentals required to complete this task and for performing materials testing. The contract price for the tonnage installed will be paid on each monthly estimate.

012000-4 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

H. Bid Item 8 – Sanitary Sewer 4” HDPE DR-9 Force Main Installation (Exclusive of force main required to be directional drilled in Bid Item 9)

I. Measurement – This item will be measured on a linear foot basis of pipe installed.

II. Payment – Payment will be made at the linear foot price for which payment constitutes full compensation for all Work associated with installing a fully functioning force main according to the project plans and specifications, compaction testing, pressure testing, inspection, and for furnishing all materials, labor, equipment and incidentals required to complete this task. The force main may be installed by any combination of open cut, jack and bore, or horizontal directional drilling methods at the discretion of the Contractor. Work under this item shall include all pipe and incidentals, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents, and all required restoration, including paving. The contract price for the linear feet installed will be paid on each monthly estimate. A soils technician provided by the Contractor must be on site during backfilling operations in accordance with the Cecil County Department of Public Works Standard Specifications and Details for Water Mains and Sewer Mains.

I. Bid Item 9 – Directional Drilling 4” HDPE DR-9 Force Main Installation (Contract required directional drilling at specific locations called out on plans)

I. Measurement – This item will be measured on a linear foot basis of pipe installed.

II. Payment – Payment will be made at the linear foot price for which payment constitutes full compensation for all Work associated with installing a fully functioning force main using directional drilling methods according to the project plans and specifications, compaction testing, pressure testing, inspection, and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all pipe and incidentals, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents, and all required restoration, including paving. The contract price for the linear feet installed will be paid on each monthly estimate. A soils technician provided by the Contractor must be on site during backfilling operations in accordance with the Cecil County Department of Public Works Standard Specifications and Details for Water Mains and Sewer Mains.

J. Bid Item 10 – 4" PVC SDR-26 Emergency Overflow Pipe Installation

I. Measurement – This item will be measured on a linear foot basis of pipe installed from connection point to center of discharge manhole.

II. Payment – Payment will be made at the linear foot price for which payment constitutes full compensation for all Work associated with installing a fully functioning pipe system according to the project plans and specifications, compaction testing, pressure testing, and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all pipe and incidentals, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents, and all required restoration, including paving. Work shall include 012000-5 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

connecting to existing pipe system and all necessary couplings, fittings and components. The depth of the lagoon drain connection shall be determine in the field. The contractor shall test pit to determine the depth of the connection at the existing pipe. The depth at tie-in point (Manhole NS-04) shall be based on the required 2% min slope. The contract price for the linear feet installed will be paid on each monthly estimate. A soils technician provided by the Contractor must be on site during backfilling operations in accordance with the Cecil County Department of Public Works Standard Specifications and Details for Water Mains and Sewer Mains.

K. Bid Item 11 – Jack and Bore 10” DIP Gravity Sewer Main Installation

I. Measurement – This item will be measured on a linear foot basis of pipe installed from end of casing pipe to end of casing pipe.

II. Payment – Payment will be made at the linear foot price for which payment constitutes full compensation for all Work associated with installing a fully functioning sewer main using Jack and Bore methods according to the project plans and specifications, compaction testing, pressure testing, CCTV inspection, and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all pipe and incidentals, including casing pipe and spacers, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents, and all required restoration, including paving. The contract price for the linear feet installed will be paid on each monthly estimate. A soils technician provided by the Contractor must be on site during backfilling operations in accordance with the Cecil County Department of Public Works Standard Specifications and Details for Water Mains and Sewer Mains.

L. Bid Item 12 – 10" DIP Gravity Sewer Main Installation

I. Measurement – This item will be measured on a linear foot basis of pipe installed from center of manhole to center of manhole.

II. Payment – Payment will be made at the linear foot price for which payment constitutes full compensation for all Work associated with installing a fully functioning sewer main according to the project plans and specifications, compaction testing, pressure testing, CCTV inspection, and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all pipe and incidentals, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents, and all required restoration, including paving. The contract price for the linear feet installed will be paid on each monthly estimate. A soils technician provided by the Contractor must be on site during backfilling operations in accordance with the Cecil County Department of Public Works Standard Specifications and Details for Water Mains and Sewer Mains.

012000-6 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

M. Bid Item 13 – 8" PVC SDR-26 Sewer Main Installation

I. Measurement – This item will be measured on a linear foot basis of pipe installed from center of manhole to center of manhole.

II. Payment – Payment will be made at the linear foot price for which payment constitutes full compensation for all Work associated with installing a fully functioning sewer main according to the project plans and specifications, compaction testing, pressure testing, CCTV inspection, and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all pipe and incidentals, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents, and all required restoration, including paving. The contract price for the linear feet installed will be paid on each monthly estimate. A soils technician provided by the Contractor must be on site during backfilling operations to provide geotechnical testing in accordance with the Cecil County Department of Public Works Standard Specifications and Details for Water Mains and Sewer Mains.

N. Bid Item 14 – Sanitary Sewer Manhole

I. Measurement – Measurement will be based on the actual number of new manholes installed per the requirements of the contract documents.

II. Payment – Payment will be made at the contract unit price bid for each new manhole installed which includes all work necessary to furnish and install the manholes per the requirements of the Contract Documents and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all pipe, materials, and incidentals, manhole frame and cover, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents and all required restoration, including paving. A soils technician provided by the Contractor must be on site during backfilling operations to provide geotechnical testing in accordance with the Cecil County Department of Public Works Standard Specifications and Details for Water Mains and Sewer Mains. The contract price for each manhole installed will be paid on each monthly estimate. Manhole testing must be completed and accepted by the County prior to payment.

O. Bid Item 15 – Outside Drop Manhole

I. Measurement – Measurement will be on a per each basis.

II. Payment – Payment will be made at the contract unit price bid, which includes all work necessary to install a new manhole with an outside drop and associated components per the requirements of the Contract Documents and Cecil County Code and for furnishing all materials, labor, equipment and incidentals required to complete this task. Refer to Detail S-10 “Drop Manhole Type ‘A’ and ‘B’” on Sheet C-14 of construction plans. Work under this item shall include all pipe, materials, and incidentals, manhole frame and cover, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents and all required restoration, including paving. A soils technician provided by the Contractor must be on site during backfilling operations to provide geotechnical testing in accordance with the Cecil County Department of Public 012000-7 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

Works Standard Specifications and Details for Water Mains and Sewer Mains. The contract price for each manhole installed will be paid on each monthly estimate. Manhole testing must be completed and accepted by the County prior to payment.

P. Bid Item 16 – Connection to Existing Manhole

I. Measurement – Measurement will be based on the actual number of connections to existing manholes per the requirements of the contract documents.

II. Payment – Payment will be made at the contract unit price bid for each connection to an existing manhole which includes all work necessary to core drill the manhole and connect the sewer main per the requirements of the Contract Documents and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all pipe, materials, and incidentals, manhole frame and cover, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents and all required restoration, including paving. A soils technician provided by the Contractor must be on site during backfilling operations to provide geotechnical testing in accordance with the Cecil County Department of Public Works Standard Specifications and Details for Water Mains and Sewer Mains. The contract price for each manhole installed will be paid on each monthly estimate. Manhole testing must be completed and accepted by the County prior to payment.

Q. Bid Item 17 – Remove and Replace Sanitary Manhole

I. Measurement – Measurement will be on a per each basis.

II. Payment – Payment will be made at the contract unit price bid to remove and replace existing manholes, which includes all work necessary to remove the existing manhole, furnish and install a new manhole per the requirements of the Contract Documents, and provide the necessary piping and components to reconnect to the existing sewer main, and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all pipe, materials, and incidentals, manhole frame and cover, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents and all required restoration, including paving. A soils technician provided by the Contractor must be on site during backfilling operations to provide geotechnical testing in accordance with the Cecil County Department of Public Works Standard Specifications and Details for Water Mains and Sewer Mains. The contract price for each manhole installed will be paid on each monthly estimate. Manhole testing must be completed and accepted by the County prior to payment.

012000-8 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

R. Bid Item 18 – 6” PVC SDR-26 Sewer Lateral & Connection

I. Measurement – This item will be measured on a linear foot basis of pipe installed.

II. Payment – Payment will be made at the per linear foot price for which payment constitutes full compensation for all Work associated with installing a fully functioning sewer lateral connection according to the project plans and specifications and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all pipe and incidentals, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents, providing geotechnical testing during backfill operations, and all required restoration, including paving. The contract price for each item installed will be paid on each monthly estimate.

S. Bid Item 19 – 6” PVC SDR-26 Sewer Cleanout

I. Measurement – This item will be measured on a per each basis of cleanouts installed.

II. Payment – Payment will be made at the per unit price for which payment constitutes full compensation for all Work associated with a sewer cleanout according to the project plans and specifications and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all pipe and incidentals, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents and all required restoration, including paving. A soils technician provided by the Contractor must be on site during backfilling operations to provide geotechnical testing in accordance with the Cecil County Department of Public Works Standard Specifications and Details for Water Mains and Sewer Mains. The contract price for each item installed will be paid on each monthly estimate.

T. Bid Item 20 – Silt Fence

I. Measurement – This item will be measured on a linear foot basis of silt fence installed.

II. Payment – Payment will be made at the contract linear foot price for which payment constitutes full compensation for all work associated with installing silt fence according to the project plans and specifications and for furnishing all materials, labor, equipment, and incidentals required to complete this task. This shall also include maintenance, cleaning, and removal. The contract price for linear foot installed will be paid on each monthly estimate.

U. Bid Item 21 – Super Silt Fence

I. Measurement – This item will be measured on a linear foot basis of super silt fence installed.

II. Payment – Payment will be made at the contract linear foot price for which payment constitutes full compensation for all work associated with installing super silt fence

012000-9 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

according to the project plans and specifications and for furnishing all materials, labor, equipment, and incidentals required to complete this task. This shall also include maintenance, cleaning, and removal. The contract price for linear foot installed will be paid on each monthly estimate.

V. Bid Item 22 – Stabilized Construction Entrance

I. Measurement – This item will be measured on the actual number of stabilized construction entrances installed per the requirements of the contract documents.

II. Payment – Payment will be made at the contract unit price bid for each stabilized construction entrance installed which includes all work necessary to furnish and install the entrances per the requirements of the contract documents and for furnishing all materials, labor, equipment and incidentals required to complete this task. This shall also include maintenance, cleaning, and removal. The contract price for each stabilized construction entrance installed will be paid on each monthly estimate.

1.4. CONTINGENCY BID ITEMS

CONTINGENT BID ITEMS BELOW SHALL NOT BE PAID WITHOUT RECEIVING PRIOR APPROVAL FROM THE COUNTY’S REPRESENTATIVE.

A. Bid Item 23 - Sectional Cured-in-Place Pipe (CIPP) Liner Repair

I. Measurement – This item will be measured on a linear foot basis of liner that is installed.

II. Payment – Payment will be made at the per linear foot price which includes all work necessary to furnish and install cured-in-place pipe per the requirements of the Contract Documents and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all materials and incidentals, pre-lining cleaning, pre-lining CCTV inspection, post- lining CCTV inspection, bypass pumping, reinstatement of all lateral connections, notifications, and warranty inspections as indicated in the Contract Documents. Lengths for each repair shall be determined by the County Representative. The contract price for each sectional liner repair performed will be paid on each monthly estimate.

B. Bid Item 24 - Sanitary Sewer Manhole to Manhole Cured-in-Place Pipe (CIPP) Liner Repair

I. Measurement – This item will be measured on a linear foot basis of liner that is installed.

II. Payment – Payment will be made at the per linear foot price which includes all work necessary to furnish and install cured-in-place pipe per the requirements of the Contract Documents and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all materials and incidentals, pre-lining cleaning, pre-lining CCTV inspection, post-

012000-10 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

lining CCTV inspection, bypass pumping, reinstatement of all lateral connections, notifications, and warranty inspections as indicated in the Contract Documents. The contract price for each sectional liner repair performed will be paid on each monthly estimate. Liner testing must be completed and accepted by the County prior to payment.

C. Bid Item 25 - Sanitary Sewer Spot Repair

I. Measurement – Measurement will be on a linear foot basis for each spot repair completed and accepted.

II. Payment – Payment will be made at the contract unit price bid for each new spot repair. This item includes repair of deficiencies to existing sewer pipe including cracks and holes, deficient lateral pipes, damaged cleanouts, deficient lateral connections to main pipe and deficient pipe connections to manholes. The number of each item shall be paid for at the contract unit price proposed for this item. The unite price proposed for this item will be full compensation for providing all labor, material, equipment, tools, and incidentals necessary to complete the spot repairs including notifications, test pits to locate utilities, E&S controls, CCTV inspection to locate the repair, excavation, shoring, bypass pumping, removal and disposal of existing pipe and soil materials, traffic control, dewatering, new pipe & couplings, cast iron frame and cover over cleanout, bedding, furnishing and placing CR-6 backfill full depth of pipe and compaction of backfill, testing of backfill, temporary paving, permanent paving, grass restoration, other restoration (including sidewalk, driveway, curb and gutter), CCTV inspection of pipe after placement and all other items of work necessary to complete the spot repairs in accordance with the requirements of the Contract Documents. The contract price for each point repair performed will be paid on each monthly estimate. Pipe testing must be completed and accepted by the County prior to payment.

D. Bid Item 26 – Lateral Reconnection

I. Measurement – Measurement will be based on the actual number of laterals reconnected per the requirements of the contract documents.

II. Payment – Payment will be made at the contract unit price bid for each lateral reconnection which includes all work necessary to reconnect the lateral to the existing sewer main per the requirements of the Contract Documents and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all pipe and incidentals, excavation, sheeting, shoring, testing, and dewatering and backfill with specified material as indicated in the contract documents. The contract price for each connection will be paid on each monthly estimate.

E. Bid Item 27 - Sanitary Sewer Root Treatment

I. Measurement – Measurement will be on a linear foot basis.

II. Payment – Payment will be made at the contract unit price bid for root treatment of the pipe, which includes all work necessary to perform the root treatment work, 012000-11 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

including root cutting, removal and chemical treatment, per the requirements of the Contract Documents and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all equipment and incidentals with specified material as indicated in the contract documents, and all required restoration, including paving. The contract price for the work performed will be paid on each monthly estimate. This item does not include the lining that shall be performed for the pipe segment, which is included in Bid Items 23 and 24.

F. Bid Item 28 – Remove and Replace MH-3

I. Measurement – Measurement will be on a per each basis.

II. Payment – Payment will be made at the contract unit price bid to remove and replace MH-3, which includes all work necessary to remove the existing manhole, furnish and install a new manhole per the requirements of the Contract Documents, and remove and replace 10 feet of pipe on the upstream (in the direction of MH-2) and the downstream (in the direction of MH-4) directions including all necessary couplings and components to reconnect to the existing sewer main, and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all material and incidentals as indicated in the contract documents. The contract price for the work performed will be paid on each monthly estimate.

G. Bid Item 29 – Inside Drop Manhole Connection

I. Measurement – Measurement will be on a per each basis.

II. Payment – Payment will be made at the contract unit price bid, which includes all work necessary to install new gravity drop piping and associated components per the requirements of the Contract Documents and Cecil County Code and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all material and incidentals as indicated in the contract documents. The contract price for the work performed will be paid on each monthly estimate.

H. Bid Item 30 – Low Pressure Inside Drop Manhole Connection

I. Measurement – Measurement will be on a per each basis.

II. Payment – Payment will be made at the contract unit price bid, which includes all work necessary to remove and replace low pressure drop piping and associated components per the requirements of the Contract Documents and Cecil County Code and for furnishing all materials, labor, equipment and incidentals required to complete this task. Refer to Detail LP-2 on Sheet C-12 of the Contract Documents. Work under this item shall include all material and incidentals as indicated in the contract documents. The contract price for the work performed will be paid on each monthly estimate.

012000-12 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

I. Bid Item 31 – Concrete Flow Channel

I. Measurement – Measurement will be on a per each basis for the number of concrete flow channels installed and accepted.

II. Payment – Payment will be made at the contract unit price bid proposed for this item. This bid item includes all work necessary to furnish and install a concrete flow channel per the requirements of the Contract Documents and for furnishing all materials, products, labor, equipment and incidentals as specified, including, but not limited to notification of property owners, traffic control, bypass pumping of sewage, removal and disposal of accumulated debris from the manholes, thorough cleaning of the manhole to allow the concrete to knit, construction of the concrete flow channel, curing of the concrete, and anything else necessary for or incidental to complete this work in accordance with the plans and specifications. The contract price for the work performed will be paid on each monthly estimate.

J. Bid Item 32 - Apply Epoxy Manhole Liner

I. Measurement – Measurement will be on a vertical foot basis.

II. Payment – Payment will be made at the contract unit price bid to apply new epoxy manhole liner to the manhole, which includes all work necessary to furnish and install new epoxy manhole liner per the requirements of the Contract Documents and manufacturer’s recommendations. This item shall include all necessary cleaning, surface preparation, and patching, and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all material and incidentals as indicated in the contract documents. The contract price for the work performed will be paid on each monthly estimate.

K. Bid Item 33 - Clean Debris from Manhole Bench

I. Measurement – Measurement will be on a per each basis for the work required to clean each manhole.

II. Payment – Payment will be made at the contract unit price bid to clean debris from the manhole benches, which includes all work necessary to clean debris from the manhole benches per the requirements of the Contract Documents and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all material and incidentals as indicated in the contract documents. This item shall only be used if cleaning of the manhole is not required under other applicable bid items. The contract price for the work performed will be paid on each monthly estimate.

L. Bid Item 34 - Remove & Replace Steps

I. Measurement – Measurement will be on a per each basis for each set of steps.

II. Payment – Payment will be made at the contract unit price bid to remove and replace the steps in the manhole, which includes all work necessary to remove and replace the steps per the requirements of the Contract Documents and for

012000-13 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all material and incidentals as indicated in the contract documents. The contract price for the work performed will be paid on each monthly estimate.

M. Bid Item 35 - Remove Roots & Apply Root Treatment in Manhole

I. Measurement – Measurement will be on a vertical foot basis.

II. Payment – Payment will be made at the contract unit price bid to remove roots and apply root treatment to the manhole, which includes all work necessary to apply root treatment to the manhole per the requirements of the Contract Documents and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all material and incidentals, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents, and all required restoration, including paving. The contract price for the work performed will be paid on each monthly estimate.

N. Bid Item 36 - Replace Lamphole with Standard Manhole

I. Measurement – Measurement will be on a per each basis for the work required to install each manhole.

II. Payment – Payment will be made at the contract unit price bid to replace the lamphole with a standard manhole, which includes all work necessary to replace the lamphole with a standard manhole, frame and cover per the requirements of the Contract Documents and for furnishing all materials, labor, equipment and incidentals required to complete this task. Work under this item shall include all material and incidentals, excavation, sheeting, shoring, testing, dewatering and backfill with specified material as indicated in the contract documents, and all required restoration, including paving. The contract price for the work performed will be paid on each monthly estimate.

O. Bid Item 37 - Replace Manhole Frame & Cover

I. Measurement – Measurement will be on a per each basis for actual number of manholes frames and covers replaced complete, in place and accepted

II. Payment – The number of each item as determined above shall be paid for at the contract unit price proposed for this item. The unit price proposed for this item will be full compensation for providing all labor, products, material, equipment, tools and incidentals necessary to replace the manhole frames and covers as specified including but not limited to notification to affected property owners, traffic control, saw cutting and removal of existing bituminous or concrete roadway pavement, sidewalk, curb, base course, concrete collar, removal and replacement of loose brick and mortar (if existing MH is constructed of brick), removal of existing manhole frame and cover, removal of brick/grade rings to top of precast (if existing MH is precast concrete) and disposal of all material including soil generate during the demolition. Also included in this item shall be costs to furnish and install new 012000-14 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

manhole frames and covers, concrete grade adjustment rings, concrete collars, flexible chimney seal (Sauereisen Manhole Chimney Seal No. F-88 or equal), stainless steel hardware, Infra-Risers, backfill, compaction, temporary paving, permanent paving, tack coat, any necessary surface preparation, curb and sidewalk replacement (where applicable), topsoiling, fertilizing, seeding, mulching, and anything else necessary for our incidental to complete this work in accordance with the plans and specifications. The unit price proposed forthis item also includes the placement of additional concrete grade rings during the process described above to raise the top elevation of manholes (0” to 6”) if necessary and as directed by the Engineer to provide positive drainage away from the manholes.

P. Bid Item 38 – Excessive Dewatering 1,001 to 2,000 GPM Q. Bid Item 39 – Excessive Dewatering 2,001 to 3,000 GPM

In cases where dewatering excavations in excess of 1,000 GPM is required and well pointing is not suitable, large pumps may be required to dewater excavations.

I. Measurement – Measurement for Excessive Dewatering will be based on the Contract unit price per day listed on the proposal for this item.

II. Payment – The days of excessive pumping, as measured above, shall be paid at the contract unit price proposed per day of excessive pumping, when well pointing is not suitable, and shall include (but not limited to) furnish and set up pumps, install discharge piping to a point of positive drainage away from the excavation, erosion and sediment control at pump discharge, and all other incidentals necessary to complete the work.

R. Bid Item 40 – Well Pointing

Dewatering is considered incidental to all items described above (or as detailed in Bid Items #38 and #39), however “Well Pointing” may be required to properly dewater excavations. Dewatering by well pointing involves installing a series of small PVC or steel wells (well points) into the ground about 1.5 inches in diameter. Each well point is connected to a common header pipe. The header pipe is then connected to a pump with a large amount of power. The vacuum power produced by the pump sucks the ground water up through thin slits cut into the walls of the well points. The water then travels to the header pipe, through the pump and is discharged through an outfall line away from the site. The Contractor shall assume the well points are driven about 3 feet apart to the depth required to dewater a 15’-0” deep trench with a static groundwater table depth of 5’-0” below existing grade.

I. Measurement – Well Pointing shall be paid on a linear foot basis. The linear footage for this item shall equal to the linear footage of sewer pipe being installed for which well pointing is required, regardless of the actual footage of well pointing installed to achieve the necessary dewatering. Well pointing for manholes, or other items will be included in the footage for the pipe therefore, no additional footage will be calculated for these items. Well pointing for laterals will only be paid if additional well point piping is required and installed specifically for lateral excavation. Well pointing at individual manhole installation shall be measured at 20 linear feet per manhole.

012000-15 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

II. Payment – Payment will be made at the linear foot price for the number of linear feet of well pointing measured as described above. Payment shall constitute full compensation for all labor, equipment, materials, tools, coordination with MDE, permit preparation and application to MDE for withdrawal and discharge permits, well point and header piping, sound attenuated vacuum pump/pumps, notifications, traffic control, noise control, restoration to areas disturbed by well pointing equipment and discharge piping and incidentals required to keep the excavation dry for the entire period needed to complete the work described in the Contract Documents. The price shall include all items identified in the above description of work without regard to the time needed to achieve the necessary dewatering. The duration of the well point operation will not, therefore, be factored into the payment for this item.

S. Bid Item 41 – Undercut Excavation & Backfill with #57 Stone

Undercut Excavation shall consist of all materials, labor, and equipment necessary to remove material below planned sub grade determined by the Engineer to be unsuitable, replacement of excavated material with AASHTO # 57 stone or CR-6 borrow material, and installation of geotextile fabric as directed by the Engineer. The limits of Undercutting Excavation and Backfill shall be approved in advance by the Engineer.

Any Undercut Excavation and Backfill performed by the Contractor without prior approval of the Engineer, and/or any Undercut Excavation and Backfill performed outside the approved limits will not be paid.

Undercut Excavation and Backfill required to correct unstable sub grade caused by the Contractor’s methods, as determined by the Engineer, will not be measured and paid separately. It is the intent of the Contract Documents that Undercut Excavation and Backfill is for the correction of existing, in place unstable sub grade material not meeting the requirements of the specification and it is not intended as payment to reimburse the Contractor for the removal and replacement of unstable sub grade that results from poor construction practices including improper dewatering (up to 1,000 GPM) of excavations.

I. Measurement – Measurement of cubic yards of material to be paid under this section shall be the actual volume of cubic yards of material removed and replaced in accordance with these specifications, measured from end to end, complete, in place and accepted. The maximum payment width for pipe trenches shall be determined per the Trench Payment Widths detail on the construction plans. Measurement for the depth of undercut will begin at 1’-0” below the proposed invert of the pipe.

II. Payment – The cubic yards of material as measured above shall be paid at the contract unit price proposed for the item. The unit price per cubic yard for “Undercut Excavation and Backfill” shall be full compensation for performing all work and providing all material, labor and equipment necessary for excavation, backfill (including importing approved material from offsite if required), removal and proper disposal of excavation spoil, and all incidental items.

012000-16 CECO TO CHERRY HILL CONNECTION MEASUREMENT AND PAYMENT

T. Bid Item 42 – Rock Excavation

I. Measurement – Measurement of cubic yards of rock removal to be paid under this section shall be the actual volume of cubic yards of rock removed in accordance with these specifications, measured in place for the maximum trench payment width per the Trench Payment Widths detail on the construction plans.

II. Payment – The cubic yards of rock removed as measured above shall be paid at the contract unit price for the item. The unit price proposed for this item will be full compensation for providing all labor, material, equipment, tools and incidentals necessary to remove and dispose of rock as described in the specifications when encountered in an excavation for the installation of pipe and manholes.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

END OF SECTION

012000-17 CECO TO CHERRY HILL CONNECTION PROJECT MEETINGS

SECTION 013120 - PROJECT MEETINGS

PART 1 - GENERAL

1.1 PROGRESS MEETINGS

A. Pre-Construction Meeting: Project Manager shall schedule after award of the Contract but prior to the Contract's Notice to Proceed. The location of the meeting will be announced.

B. Progress Meetings: The County’s representative will schedule monthly progress meetings throughout the progress of the work as is deemed necessary by the County. Meetings may be biweekly or monthly as determined by the County. The County’s representative will:

1. Establish meeting date.

2. Prepare meeting agenda.

3. Announce meeting location.

4. Preside at meetings.

5. Record meeting notes, decisions and agreements and provide all those in attendance with these minutes within one week of each meeting.

C. Additional Meetings: In addition to the regularly scheduled meetings, the County’s representative may schedule a meeting or the Contractor may request the County’s representative to schedule a meeting. The Contractor may initiate the latter type meeting by addressing a request for such to the County’s representative in writing. The County’s representative will give to the Contractor written notice of the time and place, and agenda of each such scheduled meeting.

D. Meeting Representation:

1. The Contractor, Contractor's Superintendent, major Subcontractors and other Contractors shall be represented at such meetings by a person or personnel vested with the authority to make necessary decisions on behalf of the Contractor, Subcontractors and other Contractors, and such decisions shall commit the Contractors to the agreed procedures, sequence of operations and time schedules.

2. Failure to be represented at any of these meetings (when scheduled by the County’s representative) shall subject the absent Contractor to liability for damages, delays, costs of alterations, etc. which may result from no representation to coordinate his work with the work that was scheduled, arrangements agreed upon, or procedures developed at the meeting (or meetings) in questions.

013120-1 CECO TO CHERRY HILL CONNECTION PROJECT MEETINGS

3. The County’s representative and others as deemed appropriate shall also attend scheduled meetings.

4. It is emphasized that the County will strictly enforce the above requirement and an offending Contractor will be held to strict accountability for failure to attend and effectively participate in any meeting.

E. Where procedures, sequence of operations, time schedules and/or other matters have been agreed upon by the Contractors and Subcontractors concerned, it shall become binding upon all Contractors and Subcontractors to follow and comply with said procedures, sequence of operations, time schedules, and/or other matters, both as to time and performance, and no claim of delay or damages by the Contractor if he fails to comply therewith will be entertained by the County.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

END OF SECTION

013120-2 CECO TO CHERRY HILL CONNECTION SUBMITTALS

SECTION 013300 - SUBMITTALS

PART 1 - GENERAL

1.1. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES

A. General

I. Shop Drawings and product data shall be coordinated by the Contractor with drawings previously submitted by him, with drawings being prepared by him, and with drawings and data previously approved under this Contract. Submissions shall be made to the Engineer by the Contractor only. Any data prepared by subcontractors and suppliers and all correspondence originating with subcontractors and suppliers shall be submitted through the Contractor.

II. The Contractor shall prepare and transmit each submittal sufficiently in advance of the scheduled performance of related work and similar activities. This item will not be measured or paid.

III. Unless otherwise specified by the Owner or Engineer, the Contractor shall provide all submittals electronically and in digital form. The circumstances and requirements for hard copy submittals are outlined in the rest of this document.

B. Shop Drawings and Product Data

I. Shop drawings and product data are generally defined as all drawings, diagrams, illustrations, brochures, schedules, bills of materials and other data which are prepared by the Contractor, his subcontractors, suppliers or distributors, or equipment manufacturers and fabricators, which illustrate the manufacture, fabrication, construction, installation of the work or a portion thereof, under this Contract. Shop drawings and product data are required and shall be submitted for every element of the work, including but not limited to mechanical equipment, piping arrangements, structural steel, reinforcing steel, miscellaneous metals, electrical equipment, instrumentation and control equipment, and other items as required in the Contract Documents. If the Contractor proposes to deviate from any detail indicated on the Drawings, he shall submit detailed drawings and descriptions of this work for approval.

II. A shop drawing schedule shall be submitted prior to submitting any shop drawings. The schedule shall indicate the anticipated shop drawings and a date for when they will be submitted.

III. Shop drawings submitted by the Contractor shall be no larger than 24 inches by 36 inches, shall have 3/4 inch borders on top, bottom and right-hand side and a 1-1/4 inch border on the left-hand side.

IV. Product and Catalog data shall be original data sheets produced by the manufacturer, and shall be no longer than 8-1/2 inches by 11 inches. Catalog

013300-1 CECO TO CHERRY HILL CONNECTION SUBMITTALS

data shall be explicit with regard to details of the products being furnished and complete enough to enable the Engineer to determine that the products submitted conform to the requirements of the Contract Documents. If a submittal indicates more than one style, size, capacity, etc. of a product on a sheet, the Contractor shall clearly indicate by "highlighting" or otherwise specifically marking exactly which product type and size is being submitted for approval. Failure to indicate exactly which product is being submitted shall be cause for rejection of the submittal. Catalog data shall bear the name of the manufacturer of the product.

V. The Contractor shall submit drawings and product data certified correct for construction for the approval of the Engineer as soon as possible after approval of the Materials List prepared by the Contractor and with due regard to the sequence in which such information will be required for construction. It is the Contractor's responsibility to provide finished drawings for approval, based on field measurements of actual conditions, indicating how he proposes to install the work and the materials and equipment being furnished under the Contract. Single line drawings will not be acceptable. Copies of the Plans will not be accepted for submission as drawings, nor will catalog numbers alone of materials or equipment.

VI. Each submittal shall be assigned a sequential number by the Contractor, for purposes of easy identification, and shall retain its assigned number with appropriate subscript, on required resubmissions. The assigned number to be noted on the cover of the submittal shall consist of the specification section number where the item is specified followed by a sequential number indicating the number of submittals in that section (e.g., 033000-11 is the 11th separate submittal for items specified in Section 033000). Re-submittals shall be identified with the same number as the original submittal, followed by the subscript R1, R2, etc. Amendments to submittals shall be identified with the same number as the original submittal, followed by the subscript A1, A2, etc. All products and materials submitted shall be clearly identified with the appropriate equipment name and number as it appears in the Contract Documents.

VII. Space: Vacant space approximately 2-1/2 inches high by 4-inches wide shall be provided adjacent to the shop drawing identification data to receive the Engineer's status stamp.

VIII. Shop Drawings and product data shall be submitted in proper sequence and time with due regard to the time required for the review approval and transmittal.

IX. All shop drawings and product data covering related items of equipment or material or integrated systems of equipment or material shall be submitted at the same time in order that their complete installation can be adequately reviewed. No partial submissions will be considered. Each equipment or material item shall be assigned an individual number per the required numbering convention.

X. No materials or equipment for which shop drawings and product data have been submitted for approval shall be delivered to the job site or incorporated into the work until the Contractor has received copies of such approved drawings and data or until the Engineer has authorized him in writing to do so. Work shall not

013300-2 CECO TO CHERRY HILL CONNECTION SUBMITTALS

be done upon any part of the Contract that is dependent upon the approval of another part of the Contract, until such approval has been received from the Engineer.

XI. After a submittal has been reviewed by the Engineer, it will be returned to the Contractor with the Engineer's comments, if any. The Engineer's approval of the Contractor's submittal is for general conformance only, but subject to the detailed requirements of the Contract Documents. Although the Engineer may review submittals in more or less detail, such reviewing is an effort to discover errors and omissions in the Contractor's submittals and to assist the Contractor in expediting his work. The Engineer's review shall in no way relieve the Contractor of his obligation and responsibility to coordinate the work and plan the details of the work or to relieve him of his responsibility in fulfilling the purpose and intent of the Contract. Review by the Engineer shall not be construed as placing on him or on the County a responsibility for the accuracy, proper fit, functioning, or performance of any phase of the work included in the Contract. The Contractor shall provide confirmation that the comments placed on submittals stamped "APPROVED AS NOTED" will actually be followed in the prosecution of the work.

XII. All submittals must bear the approval of the Contractor as evidence that he has checked them. Submittals without this approval will not be considered and will be returned to the Contractor for resubmission. Each shop drawing, working drawing, sample and catalog data submitted by the Contractor shall have affixed to it the following Certification Statement, signed by the Contractor: "Certification Statement: by this submittal, I hereby represent that I have determined and verified all field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with the Contract Drawings, Specifications, other applicable approved shop drawings and all Contract requirements." If the drawings or other data show variations from the requirements of the Contract Documents because of standard practice or other reason, the Contractor shall make specific mention of such variation in his letter of transmittal in order that, if acceptable, suitable action may be taken for prior adjustment; otherwise, the Contractor will not be relieved of the responsibility for executing the work in full conformance with the Contract Documents even though such submittals have been approved.

XIII. After checking and verifying all field measurements and coordinating with other submittals, the Contractor shall submit to the County/Engineer for approval, two sets of good reproducible quality. Electronic AutoCAD submittals shall be permitted. Submittals must be checked by and stamped with the approval of the Contractor and identified as the County/Engineer may require. Manufacturer's catalog cuts shall be submitted at a quantity of two (2) of which one (1) will be retained by the County and remaining returned with comments and/or approval to the Contractor. The data shown on the Shop Drawings shall be complete with respect to dimensions, design criteria, material of construction and the like to enable the County/Engineer to review the information as required. Machinery outline drawings alone are not acceptable. All Shop Drawings covering related items of equipment or integrated systems of equipment shall be submitted at the same time in order that their complete operation can be adequately reviewed. No partial submission will be considered. At the time of each submission, the Contractor shall, in writing and by clouding or highlighting drawings, call the

013300-3 CECO TO CHERRY HILL CONNECTION SUBMITTALS

County/Engineer's attention to any deviations that the Shop Drawings may have from the requirements of the Contract Documents. Failure to do so shall result in the Contractor assuming all responsibility and liability for future cost and/or delays to the schedule. Within four (4) weeks after final approval of any shop drawing, the Contractor shall deliver to the Engineer one (1) reproducible of each approved shop drawing.

XIV. The Engineer will make every reasonable effort to process and return each submittal within twenty-one (21) calendar days after its receipt in the Engineer's office. The need for resubmissions or any delay in obtaining the Engineer's review or approval of submittals will not entitle the Contractor to an extension of time for Start-up or Contract Completion.

C. Substitutes and “Or-Equals”

I. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or equal” item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below.

II. “Or Equal” Items: If in Engineer’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an “or equal” item, in which case review and approval of the proposed item may, in Engineer’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph, a proposed item of material or equipment will be considered functionally equal to an item so named if:

i. In the exercise of reasonable judgment Engineer determines that:

1. it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics;

2. it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole,

3. it has a proven record of performance and availability of responsive service; and

ii. Contractor certifies that, if approved and incorporated into the Work:

1. there will be no increase in cost to the Owner or increase in Time of Completion, and

013300-4 CECO TO CHERRY HILL CONNECTION SUBMITTALS

2. it will conform substantially to the detailed requirements of the item named in the Contract Documents.

III. If in Engineer’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 1.1.C.II, it will be considered a proposed substitute item.

i. Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor.

ii. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application:

1. shall certify that the proposed substitute item will:

A. perform adequately the functions and achieve the results called for by the general design,

B. be similar in substance to that specified, and

C. be suited to the same use as that specified;

2. will state:

A. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of Substantial Completion on time;

B. whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item; and

C. whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty;

3. will identify:

A. all variations of the proposed substitute item from that specified, and

B. available engineering, sales, maintenance, repair, and replacement services;

C. and shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including

013300-5 CECO TO CHERRY HILL CONNECTION SUBMITTALS

costs of redesign and claims of other contractors affected by any resulting change.

D. Samples

I. The Contractor shall furnish samples of items and materials as required. Samples, unless otherwise required, shall be submitted to the Engineer in duplicate, and each sample shall be properly labeled and identified, giving the date, the job for which it is offered, section and paragraph numbers of the Specifications, the Contractor, the supplier, and trade name, and shall be accompanied by specifications, and such other pertinent data as will help in determining that the material conforms to the requirements.

E. Certificates and Affidavits

I. Where specified in the Contract Documents that a certificate and affidavit shall be submitted to the Engineer for approval of a particular product, or component of a product, such submittals shall be made in accordance with the following.

i. A certificate submitted for a product, or component of a product, shall indicate test results proving that product, or component of a product, meets the requirements of the standard specified in the Contract Documents. An affidavit consisting of a sworn statement by an official of the company manufacturing the product indicating that the information on the certificate is true and accurate shall accompany the certificate.

ii. A statement originating from the Contractor, or any of his subcontractors, suppliers, or any other agent, which merely indicates that a particular product, or component of a product, meets the requirements of the standard specified in the Contract Documents, shall not be considered a certificate. Any such submittal made in this manner will not be approved and the corresponding product, or component of the product, shall not be incorporated into the work.

F. Design Calculations

I. Design calculations shall be presented in a neat, legible manner and shall bear the stamp and signature of a registered professional engineer, registered in the State of Maryland. This item will not be measured or paid.

1.2. RECORD DRAWINGS

A. The Contractor shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Request for Information Transmittals, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. This shall include all work performed by Subcontractors. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to the County for reference including a monthly inspection by the County at the Contractor's field office. Upon completion of work and prior to conditional acceptance, completed record documents, samples and shop drawings

013300-6 CECO TO CHERRY HILL CONNECTION SUBMITTALS

will be delivered to the County. If the Contractor fails to maintain record drawings as required herein, the County reserves the right to withhold any progress payment or final payment until the record drawings are made current or finalized as required.

I. The Contractor shall not obliterate, conceal or alter any changes in work until the change in work is entered onto the record drawings.

II. A team composed of representatives of the Engineer, the County and the Contractor are to review record documents to insure that such documents are timely and properly maintained. A report on maintenance of record documents shall be a regular agenda item at weekly progress meetings.

III. During the progress of the job, the Contractor shall keep a careful record at the job site of all changes and corrections to the information shown on the Drawings in accord with Record Drawings Paragraph A. The Contractor shall enter such changes and corrections on one set of Contract Drawings immediately. Upon completion of work and prior to acceptance, the Contractor shall submit to the County one (1) set of record drawings showing the aforementioned data.

IV. The Contractor shall verify by the survey of a professional land surveyor registered in the State of Maryland, all coordinates including but not limited to the following components: Manholes, cleanouts, and both ends of sewer piping including ends required to be capped or plugged. These elevations and coordinates shall be referred to as Record Survey Points.

i. The Contractor shall show changed elevations and coordinates on record drawings and also provide the County with copies of drawings and contractors record survey logbooks no later than thirty (30) calendar days after items have been installed and/or paid partial or full payment. Contract drawings may be used for recording changes and shall have a sequential numbering system when submitted.

ii. The Contractor shall submit to the County a Record Survey Form in the same form as set forth herein for each record survey point.

iii. The Contractor shall submit a Survey Form for survey points required and used for construction purposes.

iv. The Contractor shall not proceed with any construction activity that would obliterate, alter or in any way affect any construction before and until his submitted Record Survey Form is signed by the County Engineer.

B. MANUFACTURER'S CERTIFICATES

I. Manufacturer's Equipment Warranty and Certification Form

i. At the time of submitting Shop Drawings, submit a certification, in the form provided, from each manufacturer of the equipment or system listed below attesting that the manufacturer has examined the Contract Drawings and Specifications and that the proposed equipment, component, or system

013300-7 CECO TO CHERRY HILL CONNECTION SUBMITTALS

meets or exceeds Contract Specifications, is suitable for its intended purpose and installation, and will provide satisfactory performance at the design criteria specified.

C. CONSTRUCTION SCHEDULES AND REPORTS

I. Scope

i. This section specifies requirements and procedures in preparing and updating construction schedules and reports for planning, coordinating, executing, and monitoring the progress of the work. The construction work shall be scheduled using the Critical Path Method (CPM) of network analysis.

ii. After receipt and opening of Bids and Notice to Proceed is given to the Contractor, the Contractor shall develop a CPM schedule to coincide with his intended plan of action as described herein. The Contractor's CPM Schedule must include major milestones and owner related activities as specified in the related portions of the Contract Documents.

II. Form of Schedules

i. Prepare schedules in the form of critical path method (CPM) as described herein. The Contractor shall code each schedule activity to represent areas of work, and any other items, to clearly represent the project in a schedule format. In addition, the contractor will be required to code all activities that impact the existing stations.

III. Scheduling Responsibilities

i. The Critical Path Method type construction schedule will be used to monitor job progress. The Contractor will be responsible for providing all information concerning the sequencing, logic and durations of all activities as well as providing the initial CPM logic network diagram and tabular report data. Once the initial logic network diagram is accepted by the Owner, the Contractor will be responsible for providing monthly update information on logic, % complete, actual start and finish dates and duration changes. The Contractor will be required to produce the computerized printout of the schedule updates. Copies of the schedule updates will be distributed at the progress meetings.

ii. From the Contractor's initial schedule submittal and from information received at the monthly schedule update meetings, the Contractor will produce computerized and dated tabular schedule reports, and updated network diagrams, and bar charts which will be reviewed by the Contractor for accuracy and integrity. It shall at all times remain the Contractor's responsibility to schedule and direct his forces in a manner that will allow for the completion of the work within the contractual period.

iii. It should be clearly understood that the initial schedule and all update information must be provided by the Contractor and that this information is a

013300-8 CECO TO CHERRY HILL CONNECTION SUBMITTALS

representation of the best efforts of the Contractor and his subcontractors as to how they envision the work to be accomplished. Similarly, all progress information to be provided by and through the Contractor must be an accurate representation of his or his contractor's or supplier's actual performance. The schedule shall at all times remain an accurate reflection of the Contractor's actual or projected sequencing of work. Once accepted by the Owner, adherence to the established CPM schedule shall be obligatory upon the Contractor and his subcontractors for the work under this Contract. The Owner shall have the right to require the contractor to revise the schedule if, in his judgment, the schedule does not accurately reflect the actual execution of the work, or is in violation of any provision on this CPM schedule specification, and the Contractor shall revise the schedule as often as is necessary during the course of performance of the work without additional cost to the Owner.

iv. Contractor shall consult with his principle Subcontractors and Suppliers relating to the preparation of his initial CPM Schedule. Principle Subcontractors which relates to their work and shall be continually advised of any updates or revisions to the CPM Schedule as the Work progresses. When the Contractor submits his initial CPM Schedule to the Owner or makes proposed updates or revisions to such Schedule, it will be assumed by the Owner the Contractor has consulted with and has concurrence of his Principle Subcontractors and Suppliers. Contractor shall be solely responsible for ensuring all Subcontractors and Suppliers comply with the requirements of the CPM Schedule for their portions of the Work.

IV. Construction Hours

i. No work shall be done outside of the allowable work hours nor on Saturdays, Sundays, or legal holidays without the prior written permission of the Owner. However, emergency work may be done without prior written permission, but Contractor must contact Owner for verbal approval.

ii. If the Contractor, for his convenience and at his own expense, should desire to carry on his work at night or outside the regular hours, he shall submit a written request to the Owner and shall allow seventy-two (72) hours for satisfactory arrangements to be made for inspecting the work in progress. If permission is granted, the Contractor shall light the different parts of the project as required to comply with all applicable Federal, State and local regulations.

V. Progress of the Work

i. The work shall be started on the date indicated in the Notice to Proceed and shall be executed with such progress as may be required to prevent delay to the general completion of the project. The work shall be executed at such times and in or on such parts of the project, and with such forces, material and equipment, as to assure completion of the work in the time established by the Contract. Additionally, the Contractor shall, at all times, schedule and direct his work so that it provides an orderly progression of the work to completion within the specified time for completion.

013300-9 CECO TO CHERRY HILL CONNECTION SUBMITTALS

ii. The Contractor agrees that whenever it becomes apparent from the current monthly CPM Schedule update that delays to the critical path have resulted and these delays are through no fault of the Owner, or the Engineer, and hence, that the Contract completion date will not be met, or when so directed byte Owner he will take some or all of the following actions at no additional cost to the Owner.

1. Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work.

2. Increase the number of working hours per shift; shifts per working day, or days per week; the amount of construction equipment; the forms for concrete work; etc., or any combination of the foregoing to substantially eliminate the backlog of work.

3. Reschedule activities to achieve maximum practical concurrence of accomplishment of activities, and comply with the revised schedule.

4. The Contractor shall submit to the Owner, for review, a written statement of the steps he intends to take, to remove or arrest the delay to the schedule, and prepare a Recovery Schedule to the same level of detail as the Post-Bid CPM Schedule showing how the Contractor intends to return to the accepted Post-Bid CPM Schedule. If the Contractor fails to submit a written statement and Recovery Schedule of the steps he intends to take or fails to take such steps as required by the Contract, the Owner may direct the level of effort in manpower (trades), equipment, and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the accepted schedule, and the Contractor shall promptly provide such level of effort at no additional cost to the Owner. In addition, should schedule delays persist; the Contractor's bond agent will be asked to attend meetings to update the schedule.

iii. Failure of the Contractor to comply with the requirements of this provision shall subject him to, at the Owner's sole discretion, withholding, in partial or in total, payments otherwise due the Contractor for work performed under this Contract. The Contractor agrees that any withholding of monies is not a penalty for noncompliance, but is an assurance for the Owner that funds will be available to implement these requirements should the contractor fail to do so, since failure of the Contractor to comply with these requirements shall mean that the Contractor failed to execute the work with such diligence as to ensure its completion within the time for completion.

VI. Schedule of Values

i. Each activity on the construction schedule shall be allocated a dollar value as specified elsewhere. Each activity's assigned cost shall consist of labor, equipment, and materials costs, and a pro rata contribution to overhead and profit. The sum of the activities costs shall be equal to the total contract price. In submitting cost data the Contractor certifies that they are not unbalanced

013300-10 CECO TO CHERRY HILL CONNECTION SUBMITTALS

and that the value assigned to each activity represents the Contractor's estimate of the actual costs of performing that activity.

ii. The accepted schedule of values, in the best judgment of the Contractor and Owner shall represent a fair, reasonable and equitable dollar cost allocation for each activity on the Contractor's construction schedule.

iii. If, in the opinion of the Construction Manager, the cost data do not meet the requirements for a balanced bid breakdown, the Contractor will present documentation to the Owner substantiating any cost allocation on the cost data. Cost allocations shall be considered unbalanced if an activity on the construction schedule has been assigned a disproportionate allocation of direct costs, overhead and profit.

VII. CPM Schedule Implementation

i. Within 10 calendar days after the Notice to Proceed, the Contractor shall submit to the Owner four (4) prints of his proposed CPM network diagram and tabular reports for the first ninety (90) calendar days of the work. This initial logic diagram shall be drawn as described herein and submitted on sheets 24 inches by 36 inches and shall include both procurement and construction activities. The schedule will be the subject of a schedule review meeting with the Contractor and the Owner within two (2) weeks of its submission. The Contractor will revise and resubmit the ninety (90) day schedule until it is acceptable to the Construction Manager.

ii. Within thirty (30) calendar days after the Notice to Proceed, the Contractor shall submit to the Owner four (4) sets of his proposed CPM logic diagram and tabular reports for the entire Contract duration and shall include both procurement and construction activities. These tabular reports shall be sorted by total float and activity number. They shall also contain a predecessor/successor report, cost report, resource loading report, and project calendar. This logic diagram shall be drawn as described herein and will be the subject of a schedule review meeting with the Contractor and the Owner within two (2) weeks of its submission. If a review of the submitted CPM Schedule indicates a work plan which will not complete the work within the time requirements stated in the Contract, it shall be the responsibility of the Contractor to revise the CPM Schedule as required by the Owner and resubmit it until it is acceptable. Failure by the Contractor to submit an acceptable schedule may, at the Owner's sole discretion, be cause for the withholding of any partial payment(s) otherwise due under the Contract.

iii. Acceptance of the schedule by the Owner shall not constitute a representation that the work can be completed as shown on the schedule.

VIII. Submittals

i. In addition to the above scheduling requirements, the Contractor will be required to submit a complete and detailed listing of anticipated submittals during the course of the Contract. The Contractor will coordinate his submittals with those of his subcontractors and suppliers and will identify

013300-11 CECO TO CHERRY HILL CONNECTION SUBMITTALS

each submittal as specified. !t is recommended that the Contractor use the Pre-Bid CPM schedule as a guideline to expedite the CPM schedule. The anticipated submission due date for each submittal must be indicated along with the date on which its return is anticipated. For planning purposes, the Construction Manager will usually return shop drawings thirty (30) working days after receipt. However, longer durations for review will not be considered a basis for a claim unless the project critical path is delayed thereby. Durations shown for review shall be shown to share available float for that path. Submissions, the review of which is on the critical path, shall be clearly marked in red with the words, "Critical Path" by the Contractor at the time of submission.

ii. The Submittal Schedule must be submitted within twenty (20) working days from the Notice to Proceed. The Submittal Schedule will then be accepted or revised as required and the Contractor will incorporate the dates and review durations into his CPM Schedule.

IX. Schedule Updates

i. The Contractor shall provide a Monthly Progress Status Report which provides a narrative explanation of progress identified in the revised Construction schedule. The report shall indicate the following items:

1. Summarize revisions made to the Construction Schedule since the previous submittal.

2. Work completed during the reporting period.

3. Work anticipated to be started during the next period, including those activities already in progress.

4. Problem areas, anticipated delays, and the impact on the schedule.

5. Corrective action recommended, and its effect.

6. Updated Tabulation of Contract Time.

7. An evaluation of the overall status of the schedule for the job.

Failure to provide updated information required herein, or failure to attend progress meetings may result in the Contractor not receiving progress payments.

ii. The Contractor shall approve and sign the CPM Schedule report each time it is updated or revised. The Owner will have the right to postpone approval of the Contractor's requisition for payment until said revised or updated CPM Schedule and/or printouts are approved and signed byte Contractor. The Contractor's signing of the following certification will constitute his approval of the CPM Schedule:

"I,______, of ______,

013300-12 CECO TO CHERRY HILL CONNECTION SUBMITTALS

accept the CPM Schedule activity sequence, durations, and revisions made, if any, for the monthly update ______, and certify that the CPM Schedule which is composed of the graphic network of activities displayed on the sheets dated ______and of the computerized mathematical reports dated ______is the Contractor’s Construction Schedule as required by the Contract Documents; and that said schedule is a true and accurate representation of the Contractor's plan of construction for the Work and fully complies with the Contract Documents. The Contractor further certifies that he will prosecute the Work in accordance with this Schedule, subject to any change therein which is implemented in accordance with the Contract Documents; and acknowledges that this Schedule shall be the instrument by which progress of the Work shall be monitored."

X. Causes for Extensions of Time

i. The Contract completion time, will be adjusted only for causes specified in this Contract. In the event the Contractor requests an extension of any Contract completion date, he shall furnish justification and supporting evidence. The Owner will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor in writing thereof. If the Owner finds that the Contractor is entitled to an extension of the Contract completion date under the provisions of the Contract, the Owner's determination as to the total number of days extensions shall be based upon the current accepted and updated CPM schedule and on all data relevant to the extension. Such data shall be included in the next monthly updating of the schedule. The Contractor acknowledges and agrees that actual delays in activities which, according to the CPM schedule, do not affect any contract completion date shown by the critical path in the network, do not have any effect on the Contract completion date or dates, and therefore will not be the basis for a change in Contract completion time.

XI. Adjustment by Owner

i. From time to time it may be necessary for the Contract schedule and/or completion time to be adjusted by the Owner due to the effects of job conditions, acts or omissions of other contractors not directly associated with this contract, weather, technical difficulties, strikes, unavoidable delays on the part of the Owner or his representatives, and other enforceable conditions which may indicate schedule adjustments and/or completion time extensions. Under such conditions, the Owner shall direct the Contractor to reschedule the work to reflect the changed conditions, and the Contractor shall revise his schedule accordingly. Schedule extension affecting the Contract completion time shall be granted only by the Owner in writing. No additional compensation shall be made to the Contractor for such schedule changes. The Contractor agrees to prosecute the work continuously and diligently. Additional compensation will be made to the Contractor in the event the owner requires the project completion prior to the completion date shown on the Contractor's accepted schedule. The Owner, therefore, has the right to accelerate the schedule and the Contractor will be compensated for such

013300-13 CECO TO CHERRY HILL CONNECTION SUBMITTALS

acceleration as long as such acceleration is not required through fault of the Contractor. It is specifically pointed out that the use of available total float in the CPM schedule may be used by the Owner and his representatives as well as by the Contractor.

XII. Float Time i. Without obligation to extend the overall completion date or any intermediate completion dates set out in the CPM network, the Owner may initiate changes to the Contract work that absorb float time only. Owner-initiated changes that affect the critical path on the CPM network shall be the sole grounds for extending (or shortening) said completion dates. Contractor initiated changes that encroach on the float time identified in the CPM network may be accomplished with the Owner's concurrence. Such changes, however, shall give way to Owner-initiated changes competing for the same float time.

D. PRECONSTRUCTION DOCUMENTATION

I. The County will photograph the project site to document the pre-construction conditions. It is suggested, but not required, that the Contractor document the existing conditions prior to beginning work. All video recordings or photographs of the site shall be provided to the County.

E. SURVEY NOTES

I. The contractor shall turn over to the County, monthly, a legible photocopy of all survey notes, including pipe line cut sheets, as an additional check on accuracy and the proper maintenance of record drawings. This item will not be measured or paid.

PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used

END OF SECTION

013300-14 CECO TO CHERRY HILL CONNECTION CONTRACT CLOSEOUT

SECTION 017700 - CONTRACT CLOSEOUT

PART 1 - GENERAL

1.1. CLEANUP

A. Upon completion of each work day and before Acceptance will be made, the work site and other areas occupied by the Contractor during construction shall be cleaned, and all surplus and discarded materials, false work, rubbish and building debris shall be removed by the Contractor, and disposed of off-site.

B. The Contractor shall remove temporary facilities and fully restore project laydown area to its pre-construction condition.

C. No separate payment will be made for cleanup, as all such costs shall be included in the lump sum price bid or unit price bid items.

1.2. PROCEDURES AT SUBSTANTIAL COMPLETION

A. Prerequisites: The Contractor shall comply with the General Conditions and complete the following before requesting the County’s Representative’s inspection of each phase of the work, for certification of substantial completion.

I. Submit executed warranties, maintenance agreements, inspection certificates and similar required documentation for specific unit of work.

II. Submit a Release of Liens for all subcontractors utilized under the contract.

III. Submit record documentation, tools, and spare parts.

IV. Complete final cleaning, and remove temporary facilities and tools.

B. Inspection Procedures: Upon Receipt of the Contractor’s request, the County’s Representative will either proceed with inspection or advise the Contractor of the prerequisites not fulfilled. Following the initial inspection, the County’s Representative will either prepare the certificate of substantial completion, or advise the Contractor of work which must be performed prior to the issuance of the certificate of substantial completion. Results of the completed inspection will form the initial “punch-list” for final acceptance. The County’s Representative will not repeat the inspection except as indicated under Procedures at Final Acceptance.

1.3. PROCEDURES AT FINAL ACCEPTANCE

A. Re-inspection Procedures: The County’s Representative will re-inspect the work upon receipt of the Contractor’s notice that, except for those items whose completion

017700-1 CECO TO CHERRY HILL CONNECTION CONTRACT CLOSEOUT

has been delayed due to circumstances that are acceptable to the County’s Representative, the Work has been completed, including punch-list items from earlier inspections. Upon completion of re-inspection, the County’s Representative will either recommend final acceptance and final payment, or will advise the Contractor of work not completed or obligations not fulfilled as required for final acceptance. If necessary, this procedure will be repeated.

1.4. RECORD DOCUMENTATION

A. The Contractor shall submit a complete set of record documentation prior to the inspection for final acceptance. The record documentation shall be produced in accordance with Section 013300 – Submittals.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

END OF SECTION

017700-2 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

SECTION 029550 - SEWER MAINS AND LATERAL REHABILITATION BY LINING

PART 1 - GENERAL

1.1 STIPULATIONS

A. The specifications sections “General Conditions of Contract”, “Special Conditions”, and “Division 1 - General Requirements” form a part of this Section by this reference thereto, and shall have the same force and effect as if printed herewith in full.

1.2 DESCRIPTION

A. Section includes requirements for reconstruction of sewer mains and laterals by Cured in Place Pipe (CIPP) lining and installation of a resin-impregnated flexile tube.

1.3 DEFINITIONS

A. Mainline: Sewer main.

B. Lateral: Service pipe from property line to mainline.

C. Internal Spot Repair: Installation of Mechanical Seal liner into existing pipe.

D. Lateral-Mainline Interface: Lateral connection to mainline.

E. Lateral-Mainline Interface Seal: Watertight seal between lateral and mainline.

F. Re-instate Lateral-Mainline Interface: Cutting open or trimming opening in mainline liner to allow flow from lateral to enter main.

1.4 QUALITY ASSURANCE

A. Follow national standards and as specified herein.

B. Personnel Involved in Installation of Pipe Liner: Certified by liner manufacturer successful completion of training in handling, insertion, trimming, reinstatement of laterals and finishing pipe liner.

C. Professional:

1. May inspect and test liner or its materials at factory, before delivery to site or while in storage.

2. May inspect factory materials, wet-out procedure, and loading.

D. Internally inspect host pipe prior to lining and post-lining.

029550 - 1 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

E. Commercially Proven Mainline and Lateral Products:

1. Minimum 10,000 linear feet mainline and 1,000 linear feet laterals successfully installed and documented.

F. Commercially Proven Lateral-Mainline Interface Product:

1. Minimum 500 lateral-mainline interface services successfully installed and documented.

1.5 SUBMITTALS

A. Working drawings showing design calculations, soil impacts, live load, dead load, ground water impacts, materials selected, and thickness of liner.

B. Catalog data showing manufacturer’s clarifications and updates, ASTM references, material composition, specifications, physical properties and chemical resistance of liner.

C. Manufacturer's recommended procedures for handling, storing, repairing, and installing materials selected.

D. Mark submittals with mainline pipe identification number, work order number, Contract number, Contractor’s name, operator’s name, and date of readings

E. Method of construction.

1. Access manholes and site locations.

2. Work dimensions.

3. Existing utilities.

4. Size of working area.

5. Impacted portions of existing sewer.

6. Site access points.

F. Emergency plan detailing procedures followed in event of health and safety emergency, pump failures, sewer overflows, service backups, and sewage spillage. Maintain copy on site for duration of project.

1. Address dangers associated with sewer rehabilitation work (i.e. working with large trucks).

2. Identify Health and Safety officer (i.e. crew chief)

3. Designated Health and Safety officer:

029550 - 2 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

a. Responsible for providing health and safety oversight of personnel participating on project team.

b. Perform and document routine work area inspections, conduct safety meetings, and provide safety orientations for team members.

c. Have in easily accessible place following contact information:

1) Non-emergency number.

2) Contractor’s health and safety representative name and number.

3) Occupational health clinic number(s).

d. Submit for review:

1) List of critical rehabilitation equipment, including boiler truck equipment, to be inspected on daily basis.

2) Recently completed (previous month) monthly maintenance log.

3) Annual third-party certified inspection for boiler truck(s) to be used on project.

4) Certification of training for boiler truck operator.

G. Method of reinstatement and sealing of lateral-mainline interface including, but not limited to internal inspection equipment, and equipment used for reinstatement and sealing of lateral-mainline interface.

1. Air testing not required for lateral-mainline interface seal installed utilizing a full wrap profile that extends from sewer main to sewer house connection cleanout.

H. Method of proposed point repair with details.

1. Termination or transition details between cured in place point repair and existing sewer.

I. Infrared spectrograph chemical fingerprint and Certificates of Analysis for each lot of resins:

1. Lot number.

2. Product name.

3. Manufacturer.

4. Brookfield Viscosity.

029550 - 3 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

5. Thix Index.

6. Gel time at cure temperature.

7. Peak temperature for failure.

8. Percent of non-volatile solids.

9. Specific Gravity.

10. Catalyzed Stability time at optimum temperature.

11. Catalyst to resin ratio.

12. Analysis signature.

13. Date tested.

14. Batch ticket for each resin-catalyst-colorant batch made up and impregnated into felt liner material.

J. Stock sheets, order forms, delivery forms, invoices, and Hazardous Material forms for material used.

K. Shipping manifest with:

1. Date shipped.

2. Origination and delivery locations.

3. Shipping method and carrier.

4. Shipping order number.

5. Purchase order number.

6. Shipped item.

7. Stock number.

8. Lot number.

9. Manufacturer.

10. Any shipping, storage, or safety requirements.

11. Received by, and date.

12. Signature of receiver.

029550 - 4 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

L. Provide a certified statement from manufacturer approved installer of their system. Include certificates of training for each crewmember involved in installation process.

M. Documentation for Products and Installers: Professional’s approval required before installation of liner.

N. ASTM certified lab test results for field installations in United States of same resin system and tube materials as proposed for actual installation.

1. Test results must verify (CIPP) physical properties specified herein have been achieved in previous field applications.

2. Third party is defined as ASTM or equivalent accredited materials testing firm with no financial or directorial link to manufacturer or Contractor.

O. Television inspection reports, color videos, CD-ROMs, and electronic CIMS 2000 downloads made before and following mainline CIPP, and original copies of digitally recorded inspections furnished to Professional within 10 days.

P. Curing logs: Include liner manufacturer recommended curing citations for each submittal. Store electronically on data logger. Submit printed copy with Post CCTV.

1. Heat cured liners.

a. Record temperature (degrees Fahrenheit) and pressure (psi) readings per unit of time collected during liner installation and curing.

2. UV cured liners.

a. Record the curing speed (feet per minute), light source (number of lamps, intensity and wattage), inner air pressure (psi), and curing temperatures (degrees Fahrenheit) per unit time over length of liner.

Q. Weiring Logs: Show beginning and final rehab weir readings.

R. Materials delivery and storage: Record date, time and temperature readings at 15 minute intervals, minimum. Include sewer pipe material’s stock identification number.

S. Tabulation of time versus temperature by liner manufacturer with lengths of time exposed portions of liner will endure without self-initiated cure or other deterioration.

1. Tabulate at 5 degrees F. increments, ranging from 70 degrees F. to 100 degrees F.

2. Include analysis of progressive effects of such self-initiated cure on insertion and cured properties of liner.

029550 - 5 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

T. Provide to Professional for review within 30 days prior to beginning work:

1. Description of methods for avoiding liner stoppage due to conflict and friction with such points as manhole entrance and bend into pipe entrance.

2. Plans for dealing with liner stopped by snagging within pipe.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Protect, store, and handle materials during transportation and delivery, while stored on-site, and during installation following manufacturer's recommendations.

B. Continuously monitor liner materials during transport and storage with temperature recorder and data storage or strip printer.

1. Furnish Professional with recorder readings before installation.

2. Material exposed to temperatures outside of manufacturer’s limits: Rejected.

C. Material found to be defective or damaged due to manufacture or shipment:

1. When Professional deems repairable: Repair following manufacturer’s recommendations.

2. When Professional deems not repairable: Rejected, removed from Contract site, and replaced under Professional’s direction.

3. Repair or replacement of defective or damaged material will be at no additional cost to Owner.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Mainline (CIPP): Follow ASTM F1216, ASTM F1743 and ASTM F2019 as appropriate to insertion method, liner tube material and resin material proposed for fully deteriorated pipe condition.

1. Wet-out liner material in controlled factory environment.

2. Resin-Catalyst-Colorant-Additive Mixture:

a. Tested to certify liner material follows design standards before wet out.

b. Quantity of resin used for tube impregnation: Sufficient to fill volume of air voids in felt tube with additional 10 to 15 percent allowances for polymerization shrinkage and loss of resin through cracks and irregularities in original pipe wall.

029550 - 6 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

1) Heat cured liners, required amount of resin mixture: Vacuumed into felt liner material.

a) Point of vacuum: No further than 25 feet from point of initial resin introduction to ensure thorough resin saturation throughout length of felt tube.

b) Vacuum point: No further than 75 feet from leading edge of resin after vacuum in tube is established.

2) UV cured liners, fiberglass liner: Saturated with appropriate resin using resin bath to minimize air entrapment and delivered to site ready for installation.

a) Vacuum methods: As recommended by the manufacturer.

3) Leading edge of resin slug:

a) As near to perpendicular as possible.

b) Wet-out liner is fed onto conveyor system and through roller gap set following design (minimum 2.3 x lining thickness in mm).

(1) Ensure uniform distribution of resin throughout pre- cured liner.

(2) Pack pre-cured liner on ice within automatically monitored refrigerated truck with ice bags between pre-cured liner folds.

c) Alternate resin impregnation method: Proven, inspected, and with professional’s approval.

c. Colorant: Dark yellow.

d. Add to catalyst before mixing catalyst with resin.

e. Pigmentation: Produces color that is clearly distinguishable from dry felt.

f. Wall color of interior pipe surface of CIPP after installation: Light reflective color to allow clear detailed examination with closed circuit television inspection equipment.

3. Additives for resin enhancement, viscosity control, safety, chemical resistance, physical resistance, or extending shelf life are permitted with Professional’s approval.

029550 - 7 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

4. Liner Tube.

a. Felt Tubes.

1) Seams as described herein.

a) Liner to run continuously from manhole to manhole.

b) Does not use overlapping section of liner felt tube or longitudinal seams that cause lumps in final product.

2) Impermeable, flexible membrane outside layer that will contain resin and monitor resin saturation at factory during resin impregnation procedure.

b. Fiberglass Tubes.

1) Consist of flexible fiberglass tubes made spirally or by overlapping layers.

2) Include exterior and interior film that contains resin in tube, are impervious to airborne styrene and serves as ultraviolet blocking material.

5. Cured Liner: 50-year life span.

a. Chemically resistant to internal exposure to sewage containing small quantities of hydrogen sulfide, carbon dioxide, methane, mercaptans, kerosene, moisture, and diluted sulfuric acid.

b. Chemically and physically resistant to external exposure of soil bacteria, moisture, roots, and chemical attack, that may be due to material in surrounding ground.

6. Approved Manufacturers:

a. Inliner Technologies, LLC. b. Insituform Technologies Inc. c. National Liner. d. Novapipe. e. Premier Pipe. f. Reline America Blue-Tek Liner. g. Saertex MultiCom. h. LightStream LP, StreamLiner UV Liner i. Or equal as approved by the Professional.

B. Lateral CIPP Renewal Processes:

1. ASTM F2561-06 or ASTM F1216 following mainline CIPP wet-out requirements.

029550 - 8 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

C. Lateral-Mainline Interface Seal:

1. ASTM F2561-06 following mainline CIPP wet-out requirements.

2. Resin injection process following manufacturer’s recommendations.

a. Injected resin without the use of grout.

3. Approved Manufacturers:

a. LMK Enterprises lateral lining system b. Janssen Process Company c. Prokasro Interface Injection b. Or equal as approved by the Professional.

D. Internal Spot Repair: Follow ASTM F1216 and as noted herein.

1. Tube fabricated from resin impregnated fiberglass/carbon patch sheet to a size which, when installed will closely approximate the internal circumference of the conduit specified.

a. Make allowance for changes in circumference of the conduit by free overlap during inflation of the tube.

2. Minimum Length: Determined to effectively span the designated defective section, plus one foot at either end.

a. Verify lengths in field before pulling tube into pipe.

3. Thickness of the mechanical seal liner within pipe: Designed to conform to actual field conditions.

4. Approved Manufacturers:

a. Easy-Liner b. LMK Enterprises c. EPROS Drain Packer Repair System d. Pipe Patch by Source 1 Environmental, LLC e. Or equal as approved by the Professional.

E. Miscellaneous Materials.

1. Finishing material for transitioning, filling, and sealing liners entering manholes. a. Chemically inert, non shrinking, and able to cure in presence of water.

a. Material: Quickset H2S resistant, epoxy resin or mortar. b. Design mix: Minimum 500-psi compressive strength in 28 days. c. Additives may be added to improve flow properties when minimum

029550 - 9 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

compressive strength requirements are met, with Professional’s approval. d. Pre-lining lateral installations: Use PVC Tees with full circle seal couplers on either side of PVC Tee.

1) PVC Tee: Stainless steel sleeve inside lateral tap to protect tap during reinstatement.

e. Pre-lining external point repairs: Use PVC pipe with non-shear seal couplers on either side of PVC pipe.

f. Non-shear couplings: Capable of maintaining mainline alignment during mainline lining.

g. Epoxy resin used to seal liner to manhole drop line: Compatible with liner.

F. CIPP Liner Calculations.

1. Layers of cured CIPP: Uniformly bonded.

a. Structural Properties: Use deteriorated design condition, following design equations in appendix of ASTM F1216. If equation is less than minimum liner thickness noted on table below use minimum as noted.

1) Design Assumptions. a) Water table: At manhole rim b) Buckling resistance: AWWA M45, Appendix A c) Design Safety Factor: 2.0 d) Ovality: 2 percent e) Live Load: H20 Highway

Felt Liner and Ambient Temperature, Steam or Hot Water Cured CIPP Host Pipe Diameter Minimum Liner Thickness 8” diameter 6 mm 10” diameter 6 mm 12” diameter 8 mm 15” diameter 10 mm 18” diameter 12 mm

Fiberglass Felt and Ultraviolet Cured CIPP Host Pipe Diameter Minimum Liner Thickness 8” diameter 4 mm 10” diameter 4 mm 12” diameter 6 mm 15” diameter 6 mm

029550 - 10 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

18” diameter 8 mm

2.2 SOURCE QUALITY CONTROL

A. Mainline Cured-In-Place Pipe (CIPP) 1. Document installation procedure following ASTM F1216, ASTM F1743 or ASTM F2019, as appropriate to insertion method, liner tube material, resin material, curing method and installation procedures, as specified herein, for Professional’s approval.

2. Submit 10 percent of lining coupon samples to independent third party laboratory for testing with verification following ASTM F1216, Section 8 Inspection Practices or ASTM F2019, Table 1, as appropriate to liner tube and resin materials. Testing will include:

a. Short Term Flexural (Bend) Properties. b. Tensile Properties. c. CIPP Wall Thickness.

3. Submit results from independent third party laboratory for Professional’s approval. Correct rejected deficiencies at no additional cost to the Owner.

4. Perform Post-inspection CCTV recording for Professional’s approval.

a. The acceptability of lateral liner defects will be at Professional’s discretion. Defect locations will factor into Professional’s decision on acceptability.

b. Liner Approved:

1) Free of wrinkles. 2) Continuous liner over length of reconstructed pipe. 3) No visible leaks. 4) Free of obstructions.

c. Rejected: Correct deficiencies at no additional cost to the Owner.

B. Lateral Renewal Process.

1. Lateral Renewals by CIPP:

a. Document installation procedure following manufacturer’s recommendation, ASTM standards F1216 or F2561-06 and as specified herein for Professional’s approval.

b. Collect Mainline and Lateral Cured In-Place Lining (MLCIPL) samples for 10 percent of installed laterals and submit to independent third party laboratory for testing with verification following ASTM F1216, Section 8 Recommended Inspection Practices.

029550 - 11 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

1) Short –Term Flexural Properties. 2) MLCIPL Wall Thickness.

2. Rehabilitation of lateral-mainline interface by resin injection seal.

a. Record and document installer’s certificate of training number and manufacturer’s batch identification number.

b. Mark identification number on corresponding resin sample (5 to 6 ounce cubes) poured at start of each new batch at beginning of each day.

c. Submit 10 percent of prepared samples to independent third party laboratory for testing under Professional’s direction.

1) If half of samples fail, additional 10 percent may be required to be tested.

d. Record resin injection process with CCTV for Professional’s approval.

e. Cure: Follow manufacturer’s recommendation.

f. Clearly see resin ring at lateral-mainline interface.

3. Submit results from independent third party laboratory for Professional’s approval.

4. Perform Post-inspection CCTV recording for Professional’s approval.

a. Acceptability of lateral liner defects: Professional’s discretion. Defect locations will factor into Professional’s decision on acceptability.

b. Approved: 1) Free of wrinkles. 2) Continuous liner over length of reconstructed pipe. 3) No visible leaks. 4) Free of obstructions.

c. Rejected: Correct deficiencies at no additional cost to the Owner.

C. Lateral-Mainline Interface.

1. Rehabilitation of lateral-mainline interface by lining specified herein.

a. Follow Mainline CIPP for sample submissions, reviews, results, and corrections.

2. Rehabilitation of lateral-mainline interface by resin injection seal.

029550 - 12 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

a. Record and document installer’s certificate of training number and manufacturer’s batch identification number.

b. Mark identification number on corresponding resin sample (5 to 6 ounce cubes) poured at start of each new batch at beginning of each day.

c. Submit 10 percent of prepared samples to independent third party laboratory for testing under Professional’s direction.

1) If half of samples fail, additional 10 percent may be required to be tested.

d. Record resin injection process with CCTV for Professional’s approval.

e. Cure: Follow manufacturer’s recommendations.

f. Clearly see resin ring at lateral-mainline interface.

3. Follow Mainline CIPP for review and correction

process.

2.3 ROOT CUTTING AND TREATMENT

A. The chemical root control agent shall be registered with the EPA and the Maryland Department of Agriculture, and shall be labeled for use in sewers to control tree roots. The chemical root control agent shall contain an active ingredient for controlling sewer roots and deterring their re-growth. There shall also be a surfactant system to deliver the active ingredient (herbicide) to the target root tissue.

B. The active ingredient shall be a Category “E” compound, the most favorable rating attainable on the U.S. EPA’s chronic exposure toxicological rating scale.

C. The chemical agent shall not be considered a carcinogen, teratogen, mutagen, or oncogene by theUnited States Environmental Protection Agency.

D. It shall be non-volatile in order to minimize exposure to collections system workers, treatment plant operators and homeowners through inhalation.

E. Shall carry a “signal word” assigned by the U.S. EPA of either “Warning” or “Caution” on the product label. Pesticides carrying the signal word “Danger” will not be accepted.

F. Products containing the active ingredient(s) metam-sodium or copper sulfate are not allowed.

G. Metamsodium has been classified by EPA as a Class B probable carcinogen. Metamsodium has been shown to break down into highly toxic and volatile

029550 - 13 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

chemicals. These toxic chemicals are known to produce cyanide as a by-product, which has been proven to upset wastewater treatmentplant processes.

H. The surfactant system shall produce a dense, small bubble, clinging foam, which sustains its shape for a minimum of one hour. It shall enhance the penetration of herbicide into root masses and shall contain an Alkylpolyglucoside (formulations of vegetable oil and carbohydrate from agricultural products). Surfactants designed to foam chemically, upon contact with water, shall not be accepted. These chemicals have been proven to be more conducive to washout. This washout results in no long term contact with the roots.

I. The manner of application shall be performed according to label instructions and in accordance with the best recommended practice for conditions present in the sewer line under treatment. All applications shall be done by foaming or other methods as provided on the product label.

J. The application of material shall be performed in such a way as to contact roots within the primary main line sewer to be treated. Effort will also be made to penetrate secondary lateral sewers in order to contact roots residing in the “wye” connections. The foam shall be generated through the use of air injection equipment, and the foam shall be pumped into the sewer under pressure as foam. Foam quality shall be sufficient to penetrate “wye” connections and effectively treat large diameter pipe ranging in size from less than 8 inches to more than 24 inches. Applications of chemicals designed to generate foam “chemically” on contact with water shall not be accepted.

K. Root Cutting Equipment: Root cutters shall use the high-pressure water from a sewer jet truck and auxiliary equipment as required, to create the necessary water pressure and speed to operate a hydraulic root cutter as recommended by the cutter manufacturer. The high-pressure water shall turn a hydraulic motor, which has a root cutting blade attached to the motor shaft. As with the cleaning nozzles, there shall be rear-facing jets on the root cutter assembly, which propels the cutter up and down the sewer pipe. The use of “chain cutters” is prohibited without prior approval of the Engineer.

PART 3 - EXECUTION

3.1 TESTING

A. Follow Sections 03350 and 33050 and as directed by Professional.

B. Post Installation Test:

1. Ensure materials installed follow specifications and test site is safe, accessible, ventilated and well lighted.

029550 - 14 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

3.2 MAINLINE PREPARATION

A. Access: Through existing

manholes.

B. CCTV Internal Inspection.

1. Perform after cleaning sewer:

a. Pre-lining recordings: Indicate mainline is ready for lining.

b. Professional approval of pre-lining recordings: Required prior to liner installation.

2. Pre-Lining internal intruding tap and offset joint removal.

a. Remove, by internal process, intruding taps and offset joints that reduce internal diameter of liner by 10 percent or more.

b. Perform Pre-Lining external point repair if internal removal efforts fail to remove an obstruction.

3. Pre-Lining Mandrel.

a. Insert and pull mandrel through mainline to be lined to demonstrate that mainline can accept liner.

b. Repair areas where mandrel cannot pass before lining is performed.

4. Pre-Lining Installation of External Point Repairs and Lateral Renewals

a. Excavate and repair defects in host pipe, which could include intruding laterals and offset joints that cannot be repaired by internal means.

1) PVC pipe external point repairs: Sized to match mainline interior diameter with equivalent exterior diameter for seal clamp to fit.

b. Remove sags and flow constrictions that reduce cross-sectional area of mainline more than 10 percent.

c. Remove trapped debris that jetting cannot remove.

d. Clear mainline of dropped joints, crushed or collapsed pipe, and other obstructions that interfere with installation, causes damage to inverted tube, or reduces capacity of sewer.

e. Perform lateral renewals that involve a new tap.

029550 - 15 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

1) PVC Tee Connection: Sized to match mainline and lateral interior diameter with equivalent exterior diameter for seal clamp to fit.

C. Infiltration Leakage Measurement and Control.

1. Immediately before lining mainline and after by-pass has been established, measure infiltration in isolated mainline using a weir.

2. Stabilize flow through weir for 10 minutes before taking measurement.

3. Repeat weir measurement immediately after lining while bypass is still in place.

4. Report pre-lining and post lining measurements to Professional upon completion of lining operation.

5. Where needed, perform pre-lining leakage control by chemical grout method to eliminate cold spots.

3.3 MAINLINE LINER INSTALLATION.

A. Set up bypass pumping, if necessary, or turn off water to building with Professional’s approval.

1. Water service shutdown will be reviewed by Professional on case by case basis.

B. Method of Lining.

1. Invert tube by inversion: Follow ASTM F1216

a. Erect scaffold or elevated platform at upstream or downstream access point.

b. Invert pre-cured tube using inversion elbow at bottom of manhole or inversion ring above ground with water pressure.

1) Ensure tube is;

a) Fully extended to termination point and expanded to inside pipe diameter with no annular space between liner and host pipe.

b) Dimpled to show locations of service laterals needing restoration.

2. Pull-In Place: Follow ASTM 1743, F2019.

029550 - 16 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

a. Install slip sheet on bottom half of pipe prior to liner insertion. Pull liner into place with constant tension winch capable of recording strain used during insertion.

b. Use end plugs to cap each end of liner. Both plugs and liner restrained during pressurization of line.

c. Measure laterals for reinstatement.

3. Use hydrophilic water stop around exterior of liner material at liner termination in each manhole to prevent passage of groundwater infiltration past liner termination, regardless of insertion methodology used.

4. Other methods of installation of CIPP lining or curing are acceptable; provided manufacturer and installer demonstrate they meet Quality Assurance requirements specified herein and obtain Professional’s approval.

C. Install and cure resin impregnated tube into liner: Follow manufacturer’s recommendations and specified herein.

1. Sectional liner shall be applied a minimum of 12” on either side of pipe defect. The minimum size for each sectional liner shall be 24”.

2. Protect tube and lining material from damage during installation.

3. Insert tube without twisting, cutting, tearing, separating, kinking, gouging, overstressing, resin loss, or double-ups.

4. Professional may request installed tube be retrieved for inspection.

5. If tube is damaged during removal, repair tube to Professional’s approval or replace damaged tube with new tube at no cost to the Owner.

D. Loss or discharge of resin, other lining materials, or by-products downstream is not permitted.

1. Stop, collect, and remove at next downstream manhole.

2. Transportation and disposal of debris: Follow jurisdiction requirements and as approved by Professional.

E. Notify Professional of any construction delay, problems, or contract deviations taking place during insertion before curing operations.

1. Such delays or problems may require sampling and testing of portions of cured liner by independent laboratory at Professional’s direction at no additional cost to the Owner.

2. Sample test failures or lack of immediate notification of delay may result in rejection of that portion of work.

029550 - 17 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

3. Professional has option to require removal of liner tube and reinstallation.

4. If tube is damaged during removal, repair tube to Professional’s approval or replace damaged tube with new tube at no cost to the Owner.

F. Cure.

1. Liners cured with hot water or steam: Follow ASTM F1216 or ASTM F1743 as specified.

a. Recirculation Equipment: Capable of uniformly raising temperature of re- circulated water, and maintaining recommended cure temperature for duration to produce cured resin.

b. Water/Steam Temperature in Tube during Cure Period: Follow manufacturer’s guidelines and specified herein.

1) Follow minimum and maximum standards for curing CIPP including temperature requirements determined by resin/catalyst system employed.

2) Bring temperature up slowly through stages until exothermic reaction is achieved and then maintain.

a) Evidence of exothermic reaction: When inspection of exposed portions of CIPP appear hard and sound and sensor indicates temperature has reached magnitude to realize exothermic set following resin manufacturer’s curing tables.

2. Fiberglass Liners cured with UV: Follow ASTM F2019.

a. Cure with UV light sources at constant inner pressure sufficient to maintain liner tight against existing wall of pipe.

c. Record time, rate of travel of ultraviolet light assembly, light sources and internal pressures as specified by liner manufacturer.

d. Submit segment curing data to Professional along with manufacturer’s curing standards.

G. Process Monitoring Sensors.

1. Use to monitor and maintain curing temperature and internal pressure throughout length of liner following manufacturer’s recommendations.

2. Heat Source: Fitted with suitable monitors to gauge temperature of incoming and outgoing heat exchanger circulating water.

029550 - 18 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

3. Placement: Between tube and host pipe in downstream manhole at or near bottom.

a. Extra temperature gauges: Inside tube at invert level of each end.

4. Electronically record continuous or specified pressure and temperature reading on printout.

a. Start time.

b. Gradual build up to curing period with maximum temperature and pressure.

c. Time of gradual dropping of curing temperature.

d. Cool down duration along with relaxing temperature and pressure.

e. Start time of gradual release of curing pressure.

f. Ending time.

5. If electronic recording fails, record temperature and pressure readings on log every 10 minutes starting before pressure is added to liner and ending 20 minutes after pressure is relieved.

6. Provide digital thermometer or other means of accurately and quickly checking temperature of exposed portions of liner.

H. Cooling and Relaxation of Liners:

1. Cool finished CIPP to temperature within 10 degrees of ambient temperature before relieving static head in inversion standpipe.

2. Cool-down may be accomplished by introduction of cool water into standpipe to replace water/steam being drained or vented from downstream end.

3. Caution is advised in release of static head so vacuum will not be developed with potential to damage newly installed liner.

4. After liner has cooled and relaxed, except for manhole indicated as line- through, cut cured liner flush with inside wall of manholes.

5. Fill voids between manhole channel, bench, or wall and liner with quick setting, H2S resistant, epoxy mortar to form watertight seal.

6. Trowel grout to form smooth transition between manhole base or channel and liner to ensure sewage flow with no collection points for solids.

I. Finish liner.

029550 - 19 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

5. Ensure liner is continuous over length of reconstructed pipe and follows material requirements specified herein.

6. Repair leaks at interface of manhole and liner.

J. Return mainlines to service with approval of Professional.

3.4 MAINLINE DROP CONNECTIONS AT MANHOLES

A. Replace existing exterior drops with inside drop connections as required.

1. Line through drop and open up extended liner into manhole enough to clamp inside drop fittings, using mold to maintain pipe outside form and diameter.

2. If manhole is brick, remove and provide new precast manhole with inside drop connection following Standard Details.

3.5 RE-INSTATEMENT OF LATERAL-MAINLINE INTERFACE

A. Identify and locate lateral-mainline interface.

B. Re-instate active services and services to vacant lots after pipe liner has cured.

1. Perform from interior of pipeline without excavation using internal inspection camera with robotic cutter head.

2. Re-instatement cut through liner: Neat, smooth, and to diameter of existing lateral-mainline interface in order to prevent blockages.

3. Do not damage existing laterals.

4. Coupons and cuttings.

a. Collect at downstream manhole and remove.

b. Mark whole captured coupons with component number and make available for testing and reporting liner thickness.

C. Abandoned Laterals.

1. Open at Professional’s directions.

2. If abandoned lateral is opened without Professional’s approval, perform an internal spot repair to close lateral at no cost to the Owner.

D. Lateral-Mainline Interface Reinstatement Problems.

029550 - 20 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

1. Respond within 2 hours of Professional’s notification of potential backup.

2. Cost incurred by the Owner due to failure to respond within time frame specified may be deducted from monies owed Contractor.

3.6 PREPARATION FOR LATERAL LINING

A. Access: Through mainline connection or

cleanout.

B. Lateral lining ability inspection.

1. Rate connecting laterals by inspection between main and cleanout or beyond property line.

2. Do not line laterals with less than 2 percent grade, deep sags, offsets, heavy grease, un-removable roots, over 2 multiple bends, capped end, un- sealable leaks, PVC material, crushed/collapsed lateral pipe, and without manufacturer’s recommendation.

3. Submit to Professional, documentation and video for laterals that cannot be lined.

C. Lateral Cleaning and Surface.

1. Internally remove any obstructions, roots, debris, and grease that will impact lining lateral.

2. Remove tuberculation from ductile iron laterals.

3. Do not back-up or blow-back water into property owners’ building.

4. Laterals, mainlines, or property damaged as result of improper use of cleaning and preparation equipment to be repaired at no cost to the Owner.

D. Inspection and Recommendation to Professional.

1. Inspect laterals from mainline or cleanout pit.

2. Identify laterals ready for lining.

3. Install lateral lining only after pre-lining CCTV inspections following Professional’s review and approval.

E. Setup bypass pumping, if necessary, or turn off water to building with Professional’s approval.

1. Water service shutdown will be reviewed by Professional on case by

029550 - 21 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

case basis.

A. Perform manufacturers and industry standard required preparation work to alleviate lateral lining problems.

3.7 LATERAL LINING INSTALLATION

A. Follow procedures for Mainline Liner Installation, specified herein.

B. Invert tube from process launcher by controlled means, assuring even feed of tube into lateral with installation pressure not exceeding 10 to 15 psi.

C. Place lateral liner flush with mainline interface. Trim any protruding liner that extends past mainline interface: Trim same day as installation.

D. Place lateral liner over all defects or within 12 inches from cleanout.

E. Use multiple CCTV cameras to ensure proper installation and alignment of lateral liner.

F. When curing is completed, gradually reduce pressure and remove inflation bladder including any leftover pieces.

G. Ensure liner is continuous over length of reconstructed pipe and meets or exceeds material requirements specified herein.

H. Inspection.

4. Materials and processes: Reasonably available for pre-installation, installation and post-installation inspections.

2. Areas that require inspection include, but are not limited to product materials exhibiting sufficient transparency to visually verify quality of resin impregnation.

3.8 LATERAL RENEWAL

A. New Lateral: Open cut. Follow Section 33050.

B. Installation of approved lateral system using an approved manufacturer.

3.9 LATERAL-MAINLINE INTERFACE SEAL

A. After mainline lining is completed and the laterals have been recently renewed, install watertight lateral-mainline interface seal and extend minimum of 18 inches into lateral to create water tight seal ensuring interface is smooth and does not impede flow from lateral.

B. Perform manufacturer’s required and industry standard preparation work to

029550 - 22 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

alleviate lateral-mainline interface seal problems and as specified herein.

1. As necessary for access of equipment, contour manhole bench and channel by saw cutting.

2. Internally remove any obstructions, roots, debris, or grease that impact lateral- mainline interface seal.

3. Remove tuberculation on ductile iron lateral.

4. Do not back-up or blow-back waste into property owners’ building.

5. Perform pre-lining leakage control by chemical grout method to eliminate cold spots.

a. Chemical grouting not required for Janssen resin seal method.

6. Lateral, mainline, or property damaged as result of improper use of equipment: Repaired at no cost to the Owner.

C. Setup bypass pumping, if necessary, or turn off water to building with Professional’s approval.

3.10 PREPARATION FOR SPOT REPAIRS

A. Perform internal inspections after cleaning sewer:

1. Inspect fault in conduit using CCTV and record detail. Estimate dimensions of fault and length of repair required.

2. Confirm, locate and identify by building address existing connections and services attached to impacted sewer main and furnish to Professional.

3. Confirm that pipe is ready for repair.

a. If internal spot repair is not viable, notify Professional and provide pre- inspection CCTV recording.

B. Fill void areas prior to performing internal spot repair.

3.11 POST INSPECTION OF MAIN, LATERAL, AND LATERAL-MAINLINE INTERFACE

A. Verify system is sealed and free of leaks.

1. Show liner at manhole wall is sealed with no leakage.

2. Show main, lateral, and lateral-mainline interface seal are installed properly.

3.12 ACCEPTANCE

029550 - 23 CECO TO CHERRY HILL CONNECTION SEWER MAINS AND LATERAL REHAB BY LINING

A. Inspect sewer main, lateral, and lateral-mainline system by CCTV

inspection.

B. Infiltration of groundwater: None.

C. Laterals: Reinstated and unobstructed.

D. Defects When Professional Deems Repairable: Repair defect, replace liner, install new service, or replace lateral-mainline interface at no additional cost to the Owner.

END OF SECTION

029550 - 24 CECO TO CHERRY HILL CONNECTION CORE DRILL INTO EXISTING MANHOLE

SECTION 032370 – CORE DRILL INTO EXISTING MANHOLE

PART 1 - GENERAL

1.1 - Not Used

PART 2 - PRODUCTS

2.1 - Use Kor-n-seal 106/406 series pipe to manhole connector (manufactured by Trelleborg Engineering Systems) or equal. Shall meet or exceed ASTM C 923, Standard Specifications for Resilient Connectors between Reinforced Concrete Manhole Structures, Pipes, and Laterals. Stainless Steel wedges shall be used.

PART 3 - EXECUTION

3.1 - Core drill to be used for circular opening in manhole and removing and forming the low flow channel located inside the manhole. Low flow channel shall be vitrified clay pipe or brick and low flow channel invert shall match existing pipe inverts. See Contract Plans and Details.

END OF SECTION

032370-1 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

SECTION 033000 - CAST-IN-PLACE CONCRETE

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Work Includes:

1. Formwork, complete with shoring, bracing and anchorage.

2. Cast-in-place concrete floors, walls, and foundations and grouting.

3. Reinforcing steel, welded wire fabric, supports, spacers, and accessories.

4. Waterstops, preformed construction joints, preformed joint filler, bonding agent and accessories.

5. Slabs on grade on vapor barrier.

6. Equipment pads, thrust blocks, and appurtenances.

7. Surface finishes.

8. Concrete curing.

1.3 SUBMITTALS

A. General: Submit the following according to Conditions of the Contract and Division 1 Specification Sections.

B. Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, waterstops, joint systems, curing compounds, dry-shake finish materials, and others if requested by the Engineer.

C. Shop drawings for reinforcement detailing fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, and arrangement of concrete reinforcement. Include special reinforcing required for openings through concrete structures. Show locations of all construction joints.

033000-1 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

D. Samples of materials as requested by the Engineer, including names, sources, and descriptions, as follows:

1. Normal weight aggregates.

2. Reglets.

3. Waterstops.

4. Vapor retarder/barrier.

E. Laboratory test reports for concrete materials and mix design test.

F. Material certificates in lieu of material laboratory test reports when permitted by the Engineer. Material certificates shall be signed by manufacturer and Contractor, certifying that each material item complies with or exceeds specified requirements. Provide certification from admixture manufacturers that chloride content complies with specification requirements.

G. Minutes of pre-installation conference.

1.4 QUALITY ASSURANCE

A. Codes and Standards: Comply with provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified:

1. ACI 318, "Building Code Requirements for Reinforced Concrete."

2. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice."

B. Concrete Testing Service: Engage a testing agency acceptable to the Engineer to perform material evaluation tests and to design concrete mixes.

C. Materials and installed work may require testing and retesting at any time during progress of Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense.

PART 2 - PRODUCTS

2.1 FORM MATERIALS

A. Forms for Exposed Finish Concrete: Plywood, metal, metal-framed plywood faced, or other acceptable panel-type materials to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on drawings.

033000-2 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

1. Use plywood complying with U.S. Product Standard PS-1 "B-B (Concrete Form) Plywood," Class I, Exterior Grade or better, mill-oiled and edge-sealed, with each piece bearing legible inspection trademark.

B. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, or another acceptable material. Provide lumber dressed on at least two edges and one side for tight fit.

C. Form Release Agent: Provide commercial formulation form release agent with a maximum of 350 g/L volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces.

D. Form Ties: Factory-fabricated, adjustable-length, removable or snap-off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface.

1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface.

2.2 REINFORCING MATERIALS

A. Reinforcing Bars: ASTM A 615 Grade 60 (ASTM A 615M Grade 400), deformed.

B. Steel Wire: ASTM A 82, plain, cold-drawn steel.

C. Welded Wire Fabric: ASTM A 185, welded steel wire fabric.

D. Deformed-Steel Welded Wire Fabric: ASTM A 497.

E. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire bar-type supports complying with CRSI specifications.

1. For slabs-on-grade, use supports with sand plates or horizontal runners where base material will not support chair legs.

2. For exposed-to-view concrete surfaces where legs of supports are in contact with forms, provide supports with legs that are protected by plastic (CRSI, Class 1) or stainless steel (CRSI, Class 2).

2.3 CONCRETE MATERIALS

A. Portland Cement: ASTM C 150, Type I or Type II.

1. Use one brand of cement throughout Project unless otherwise acceptable to the Engineer.

B. Fly Ash: ASTM C 618, Type F.

033000-3 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

C. Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 120

D. Normal-Weight Aggregates: ASTM C 33 and as specified. Provide aggregates from a single source throughout the job.

1. Do not use fine or coarse aggregates that contain substances that cause spalling.

E. Water: Potable.

F. Admixtures, General: Provide concrete admixtures that contain no more than 0.1 percent chloride ions.

G. Air-Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures.

1. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include the following:

a. Air-Tite, Cormix Construction Chemicals.

b. Air-Mix or Perma-Air, Euclid Chemical Co.

c. Darex AEA or Daravair, W.R. Grace & Co.

d. MB-VR or Micro-Air, Master Builders, Inc.

e. Sealtight AEA, W.R. Meadows, Inc.

f. Sika AER, Sika Corp.

g. Or approved equal.

H. Water-Reducing Admixture: ASTM C 494, Type A.

1. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include the following:

a. Chemtard, ChemMasters Corp.

b. PSI N, Cormix Construction Chemicals.

c. Eucon WR-75, Euclid Chemical Co.

d. WRDA, W.R. Grace & Co.

e. Pozzolith Normal or Polyheed, Master Builders, Inc.

f. Metco W.R., Metalcrete Industries.

g. Prokrete-N, Prokrete Industries.

033000-4 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

h. Plastocrete 161, Sika Corp.

i. Or approved equal.

I. High-Range Water-Reducing Admixture: ASTM C 494, Type F or Type G.

1. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include the following:

a. Super P, Anti-Hydro Co., Inc.

b. Cormix 200, Cormix Construction Chemicals.

c. Eucon 37, Euclid Chemical Co.

d. WRDA 19 or Daracem, W.R. Grace & Co.

e. Rheobuild or Polyheed, Master Builders, Inc.

f. Superslump, Metalcrete Industries.

g. PSPL, Prokrete Industries.

h. Sikament 300, Sika Corp.

i. Or approved equal.

J. Water-Reducing, Accelerating Admixture: ASTM C 494, Type E.

1. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include the following:

a. Q-Set, Conspec Marketing & Manufacturing Co.

b. Lubricon NCA, Cormix Construction Chemicals.

c. Accelguard 80, Euclid Chemical Co.

d. Daraset, W.R. Grace & Co.

e. Pozzutec 20, Master Builders, Inc.

f. Accel-Set, Metalcrete Industries.

g. Or approved equal.

K. Water-Reducing, Retarding Admixture: ASTM C 494, Type D.

1. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include the following:

033000-5 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

a. PSI-R Plus, Cormix Construction Chemicals.

b. Eucon Retarder 75, Euclid Chemical Co.

c. Daratard-17, W.R. Grace & Co.

d. Pozzolith R, Master Builders, Inc.

e. Protard, Prokrete Industries.

f. Plastiment, Sika Corporation.

g. Or approved equal.

2.4 RELATED MATERIALS

A. Reglets: Where sheet flashing or bituminous membranes are terminated in reglets, provide reglets of not less than 0.0217- inch thick galvanized sheet steel. Fill reglet or cover face opening to prevent intrusion of concrete or debris.

B. Waterstops: Provide flat, dumbbell-type or centerbulb-type waterstops at construction joints and other joints as indicated. Size to suit joints.

C. Rubber Waterstops: Corps of Engineers CRD-C 513.

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include the following:

a. The Burke Co.

b. Progress Unlimited.

c. Williams Products, Inc.

d. Or approved equal.

D. Polyvinyl Chloride Waterstops: Corps of Engineers CRD-C 572.

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include the following:

a. The Burke Co.

b. Greenstreak Plastic Products Co.

c. W.R. Meadows, Inc.

033000-6 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

d. Progress Unlimited.

e. Schlegel Corp.

f. Vinylex Corp.

g. Or approved equal.

E. Sand Cushion: Clean, manufactured or natural sand.

F. Vapor Retarder: Provide vapor retarder that is resistant to deterioration when tested according to ASTM E 154, as follows:

1. Polyethylene sheet not less than 8 mils thick.

2. Water-resistant barrier consisting of heavy kraft papers laminated together with glass-fiber reinforcement and overcoated with black polyethylene on each side.

G. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. complying with AASHTO M 182, Class 2.

H. Moisture-Retaining Cover: One of the following, complying with ASTM C 171.

1. Waterproof paper.

2. Polyethylene film.

3. Polyethylene-coated burlap.

I. Liquid Membrane-Forming Curing Compound: Liquid-type membrane-forming curing compound complying with ASTM C 309, Type I, Class A. Moisture loss not more than 0.55 kg/sq. m when applied at 200 sq. ft./gal.

1. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include the following:

a. A-H 3 Way Sealer, Anti-Hydro Co., Inc.

b. Spartan-Cote, The Burke Co.

c. Conspec #1, Conspec Marketing & Mfg. Co.

d. Sealco 309, Cormix Construction Chemicals.

e. Day-Chem Cure and Seal, Dayton Superior Corp.

f. Eucocure, Euclid Chemical Co.

g. Horn Clear Seal, A.C. Horn, Inc.

h. L&M Cure R, L&M Construction Chemicals, Inc.

033000-7 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

i. Masterkure, Master Builders, Inc.

j. CS-309, W.R. Meadows, Inc.

k. Seal N Kure, Metalcrete Industries.

l. Kure-N-Seal, Sonneborn-Chemrex.

m. Stontop CS2, Stonhard, Inc.

n. Or approved equal.

J. Water-Based Acrylic Membrane Curing Compound: ASTM C 309, Type I, Class B.

1. Provide material that has a maximum volatile organic compound (VOC) rating of 350 g/L.

2. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include the following:

a. Highseal, Conspec Marketing and Mfg. Co.

b. Sealco - VOC, Cormix Construction Chemicals.

c. Safe Cure and Seal, Dayton Superior Corp.

d. Aqua-Cure, Euclid Chemical Co.

e. Dress & Seal WB, L&M Construction Chemicals, Inc.

f. Masterkure 100W, Master Builders, Inc.

g. Vocomp-20, W.R. Meadows, Inc.

h. Metcure, Metalcrete Industries.

i. Stontop CS1, Stonhard, Inc.

j. Or approved equal.

K. Evaporation Control: Monomolecular film-forming compound applied to exposed concrete slab surfaces for temporary protection from rapid moisture loss.

1. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include the following:

a. Aquafilm, Conspec Marketing and Mfg. Co.

b. Eucobar, Euclid Chemical Co.

033000-8 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

c. E-Con, L&M Construction Chemicals, Inc.

d. Confilm, Master Builders, Inc.

e. Waterhold, Metalcrete Industries.

f. Or approved equal.

L. Bonding Agent: Polyvinyl acetate or acrylic base.

1. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include the following:

a. Acrylic or Styrene Butadiene:

1) Acrylic Bondcrete, The Burke Co.

2) Strongbond, Conspec Marketing and Mfg. Co.

3) Day-Chem Ad Bond, Dayton Superior Corp.

4) SBR Latex, Euclid Chemical Co.

5) Daraweld C, W.R. Grace & Co.

6) Hornweld, A.C. Horn, Inc.

7) Everbond, L&M Construction Chemicals, Inc.

8) Acryl-Set, Master Builders Inc.

9) Intralok, W.R. Meadows, Inc.

10) Acrylpave, Metalcrete Industries.

11) Sonocrete, Sonneborn-Chemrex.

12) Stonlock LB2, Stonhard, Inc.

13) Strong Bond, Symons Corp.

14) Or approved equal.

M. Epoxy Adhesive: ASTM C 881, two-component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements.

1. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include the following:

a. Burke Epoxy M.V., The Burke Co.

033000-9 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

b. Spec-Bond 100, Conspec Marketing and Mfg. Co.

c. Resi-Bond (J-58), Dayton Superior.

d. Euco Epoxy System #452 or #620, Euclid Chemical Co.

e. Epoxtite Binder 2390, A.C. Horn, Inc.

f. Epabond, L&M Construction Chemicals, Inc.

g. Concresive Standard Liquid, Master Builders, Inc.

h. Rezi-Weld 1000, W.R. Meadows, Inc.

i. Metco Hi-Mod Epoxy, Metalcrete Industries.

j. Sikadur 32 Hi-Mod, Sika Corp.

k. Stonset LV5, Stonhard, Inc.

l. R-600 Series, Symons Corp.

m. Or approved equal.

2.5 PROPORTIONING AND DESIGNING MIXES

A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. For the trial batch method, use an independent testing agency acceptable to the Engineer for preparing and reporting proposed mix designs.

1. Do not use the same testing agency for field quality control testing.

2. Limit use of fly ash to not exceed 25 percent of cement content by weight.

3. Limit use of ground granulated blast-furnace slag to not exceed 50 percent of cement content by weight.

4. The total combination of fly ash and ground granulated blast-furnace slag shall not exceed 50 percent of cement content by weight.

B. Submit written reports to the Engineer of each proposed mix for each class of concrete at least 15 days prior to start of Work. Do not begin concrete production until proposed mix designs have been reviewed by the Engineer.

C. Design mixes to provide normal weight concrete with the following properties as indicated on drawings and schedules:

1. Fill concrete and thrust blocks: 3000 psi, 28-day compressive strength; water- cement ratio, 0.60 maximum.

033000-10 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

2. All other concrete: 3500 psi, 28-day compressive strength; water-cement ratio, 0.50 maximum.

D. Slump Limits: Proportion and design mixes to result in concrete slump at point of placement as follows:

1. Ramps, slabs, and sloping surfaces: Not more than 3 inches.

2. Reinforced foundation systems: Not less than 1 inch and not more than 4 inches.

3. Concrete containing high-range water-reducing admixture (superplasticizer): Not more than 6 inches after adding admixture to site-verified 2 - 3 inch slump concrete.

4. Other concrete: Not more than 4 inches.

E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant, as accepted by the Engineer. Laboratory test data for revised mix design and strength results must be submitted to and accepted by the Engineer before using in Work.

2.6 ADMIXTURES

A. Use water-reducing admixture or high-range water-reducing admixture (superplasticizer) in concrete, as required, for placement and workability.

B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg F.

C. Use high-range water-reducing admixture in pumped concrete, concrete for slabs, concrete required to be watertight, and concrete with water-cement ratios below 0.50.

D. Use air-entraining admixture in all concrete unless otherwise indicated. Add air- entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having total air content with a tolerance of plus or minus 1-1/2 percent within the following limits:

1. 5.5 percent for 1-1/2 inch maximum aggregate.

2. 6.0 percent for 1 inch maximum aggregate.

3. 6.0 percent for 3/4 inch maximum aggregate.

4. 7.0 percent for 1/2 inch maximum aggregate.

E. Use admixtures for water reduction and set accelerating or retarding in strict compliance with manufacturer's directions.

033000-11 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

2.7 CONCRETE MIXING

A. Job-Site Mixing: Mix concrete materials in appropriate drum-type batch machine mixer. For mixers of 1 cu. yd. or smaller capacity, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. For mixers of capacity larger than 1 cu. yd., increase minimum 1-1/2 minutes of mixing time by 15 seconds for each additional 1 cu. yd.

1. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water introduced.

B. Ready-Mixed Concrete: Comply with requirements of ASTM C 94, and as specified.

1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes.

PART 3 - EXECUTION

3.1 GENERAL

A. Coordinate the installation of joint materials, vapor retarder/barrier, and other related materials with placement of forms and reinforcing steel.

3.2 FORMS

A. General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static, and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following ACI 347 limits:

1. Provide Class A tolerances for concrete surfaces exposed to view.

2. Provide Class C tolerances for other concrete surfaces.

B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the Work. Use selected materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent cement paste from leaking.

C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to

033000-12 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy removal.

D. Provide temporary openings for clean-outs and inspections where interior area of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations.

E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints.

F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms.

G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment.

3.3 VAPOR RETARDER INSTALLATION

A. General: Place vapor retarder sheeting in position with longest dimension parallel with direction of pour.

B. Lap joints 6 inches and seal with manufacturer's recommended mastic or pressure- sensitive tape.

3.4 PLACING REINFORCEMENT

A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as specified.

1. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. Repair damages before placing concrete.

B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete.

C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by the Engineer.

D. Place reinforcement to maintain minimum coverages as indicated for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces.

033000-13 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

E. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction.

3.5 JOINTS

A. Construction Joints: Locate and install construction joints so they do not impair strength or appearance of the structure, as acceptable to the Engineer.

B. Provide keyways at least 1-1/2 inches deep in construction joints in walls and slabs and between walls and footings. Bulkheads designed and accepted for this purpose may be used for slabs.

C. Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints except as indicated otherwise.

D. Use bonding agent on existing concrete surfaces that will be joined with fresh concrete.

E. Waterstops: Provide waterstops in construction joints as indicated. Install waterstops to form continuous diaphragm in each joint. Support and protect exposed waterstops during progress of Work. Field-fabricate joints in waterstops according to manufacturer's printed instructions.

3.6 INSTALLING EMBEDDED ITEMS

A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by cast-in-place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached.

B. Install reglets to receive top edge of foundation sheet waterproofing in outer face of concrete at exterior walls.

C. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and contours in finished surfaces. Provide and secure units to support screed strips using strike-off templates or compacting-type screeds.

3.7 PREPARING FORM SURFACES

A. General: Coat contact surfaces of forms with an approved, nonresidual, low-VOC, form-coating compound before placing reinforcement.

B. Do not allow excess form-coating material to accumulate in forms or come into contact with in-place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions.

1. Coat steel forms with a nonstaining, rust-preventative material. Rust-stained steel formwork is not acceptable.

033000-14 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

3.8 CONCRETE PLACEMENT

A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to permit installation of their work.

B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing Concrete," and as specified.

C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened sufficiently to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation at its final location. Do not allow concrete to drop more than 5 feet from the end of the chute or conveyor to the surface of the concrete being placed.

D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints.

1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand-spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309.

2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix to segregate.

E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until completing placement of a panel or section.

1. Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement, other embedded items and into corners.

2. Bring slab surfaces to correct level with a straightedge and strike off. Use bull floats or darbies to smooth surface free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations.

3. Maintain reinforcing in proper position on chairs during concrete placement.

F. Cold-Weather Placement: Comply with provisions of ACI 306 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures.

033000-15 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

G. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement.

1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials.

2. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs.

H. Hot-Weather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305 and as specified.

1. Cool ingredients before mixing to maintain concrete temperature at time of placement to below 90 deg F. Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option.

2. Cover reinforcing steel with water-soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete.

3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without puddles or dry areas.

4. Use water-reducing retarding admixture when required by high temperatures, low humidity, or other adverse placing conditions, as acceptable to the Engineer.

3.9 FINISHING FORMED SURFACES

A. Rough-Formed Finish: Provide a rough-formed finish on formed concrete surfaces not to receive waterproofing or dampproofing and not exposed to view in the finished Work or concealed by other construction. This is the concrete surface having texture imparted by form-facing material used, with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1/4 inch in height rubbed down or chipped off.

B. Smooth-Formed Finish: Provide a smooth-formed finish on formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, painting, or another similar system. This is an as-cast concrete surface obtained with selected form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed.

C. Smooth-Rubbed Finish: Provide smooth-rubbed finish on scheduled concrete surfaces that have received smooth-formed finish treatment not later than 1 day after form removal.

033000-16 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

1. Moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process.

D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike-off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated.

3.10 MISCELLANEOUS CONCRETE ITEMS

A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as specified to blend with in-place construction. Provide other miscellaneous concrete filling shown or required to complete Work.

B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded.

3.11 CONCRETE CURING AND PROTECTION

A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before and during finishing operations with an evaporation-control material. Apply according to manufacturer's instructions after screening and bull floating, but before power floating and troweling.

B. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 7 days.

C. Curing Methods: Cure concrete by curing compound, by moist curing, by moisture- retaining cover curing, or by combining these methods, as specified.

D. Provide moisture curing by one or more of the following methods:

1. Keep concrete surface continuously wet by covering with water.

2. Use continuous water-fog spray.

3. Cover concrete surface with specified absorptive cover, thoroughly saturate cover with water, and keep continuously wet. Place absorptive cover to provide coverage of concrete surfaces and edges, with a 4 inch lap over adjacent absorptive covers.

E. Provide moisture-retaining cover curing as follows:

033000-17 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

1. Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width with sides and ends lapped at least 3 inches and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape.

F. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as follows:

1. Apply curing compound to concrete slabs as soon as final finishing operations are complete (within 2 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power spray or roller according to manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period.

2. Use membrane curing compounds that will not affect surfaces to be covered with finish materials applied directly to concrete.

G. Curing Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces, by moist curing with forms in place for the full curing period or until forms are removed. If forms are removed, continue curing by methods specified above, as applicable.

H. Curing Unformed Surfaces: Cure unformed surfaces, including slabs, floor topping, and other flat surfaces, by applying the appropriate curing method.

I. Final cure concrete surfaces to receive finish flooring with a moisture-retaining cover, unless otherwise directed.

3.12 SHORES AND SUPPORTS

A. General: Comply with ACI 347 for shoring and reshoring in multistory construction, and as specified.

B. Remove shores and reshore in a planned sequence to avoid damage to partially cured concrete. Locate and provide adequate reshoring to support work without excessive stress or deflection.

C. Keep reshores in place a minimum of 15 days after placing upper tier, or longer, if required, until concrete has attained its required 28-day strength and heavy loads due to construction operations have been removed.

3.13 REMOVING FORMS

A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form-removal operations, and provided curing and protection operations are maintained.

033000-18 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

B. Formwork supporting weight of concrete, such as beam soffits, joists, slabs, and other structural elements, may not be removed in less than 14 days or until concrete has attained at least 75 percent of design minimum compressive strength at 28 days. Determine potential compressive strength of in-place concrete by testing field-cured specimens representative of concrete location or members.

C. Form-facing material may be removed 4 days after placement only if shores and other vertical supports have been arranged to permit removal of form-facing material without loosening or disturbing shores and supports.

3.14 REUSING FORMS

A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-coating compound as specified for new formwork.

B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to the Engineer.

3.15 CONCRETE SURFACE REPAIRS

A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removing forms, when acceptable to the Engineer.

B. Mix dry-pack mortar, consisting of one part Portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing.

1. Cut out honeycombs, rock pockets, and voids over 1/4 inch in any dimension, and holes left by tie rods and bolts down to solid concrete but in no case to a depth less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush-coat the area to be patched with bonding agent. Place patching mortar before bonding agent has dried.

2. For surfaces exposed to view, blend white Portland cement and standard Portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike-off slightly higher than surrounding surface.

C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of the Engineer. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes and fill with dry-pack mortar or precast cement cone plugs secured in place with bonding agent.

033000-19 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

1. Repair concealed formed surfaces, where possible, containing defects that affect the concrete's durability. If defects cannot be repaired, remove and replace the concrete.

D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface tolerances specified for each surface and finish. Correct low and high areas as specified. Test unformed surfaces sloped to drain for trueness of slope and smoothness by using a template having the required slope.

1. Repair finished unformed surfaces containing defects that affect the concrete's durability. Surface defects include crazing and cracks in excess of 0.01 inch wide or that penetrate to the reinforcement or completely through nonreinforced sections regardless of width, spalling, popouts, honeycombs, rock pockets, and other objectionable conditions.

2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days.

3. Correct low areas in unformed surfaces during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. Proprietary underlayment compounds may be used when acceptable to the Engineer.

4. Repair defective areas, except random cracks and single holes not exceeding 1 inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose reinforcing steel with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete.

E. Repair isolated random cracks and single holes 1 inch or less in diameter by dry-pack method. Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding compound. Place dry-pack before bonding agent has dried. Compact dry-pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours.

F. Perform structural repairs with prior approval of the Engineer for method and procedure, using specified epoxy adhesive and mortar.

G. Repair methods not specified above may be used, subject to acceptance of the Engineer.

3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION

A. General: The Contractor’s third party inspector will perform tests and submit test reports.

033000-20 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

B. Sampling and testing for quality control during concrete placement may include the following, as directed by the Engineer.

1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94.

a. Slump: ASTM C 143; one test at point of discharge for each day's pour of each type of concrete; additional tests when concrete consistency seems to have changed.

b. Air Content: ASTM C 173, volumetric method for lightweight or normal weight concrete; ASTM C 231, pressure method for normal weight concrete; one for each day's pour of each type of air-entrained concrete.

c. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below, when 80 deg F and above, and one test for each set of compressive-strength specimens.

d. Compression Test Specimen: ASTM C 31; one set of four standard cylinders for each compressive-strength test, unless otherwise directed. Mold and store cylinders for laboratory-cured test specimens except when field-cured test specimens are required.

e. Compressive-Strength Tests: ASTM C 39; one set for each day's pour exceeding 5 cu. yd. plus additional sets for each 50 cu. yd. more than the first 25 cu. yd. of each concrete class placed in any one day; one specimen tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required.

2. When frequency of testing will provide fewer than five strength tests for a given class of concrete, conduct testing from at least five randomly selected batches or from each batch if fewer than five are used.

3. When total quantity of a given class of concrete is less than 50 cu. yd., the Engineer may waive strength testing if adequate evidence of satisfactory strength is provided.

4. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in-place concrete.

5. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi.

C. Test results will be reported in writing to the Engineer, Structural Engineer, ready-mix producer, and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the Project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix

033000-21 CECO TO CHERRY HILL CONNECTION CAST IN PLACE CONCRETE

proportions and materials, compressive breaking strength, and type of break for both 7- day tests and 28-day tests.

D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted but shall not be used as the sole basis for acceptance or rejection.

E. Additional Tests: The testing agency will make additional tests of in-place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by the Engineer. Testing agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed.

END OF SECTION

033000-22 CECO TO CHERRY HILL CONNECTION PRECAST CONCRETE UTILITY STRUCTURES

SECTION 034000 - PRECAST CONCRETE UTILITY STRUCTURES

PART 1 - GENERAL

1.1 DESCRIPTION

A. See “Cecil County Standard Specifications and Details for Water Mains and Sewer Mains”.

PART 2 - PRODUCTS

2.1 ACCESS HATCH

A. Cover Leaf: ¼” aluminum diamond or safety tread pattern plate.

B. Channel Frame: ¼” aluminum with continuous anchor flange around the perimeter, bituminous coated where in contact with concrete, and a 1 ½” drainage coupling.

C. Load Rating: H-20, Uniform live load.

D. Locking System: Type 316 stainless steel slam lock with removable key.

E. Cover equipped with stainless steel springs assists, heavy duty hinges, tamper proof attaching hardware, automatic hold open arm with aluminum latch.

F. The door shall have a locking mechanism and snap lock with a removable handle.

G. The door shall be operable by a force not to exceed 30 pounds.

H. The hatch shall be provided with a secondary protective grating panel with 1-inch thick aluminum “I” bar grating. The grating panel color and finish shall be safety orange powder-coating. The panel shall be hinged with tamper proof stainless steel bolts and shall be supplied with positive latch to maintain the unit in an upright position. A padlock hasp for an owner-supplied padlock shall be provided.

2.2 LADDER

A. Aluminum welded construction.

B. Ladders shall utilize ½” and 2 ¾” channel stringers with a 1 3/8” diameter type “D” rungs with flat slip resistant surface.

C. Standoff shall be a minimum of 7”.

D. Shall have mounting holes no more than 5’ apart.

E. Fixed ladders shall be equipped with an aluminum LadderUP safety post or approved equal.

034000-1 CECO TO CHERRY HILL CONNECTION PRECAST CONCRETE UTILITY STRUCTURES

2.3 WATERPROOF COATING

A. Waterproof coatings on underground precast concrete structures shall consist of a heat shrinkable wrap designed to seal joints and prevent groundwater from entering the structure. Materials shall meet ASTM E28, D638, D1000, D1044, and D2240 standards and shall be installed per the manufacturer’s recommendations and product specifications. Approved manufacturers of coatings include GPT Industries Riser- Wrap, CCI pipeline Systems Wrapidseal, or approved equal.

END OF SECTION

034000-2 CECO TO CHERRY HILL CONNECTION EPOXY LINING CONCRETE STRUCTURES

SECTION 034150 – EPOXY LINING CONCRETE STRUCTURES

PART 1 – GENERAL

1.1 SUMMARY

A. The work consists of spray applying a urethane/epoxy-based material to the walls, inverts, and benches of all underground sanitary sewer concrete structures, resulting in a monolithic liner of a minimum 1/8 inch thickness or more, as determined by the manufacturer for the specific depth and water table. The applicator, approved and trained, shall furnish all labor, equipment and materials for installing the lining over brick, tile, pre-cast concrete, cast-in-place concrete, or concrete block structures, new or used, using approved equipment. The installation shall be in accordance with the following Contract Specifications along with manufacturer's recommendations.

PART 2 – PRODUCTS

2.1 MATERIALS

A. Mixture: A urethane/epoxy-based material specifically designed for sanitary sewer applications shall be SprayWall as manufactured by Sprayroq, Inc. (1-800-634-0504), or engineer approved equal. The product shall be corrosion resistant to the ingredients of the sanitary sewer environment and shall be designed to bond to wet (not running) surfaces.

1. Water: Shall be clean, potable, and supplied by the contractor.

2. Other Materials: No material shall be used with or added to mixture without prior approval by the Owner.

B. Properties

1. Physical:

a. Tensile stress, ASTM D-638 6,500 psi

b. Flexural stress, ASTM D-790 10,000 psi

c. Flexural modules, ASTM D-790 550,000 psi

2. Liner Mix shall be made with manufacturer's recommendations for sanitary sewer applications.

PART 3 – EXECUTION

3.1 PREPARATION

A. Place covers over invert before prepping.

034150-1 CECO TO CHERRY HILL CONNECTION EPOXY LINING CONCRETE STRUCTURES

B. All foreign materials shall be removed from the structure walls and bench or floor using high-pressure water spray (minimum 1,200 psi). Loose and protruding brick, mortar and concrete shall be removed using a masons hammer and chisel. All non-leaking voids shall be filled with a nonshrink cement-based material containing hydraulic cement, as approved and directed by the Owner at least 1 hour prior to spray application of the first coat of liner.

C. Active leaks shall be stopped using products specifically for that purpose and according to manufacturer's recommendations. Grouting with chemically resistant cement-based material shall be used to cease inflow into structures.

D. Excessively leaking structures shall be drilled through the wall and injected with grout sealant only after the event that normal leak stoppage methods are not effective and it is approved by the Owner.

E. All loose material shall be removed following the completion of preparation work.

F. Structure inverts and steps shall be protected during rehabilitation application.

3.2 SPRAYING

A. The surface prior to spraying shall be damp without noticeable free water droplets or running water. Material shall be spray applied to a minimum uniform thickness to insure that all voids and crevices are filled and a smooth.

B. The application of the liner shall provide a monolithic liner of a minimum of 1/8”. The liner shall be applied to the invert, bench or floor, and wall and shall all be equal in thickness as determined by the water table and the product manufacturer. Inverts and benches shall be smooth and sloped in the direction of the flow. Benches shall have a gradual slope to the invert. Invert transitions to the pipe shall be smooth and shall not impair the flow.

C. No application shall be made when ambient temperatures are less than 40°F and when freezing is expected within 24 hours unless specific recommendations are made by the manufacturer.

D. A minimum of 30 minutes cure time or more as required by the product manufacturer shall be allowed before returning to active flow.

3.3 TESTING

A. Two standard samples shall be taken from each day's work with the date, location and job recorded for each sample. The samples shall be sent to an established, local, and reputable commercial testing laboratory that has been approved by the Owner to determine if lining materials meet minimum requirements specified herein.

END OF SECTION

034150-2 CECO TO CHERRY HILL CONNECTION VENTILATION/ODOR CONTROL SYSTEM

SECTION 233416 - VENTILATION / ODOR CONTROL SYSTEM

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. Furnish all labor, materials, equipment, and services necessary for and incidental to the furnishing and installing a ventilation and odor control system for the sewage wet well.

1.2 RELATED SECTIONS

A. Section 013300 – Submittals

B. Section 332119 – Submersible Pumps

1.3 QUALITY ASSURANCE

A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project.

B. Manufacturer Qualifications: A qualified manufacturer. Maintain, within 200 miles of Project site, a service center capable of providing training, parts, and emergency maintenance repairs.

C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

1.4 PROJECT CONDITIONS

A. Environmental Conditions: centrifugal fan system shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability:

1. Constant fan speed of 16.74 CFM

2. Uncovered outdoor weather conditions

1.5 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of centrifugal fan and associated auxiliary components that fail in materials or workmanship within specified warranty period.

1. Warranty Period: 1 years from date of Substantial Completion.

233416 - 1 CECO TO CHERRY HILL CONNECTION VENTILATION/ODOR CONTROL SYSTEM

PART 2 - PRODUCTS

A. Provide a factory assembled, skid mounted odor control system complete with a carbon canister and blower with sound attenuating enclosure.

1. The system shall be designed for a minimum capacity of 225 cfm. Refer to the Design Criteria on the drawings for additional requirements.

2. The system shall be an EZ Vent Powered Odor Control System or equal.

3. The equipment shall be suitable for installation as shown on drawings.

4. Provide accessories including OSHA combination weather guard/belt guard for motor and vulcanized neoprene-to-steel anti-vibration pads.

5. All vent materials shall

6. Fan shall be explosion proof, class A construction, with a radial wheel, and shall be sized to match the cartridge.

PART 3 - EXECUTION

A. The installation of all ventilation equipment shall be in accordance with the manufacturer's recommendations and all applicable codes and standards.

B. The wet well vent set shall be mounted on, and anchored to an independent concrete pad to suit unit furnished. Size of anchors, and anchor location, shall be to suit unit furnished. All fasteners and anchors shall be stainless steel.

C. Flexible connections of neoprene or other NFPA approved nonflammable fabric shall be provided at fan outlet connection and elsewhere as indicated. Unless noted otherwise, connections shall be Ventgabrics, Inc. "Ventglas" or equal. Metal bands with bolted connections shall securely clamp the fabric to the ducts and duct collars. Seams shall be stitched with heavy fiberglass thread.

END OF SECTION

233416 - 2 CECO TO CHERRY HILL CONNECTION LOW VOLTAGE ELECTRICAL POWER CONDUCTORS

SECTION 260519 – LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. CONTRACTOR shall furnish and install all new low-voltage electrical power conductors and cables as shown on the drawings to feed the various devices and equipment throughout the facility.

1.2 RELATED SECTIONS

A. Section 013300 – Submittals

1.3 QUALITY ASSURANCE

A. Manufacturer's Qualifications: If requested, the manufacturer shall demonstrate experience on previous projects where equipment of similar size and design has been provided and is in operation successfully in a similar process.

1.4 SUBMITTALS

A. Make all submittals in accordance with the requirements of Section 013300.

B. Submit material list for each conductor type. Indicate insulation material, conductor material, voltage rating, manufacturer and other date pertinent to the specific cable, such as type shielding, number of pairs, and applicable standards.

PART 2 - PRODUCTS

2.1 CONDUCTORS AND CABLES

A. Copper Conductors: Comply with NEMA WC 70/ICEA S-95-658.

B. Conductor Insulation: Comply with NEMA WC 70/ICEA S-95-658 for Type THHN/THWN-2.

2.2 CONNECTORS AND SPLICES

A. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated.

260519 - 1 CECO TO CHERRY HILL CONNECTION LOW VOLTAGE ELECTRICAL POWER CONDUCTORS

2.3 SYSTEM DESCRIPTION

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Comply with NFPA 70.

PART 3 - EXECUTION

3.1 CONDUCTOR MATERIAL APPLICATIONS

A. Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger.

B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger, except VFC cable, which shall be extra flexible stranded.

3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS

A. Service Entrance: Type THHN/THWN-2, single conductors in raceway.

B. Exposed Feeders: Type THHN/THWN-2, single conductors in raceway.

C. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN/THWN-2, single conductors in raceway.

D. Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN/THWN-2, single conductors in raceway.

E. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN/THWN-2, single conductors in raceway.

F. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless-steel, wire-mesh, strain relief device at terminations to suit application.

3.3 INSTALLATION OF CONDUCTORS AND CABLES.

A. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated.

B. Complete raceway installation between conductor and cable termination points according to Section 260533 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and cables.

C. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values.

260519 - 2 CECO TO CHERRY HILL CONNECTION LOW VOLTAGE ELECTRICAL POWER CONDUCTORS

D. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage cables or raceway.

E. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible.

F. Support cables according to Section 260529 "Hangers and Supports for Electrical Systems."

3.4 CONNECTIONS

A. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B.

B. Make splices, terminations, and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors.

C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack.

3.5 IDENTIFICATION

A. Identify and color-code conductors and cables according to Section 260553 "Identification for Electrical Systems."

B. Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor.

3.6 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling."

3.7 FIELD QUALITY CONTROL

A. Perform the following tests and inspections:

1. After installing conductors and cables and before electrical circuitry has been energized, test service entrance and feeder conductors for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 3. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each splice in conductors No. 3 AWG and larger. Remove box and equipment covers so splices are accessible to portable scanner. Correct deficiencies determined during the scan.

260519 - 3 CECO TO CHERRY HILL CONNECTION LOW VOLTAGE ELECTRICAL POWER CONDUCTORS

a. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each splice 11 months after date of Substantial Completion. b. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. c. Record of Infrared Scanning: Prepare a certified report that identifies splices checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action.

B. Test and Inspection Reports: Prepare a written report to record the following:

1. Procedures used. 2. Results that comply with requirements. 3. Results that do not comply with requirements and corrective action taken to achieve compliance with requirements.

C. Cables will be considered defective if they do not pass tests and inspections.

END OF SECTION

260519 - 4 CECO TO CHERRY HILL CONNECTION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

SECTION 260526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. CONTRACTOR shall furnish and install grounding and bonding materials per National Electric Code (NEC) requirements and per details shown on the drawings.

1.2 RELATED SECTIONS

A. Section 013300 – Submittals

1.3 QUALITY ASSURANCE

A. Manufacturer's Qualifications: If requested, the manufacturer shall demonstrate experience on previous projects where equipment of similar size and design has been provided and is in operation successfully in a similar process.

1.4 SUBMITTALS

A. Make all submittals in accordance with the requirements of Section 013300.

B. Submit material list for all grounding materials and equipment. Indicate size, material, and manufacturer.

C. Submit a ground resistance test report for each facility prior to energizing the automatic transfer switch and generator.

PART 2 - PRODUCTS

2.1 SYSTEM DESCRIPTION

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Comply with UL 467 for grounding and bonding materials and equipment.

2.2 CONDUCTORS

A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction.

260526-1 CECO TO CHERRY HILL CONNECTION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

B. Bare Copper Conductors:

1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 7. Tinned Bonding Jumper: Tinned-copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick.

2.3 CONNECTORS

A. Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected.

B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy.

C. Welded Connectors: Exothermic-welding kits of types recommended by kit manufacturer for materials being joined and installation conditions.

D. Bus-Bar Connectors: Mechanical type, cast silicon bronze, solderless compression - type wire terminals, and long-barrel, two-bolt connection to ground bus bar.

2.4 GROUNDING ELECTRODES

A. Ground Rods: Copper-clad steel; 3/4 inch by 10 feet, or as indicated.

PART 3 - EXECUTION

3.1 APPLICATIONS

A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for AWG and larger unless otherwise indicated.

B. Underground Grounding Conductors: Install bare copper conductor, No. 2/0 AWG minimum.

1. Bury at least 24 inches below grade.

C. Conductor Terminations and Connections:

1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors except at test wells and as otherwise indicated.

260526-2 CECO TO CHERRY HILL CONNECTION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

3. Connections to Ground Rods at Test Wells: Bolted connectors. 4. Connections to Structural Steel: Welded connectors.

3.2 GROUNDING AT THE SERVICE

A. Equipment grounding conductors and grounding electrode conductors shall be connected to the ground bus. Install a main bonding jumper between the neutral and ground buses.

3.3 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS

A. Comply with IEEE C2 grounding requirements.

B. Grounding Manholes and Handholes: Install a driven ground rod through manhole or handhole floor, close to wall, and set rod depth so 4 inches will extend above finished floor. If necessary, install ground rod before manhole is placed and provide No. 1/0 AWG bare, tinned-copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure-sensitive insulating tape or heat-shrunk insulating sleeve from 2 inches above to 6 inches below concrete. Seal floor opening with waterproof, nonshrink grout.

C. Grounding Connections to Manhole Components: Bond exposed-metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard-drawn copper bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls. Connect to cable armor and cable shields according to written instructions by manufacturer of splicing and termination kits.

D. Pad-Mounted Transformers and Switches: Install two ground rods around the pad. Ground pad-mounted equipment and noncurrent-carrying metal items associated with substations by connecting them to underground cable and grounding electrodes. Install tinned-copper conductor not less than No. 2 AWG for taps to equipment grounding terminals.

3.4 EQUIPMENT GROUNDING

A. Install insulated equipment grounding conductors with all feeders and branch circuits.

B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70:

1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits. 5. Three-phase motor and appliance branch circuits.

260526-3 CECO TO CHERRY HILL CONNECTION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

6. Flexible raceway runs. 7. Armored and metal-clad cable runs.

C. Air-Duct Equipment Circuits: Install insulated equipment grounding conductor to duct- mounted electrical devices operating at 120 V and more, including air cleaners, heaters, dampers, humidifiers, and other duct electrical equipment. Bond conductor to each unit and to air duct and connected metallic piping.

D. Water Heater, Heat-Tracing, and Antifrost Heating Cables: Install a separate insulated equipment grounding conductor to each electric water heater and heat-tracing cable. Bond conductor to heater units, piping, connected equipment, and components.

E. Poles Supporting Outdoor Lighting Fixtures: Install grounding electrode and a separate insulated equipment grounding conductor in addition to grounding conductor installed with branch-circuit conductors.

3.5 INSTALLATION

A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage.

B. Ground Rods: Drive rods until tops are 2 inches below finished floor or final grade unless otherwise indicated.

1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating if any. 2. For grounding electrode system, install at least three rods spaced at least one- rod length from each other and located at least the same distance from other grounding electrodes, and connect to the service grounding electrode conductor.

C. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit.

1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install bonding so vibration is not transmitted to rigidly mounted equipment. 3. Use exothermic-welded connectors for outdoor locations; if a disconnect-type connection is required, use a bolted clamp.

D. Grounding and Bonding for Piping:

1. Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes; use a bolted clamp connector or bolt a lug-type connector to a pipe flange by using one of the lug bolts of the flange. Where a dielectric main

260526-4 CECO TO CHERRY HILL CONNECTION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping: Use braided-type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. 3. Bond each aboveground portion of gas piping system downstream from equipment shutoff .

3.6 FIELD QUALITY CONTROL

A. Perform tests and inspections. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions.

END OF SECTION

260526-5 CECO TO CHERRY HILL CONNECTION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

SECTION 260529 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. CONTRACTOR shall furnish and install hangers and supports as necessary for electrical equipment.

1.2 RELATED SECTIONS

A. Section 013300 – Submittals

1.3 QUALITY ASSURANCE

A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel."

B. Comply with NFPA 70.

1.4 SUBMITTALS

A. Make all submittals in accordance with the requirements of Section 013300.

B. Product Data: For steel slotted support systems.

1.5 PERFORMANCE REQUIREMENTS

A. Delegated Design: Design supports for multiple raceways, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated.

B. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents.

C. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components.

D. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads calculated or imposed for this Project, with a minimum structural safety factor of five times the applied force.

260529-1 CECO TO CHERRY HILL CONNECTION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

PART 2 - PRODUCTS

2.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS

A. Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated components for field assembly.

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. c. ERICO International Corporation. d. GS Metals Corp. e. Thomas & Betts Corporation. f. Unistrut; Tyco International, Ltd. g. Wesanco, Inc.

3. Metallic Coatings: Hot-dip galvanized after fabrication and applied according to MFMA-4. 4. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied according to MFMA-4. 5. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-4. 6. Channel Dimensions: Selected for applicable load criteria.

B. Raceway and Cable Supports: As described in NECA 1 and NECA 101.

C. Conduit and Cable Support Devices: Steel and malleable-iron hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported.

D. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non-armored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be malleable iron.

E. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized.

F. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following:

1. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used.

260529-2 CECO TO CHERRY HILL CONNECTION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

a. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: b. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Hilti Inc. 2) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 3) MKT Fastening, LLC. 4) Simpson Strong-Tie Co., Inc.; Masterset Fastening Systems Unit. .

2. Mechanical-Expansion Anchors: Insert-wedge-type, stainless steel, for use in hardened portland cement concrete with tension, shear, and pullout capacities appropriate for supported loads and building materials in which used.

a. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: b. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Cooper B-Line, Inc.; a division of Cooper Industries. 2) Empire Tool and Manufacturing Co., Inc. 3) Hilti Inc. 4) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 5) MKT Fastening, LLC. .

3. Concrete Inserts: Steel or malleable-iron, slotted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP-58. 4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element. 5. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325. 6. Toggle Bolts: All-steel springhead type. 7. Hanger Rods: Threaded steel.

PART 3 - EXECUTION

3.1 APPLICATION

A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter.

B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMT, IMC, and RMC as required by NFPA 70. Minimum rod size shall be 1/4 inch in diameter.

260529-3 CECO TO CHERRY HILL CONNECTION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

C. Multiple Raceways or Cables: Install trapeze-type supports fabricated with steel slotted or other support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits.

1. Secure raceways and cables to these supports with single-bolt conduit clamps using spring friction action for retention in support channel.

D. Spring-steel clamps designed for supporting single conduits without bolts may be used for 1-1/2-inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports.

3.2 SUPPORT INSTALLATION

A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article.

B. Raceway Support Methods: In addition to methods described in NECA 1, EMT, IMC, and RMC may be supported by openings through structure members, as permitted in NFPA 70.

C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb.

D. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code:

1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5. Instead of expansion anchors, powder-actuated driven threaded studs provided with lock washers and nuts may be used in existing standard-weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight-aggregate concrete or for slabs less than 4 inches thick. 6. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with MSS SP-69. 7. To Light Steel: Sheet metal screws. 8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted-channel racks attached to substrate.

E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars.

260529-4 CECO TO CHERRY HILL CONNECTION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

3.3 CONCRETE BASES

A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base.

B. Use 3000-psi, 28-day compressive-strength concrete.

C. Anchor equipment to concrete base.

1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor-bolt manufacturer's written instructions.

3.4 PAINTING

A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces.

1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils.

B. Touchup: Comply with manufacturer’s recommendations for cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal.

C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780.

END OF SECTION

260529-5 CECO TO CHERRY HILL CONNECTION RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

SECTION 260533 - RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. CONTRACTOR shall furnish and install all new conduits, raceways, boxes, enclosures and cabinets as shown on the drawings to support the proposed electrical distribution system.

1.2 RELATED SECTIONS

A. Section 013300 – Submittals

B. Section 260543 – Underground Ducts and Raceways for Electrical Systems

1.3 SUBMITTALS

A. Make all submittals in accordance with the requirements of Section 013300.

B. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-cover enclosures, and cabinets.

C. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and attachment details.

D. Submit conduit layout for each building, facility, vault, and for the site.

PART 2 - PRODUCTS

2.1 METAL CONDUITS, TUBING, AND FITTINGS

A. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. GRC: Comply with ANSI C80.1 and UL 6.

C. ARC: Comply with ANSI C80.5 and UL 6A.

D. IMC: Comply with ANSI C80.6 and UL 1242.

E. PVC-Coated Steel Conduit: PVC-coated rigid steel conduit .

260533-1 CECO TO CHERRY HILL CONNECTION RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch, minimum.

F. EMT: Comply with ANSI C80.3 and UL 797.

G. FMC: Comply with UL 1; zinc-coated steel.

H. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360.

I. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B.

1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and NFPA 70. 2. Fittings for EMT:

a. Material: Steel or die cast. b. Type: compression.

3. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper. 4. Coating for Fittings for PVC-Coated Conduit: Minimum thickness of 0.040 inch, with overlapping sleeves protecting threaded joints.

J. Joint Compound for IMC, GRC, or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity.

2.2 NONMETALLIC CONDUITS, TUBING, AND FITTINGS

A. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated.

C. LFNC: Comply with UL 1660.

D. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material.

E. Fittings for LFNC: Comply with UL 514B.

F. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

G. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for

260533-2 CECO TO CHERRY HILL CONNECTION RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

2.3 METAL WIREWAYS AND AUXILIARY GUTTERS

A. Description: Sheet metal, complying with UL 870 and NEMA 250, Type 12 unless otherwise indicated, and sized according to NFPA 70.

1. Metal wireways installed outdoors shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system.

2.4 NONMETALLIC WIREWAYS AND AUXILIARY GUTTERS

A. Listing and Labeling: Nonmetallic wireways and auxiliary gutters shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Description: Fiberglass polyester, extruded and fabricated to required size and shape, without holes or knockouts. Cover shall be gasketed with oil-resistant gasket material and fastened with captive screws treated for corrosion resistance. Connections shall be flanged and have stainless-steel screws and oil-resistant gaskets.

C. Description: PVC, extruded and fabricated to required size and shape, and having snap-on cover, mechanically coupled connections, and plastic fasteners.

D. Fittings and Accessories: Couplings, offsets, elbows, expansion joints, adapters, hold- down straps, end caps, and other fittings shall match and mate with wireways as required for complete system.

E. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

F. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

2.5 SURFACE RACEWAYS

A. Listing and Labeling: Surface raceways and tele-power poles shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

260533-3 CECO TO CHERRY HILL CONNECTION RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

B. Surface Metal Raceways: Galvanized steel with snap-on covers complying with UL 5.

C. Surface Nonmetallic Raceways: Two- or three-piece construction, complying with UL 5A, and manufactured of rigid PVC. Product shall comply with UL 94 V-0 requirements for self-extinguishing characteristics.

2.6 BOXES, ENCLOSURES, AND CABINETS

A. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations.

B. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A.

C. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, ferrous alloy, Type FD, with gasketed cover.

D. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.

E. Cast-Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773, galvanized, cast iron with gasketed cover.

F. Box extensions used to accommodate new building finishes shall be of same material as recessed box.

G. Device Box Dimensions: 4 inches square by 2-1/8 inches deep.

H. Gangable boxes are prohibited.

I. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250, Type 12 with continuous-hinge cover with flush latch unless otherwise indicated.

1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Fiberglass. 3. Interior Panels: Steel; all sides finished with manufacturer's standard enamel.

J. Cabinets:

1. NEMA 250, Type 12 galvanized-steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. 2. Hinged door in front cover with flush latch and concealed hinge. 3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. 6. Nonmetallic cabinets shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

2.7 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING

A. General Requirements for Handholes and Boxes:

260533-4 CECO TO CHERRY HILL CONNECTION RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

1. Boxes and handholes for use in underground systems shall be designed and identified as defined in NFPA 70, for intended location and application. 2. Boxes installed in wet areas shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Polymer-Concrete Handholes and Boxes with Polymer-Concrete Cover: Molded of sand and aggregate, bound together with polymer resin, and reinforced with steel, fiberglass, or a combination of the two.

1. Standard: Comply with SCTE 77. 2. Configuration: Designed for flush burial with open bottom unless otherwise indicated. 3. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure and handhole location. 4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 5. Cover Legend: Molded lettering, "ELECTRIC." . 6. Conduit Entrance Provisions: Conduit-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall.

C. Fiberglass Handholes and Boxes: Molded of fiberglass-reinforced polyester resin, with frame and covers of polymer concrete .

1. Standard: Comply with SCTE 77. 2. Configuration: Designed for flush burial with open bottom unless otherwise indicated. 3. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure and handhole location. 4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 5. Cover Legend: Molded lettering, "ELECTRIC". 6. Conduit Entrance Provisions: Conduit-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall.

PART 3 - EXECUTION

3.1 RACEWAY APPLICATION

A. Outdoors: Apply raceway products as specified below unless otherwise indicated:

1. Exposed Conduit: RIGID GALVANIZED STEEL . 2. Concealed Conduit, Aboveground: RIGID GALVANIZED STEEL . 3. Underground Conduit: RIGID GALVANIZED STEEL or PVC as indicated. 4. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC. 5. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R, or as indicated.

B. Minimum Raceway Size: 3/4-inch trade size. 1-inch conduit minimum underground.

C. Raceway Fittings: Compatible with raceways and suitable for use and location.

260533-5 CECO TO CHERRY HILL CONNECTION RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. 2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. 3. EMT: Use compression, steel fittings. Comply with NEMA FB 2.10. 4. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20.

D. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth.

E. Install surface raceways only where indicated on Drawings.

F. Do not install nonmetallic conduit where ambient temperature exceeds 120 deg F.

3.2 INSTALLATION

A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors.

B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot- water pipes. Install horizontal raceway runs above water and steam piping.

C. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for hangers and supports.

D. Arrange stub-ups so curved portions of bends are not visible above finished slab.

E. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches of changes in direction.

F. Support conduit within 12 inches of enclosures to which attached.

G. Raceways Embedded in Slabs:

1. Run conduit larger than 1-inch trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. Secure raceways to reinforcement at maximum 10-foot intervals. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 3. Arrange raceways to keep a minimum of 1 inch of concrete cover in all directions. 4. Do not embed threadless fittings in concrete unless specifically approved by Architect for each specific location.

260533-6 CECO TO CHERRY HILL CONNECTION RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

H. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions.

I. Coat field-cut threads on PVC-coated raceway with a corrosion-preventing conductive compound prior to assembly.

J. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG.

K. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch trade size and insulated throat metal bushings on 1-1/2-inch trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits.

L. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use.

M. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces.

N. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points:

1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Where otherwise required by NFPA 70.

O. Expansion-Joint Fittings:

1. Install in each run of aboveground RNC that is located where environmental temperature change may exceed 30 deg F and that has straight-run length that exceeds 25 feet. 2. Install type and quantity of fittings that accommodate temperature change listed for each of the following locations:

a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F temperature change.

3. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per degree F of temperature change for PVC conduits.

260533-7 CECO TO CHERRY HILL CONNECTION RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

4. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 5. Install each expansion-joint fitting with position, mounting, and setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement.

P. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches of flexible conduit for equipment subject to vibration, noise transmission, or movement; and for transformers and motors.

1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage.

Q. Mount boxes at heights indicated on Drawings. Install boxes with height measured to top of box unless otherwise indicated.

R. Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell of masonry block, and install box flush with surface of wall. Prepare block surfaces to provide a flat surface for a raintight connection between the box and cover plate or the supported equipment and box.

S. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel.

T. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits.

3.3 INSTALLATION OF UNDERGROUND CONDUIT

A. Direct-Buried Conduit:

1. Excavate trench bottom to provide firm and uniform support for conduit. Prepare trench bottom as specified in Section 312000 "Earthwork" for pipe less than 6 inches in nominal diameter. 2. Install backfill as specified in Section 312000 "Earthwork." 3. After installing conduit, backfill and compact. Start at tie-in point, and work toward end of conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches of finished grade, make final conduit connection at end of run and complete backfilling with normal compaction as specified in Section 312000 "Earthwork." 4. Install manufactured rigid steel conduit elbows for stub-ups at poles and equipment and at building entrances through floor.

a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches of concrete for a minimum of 12 inches on each side of the coupling.

260533-8 CECO TO CHERRY HILL CONNECTION RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

b. For stub-ups at equipment mounted on outdoor concrete bases and where conduits penetrate foundations, extend steel conduit horizontally a minimum of 60 inches from edge of foundation or equipment base. Install insulated grounding bushings on terminations at equipment.

5. Underground Warning Tape: Comply with requirements in Section 260553 "Identification for Electrical Systems."

3.4 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES

A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances.

B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth.

C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch above finished grade.

D. Install handholes with bottom below, grade.

E. Field-cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed.

3.5 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Install sleeves and sleeve seals at penetrations as indicated on the drawings.

3.6 PROTECTION

A. Protect coatings, finishes, and cabinets from damage and deterioration.

1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer.

END OF SECTION

260533-9 CECO TO CHERRY HILL CONNECTION UNDERGROUND DUCTS AND RACEWAYS

SECTION 260543 - UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. CONTRACTOR shall furnish and install all new conduit, ducts, duct accessories, handholes and manholes as shown on the drawings to support the electrical distribution system.

1.2 RELATED SECTIONS

A. Section 013300 – Submittals

1.3 QUALITY ASSURANCE

A. Comply with ANSI C2.

B. Comply with NFPA 70.

1.4 SUBMITTALS

A. Make all submittals in accordance with the requirements of Section 013300.

B. Product Data: For accessories for manholes, handholes, and boxes.

C. Shop Drawings for Precast or Factory-Fabricated Underground Utility Structures: Include plans, elevations, sections, details, attachments to other work, and accessories, including the following:

1. Duct entry provisions, including locations and duct sizes. 2. Reinforcement details. 3. Frame and cover design and manhole frame support rings. 4. Grounding details. 5. Dimensioned locations of cable rack inserts, pulling-in and lifting irons, and sumps. 6. Joint details.

D. Shop Drawings for Factory-Fabricated Handholes and Boxes: Include dimensioned plans, sections, and elevations, and fabrication and installation details, including the following:

1. Duct entry provisions, including locations and duct sizes. 2. Cover design. 3. Grounding details.

260543 - 1 CECO TO CHERRY HILL CONNECTION UNDERGROUND DUCTS AND RACEWAYS

4. Dimensioned locations of cable rack inserts, and pulling-in and lifting irons.

PART 2 - PRODUCTS

2.1 CONDUIT

A. Rigid Steel Conduit: Galvanized. Comply with ANSI C80.1.

B. RNC: NEMA TC 2, Type EPC-40-PVC , UL 651, with matching fittings by same manufacturer as the conduit, complying with NEMA TC 3 and UL 514B.

2.2 NONMETALLIC DUCTS AND DUCT ACCESSORIES

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. ARNCO Corp. 2. Beck Manufacturing. 3. Cantex, Inc. 4. CertainTeed Corp.; Pipe & Plastics Group. 5. Condux International, Inc. 6. ElecSys, Inc. 7. Electri-Flex Company. 8. IPEX Inc. 9. Lamson & Sessions; Carlon Electrical Products. 10. Manhattan/CDT; a division of Cable Design Technologies. 11. Spiraduct/AFC Cable Systems, Inc.

B. Duct Accessories:

1. Duct Separators: Factory-fabricated rigid PVC interlocking spacers, sized for type and sizes of ducts with which used, and selected to provide minimum duct spacings indicated while supporting ducts during concreting or backfilling.

2.3 Warning Tape: Electronically detectable.

2.4 HANDHOLES AND BOXES

A. Description: Comply with SCTE 77.

1. Color: Green. 2. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated. 3. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure. 4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50.

260543 - 2 CECO TO CHERRY HILL CONNECTION UNDERGROUND DUCTS AND RACEWAYS

5. Cover Legend: Molded lettering, "ELECTRIC." 6. Duct Entrance Provisions: Duct-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall. 7. Handholes 12 inches wide by 24 inches long and larger shall have inserts for cable racks and pulling-in irons installed before concrete is poured.

B. Fiberglass Handholes and Boxes with Polymer Concrete Frame and Cover: Sheet- molded, fiberglass-reinforced, polyester resin enclosure joined to polymer concrete top ring or frame.

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

a. Armorcast Products Company. b. Carson Industries LLC. c. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of Oldcastle Precast.

C. Fiberglass Handholes and Boxes: Molded of fiberglass-reinforced polyester resin, with covers of fiberglass.

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

a. Carson Industries LLC. b. Christy Concrete Products. c. Nordic Fiberglass, Inc.

PART 3 - EXECUTION

3.1 EARTHWORK

A. Restore surface features at areas disturbed by excavation and reestablish original grades, unless otherwise indicated. Replace removed sod immediately after backfilling is completed.

B. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, and mulching

3.2 DUCT INSTALLATION

A. Joints: Use solvent-cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane.

260543 - 3 CECO TO CHERRY HILL CONNECTION UNDERGROUND DUCTS AND RACEWAYS

B. Building Wall Penetrations: Make a transition from underground duct to rigid steel conduit at least 10 feet outside the building wall without reducing duct line slope away from the building, and without forming a trap in the line. Use fittings manufactured for duct-to-conduit transition.

C. Sealing: Provide temporary closure at terminations of ducts that have cables pulled. Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least 15-psig hydrostatic pressure.

D. Pulling Cord: Install 100-lbf- test nylon cord in ducts, including spares.

E. Concrete-Encased Ducts: Support ducts on duct separators.

1. Separator Installation: Space separators close enough to prevent sagging and deforming of ducts, with not less than 4 spacers per 20 feet of duct. Secure separators to earth and to ducts to prevent floating during concreting. Stagger separators approximately 6 inches between tiers. Tie entire assembly together using fabric straps; do not use tie wires or reinforcing steel that may form conductive or magnetic loops around ducts or duct groups. 2. Concreting Sequence: Pour each run of envelope between manholes or other terminations in one continuous operation.

a. Start at one end and finish at the other, allowing for expansion and contraction of ducts as their temperature changes during and after the pour. Use expansion fittings installed according to manufacturer's written recommendations, or use other specific measures to prevent expansion- contraction damage. b. If more than one pour is necessary, terminate each pour in a vertical plane and install 3/4-inch reinforcing rod dowels extending 18 inches into concrete on both sides of joint near corners of envelope.

3. Pouring Concrete: Spade concrete carefully during pours to prevent voids under and between conduits and at exterior surface of envelope. Do not allow a heavy mass of concrete to fall directly onto ducts. Use a plank to direct concrete down sides of bank assembly to trench bottom. Allow concrete to flow to center of bank and rise up in middle, uniformly filling all open spaces. Do not use power- driven agitating equipment unless specifically designed for duct-bank application. 4. Reinforcement: Reinforce concrete-encased duct banks where they cross disturbed earth and where indicated. Arrange reinforcing rods and ties without forming conductive or magnetic loops around ducts or duct groups. 5. Forms: Use walls of trench to form side walls of duct bank where soil is self- supporting and concrete envelope can be poured without soil inclusions; otherwise, use forms. 6. Minimum Space between Ducts: 3 inches between ducts and exterior envelope wall, 2 inches between ducts for like services, and 4 inches between power and signal ducts, or as indicated on Drawings. 7. Depth: Install top of duct bank at least 24 inches below finished grade in areas not subject to deliberate traffic, and at least 30 inches below finished grade in deliberate traffic paths for vehicles, unless otherwise indicated. 8. Stub-Ups: Use manufactured rigid steel conduit elbows for stub-ups at poles and equipment.

260543 - 4 CECO TO CHERRY HILL CONNECTION UNDERGROUND DUCTS AND RACEWAYS

a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches of concrete. b. Stub-Ups to Equipment: For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches from edge of base. Install insulated grounding bushings on terminations at equipment.

9. Warning Tape: Bury warning tape approximately 12 inches above all concrete- encased ducts and duct banks. Align tape parallel to and within 3 inches of the centerline of duct bank. Provide an additional warning tape for each 12-inch increment of duct-bank width over a nominal 18 inches. Space additional tapes 12 inches apart, horizontally.

F. Direct-Buried Duct Banks:

1. Support ducts on duct separators coordinated with duct size, duct spacing, and outdoor temperature. 2. Space separators close enough to prevent sagging and deforming of ducts, with not less than 4 spacers per 20 feet of duct. Secure separators to earth and to ducts to prevent displacement during backfill and yet permit linear duct movement due to expansion and contraction as temperature changes. Stagger spacers approximately 6 inches between tiers. 3. Excavate trench bottom to provide firm and uniform support for duct bank. Prepare trench bottoms as specified in Section 312000 "Earthwork" for pipes less than 6 inches in nominal diameter. 4. Install backfill as specified in Section 312000 "Earthwork." 5. After installing first tier of ducts, backfill and compact. Start at tie-in point and work toward end of duct run, leaving ducts at end of run free to move with expansion and contraction as temperature changes during this process. Repeat procedure after placing each tier. After placing last tier, hand-place backfill to 4 inches over ducts and hand tamp. Firmly tamp backfill around ducts to provide maximum supporting strength. Use hand tamper only. After placing controlled backfill over final tier, make final duct connections at end of run and complete backfilling with normal compaction as specified in Section 312000 "Earthwork." 6. Install ducts with a minimum of 3 inches between ducts for like services and 6 inches between power and signal ducts, or as indicated on Drawings. 7. Depth: Install top of duct bank at least 36 inches below finished grade, unless otherwise indicated. 8. Set elevation of bottom of duct bank below the frost line. 9. Install manufactured rigid steel conduit elbows for stub-ups at poles and equipment.

a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches of concrete. b. For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches from edge of equipment pad or foundation. Install insulated grounding bushings on terminations at equipment.

10. Warning Planks: Bury warning planks approximately 12 inches above direct- buried ducts and duct banks, placing them 24 inches o.c. Align planks along the

260543 - 5 CECO TO CHERRY HILL CONNECTION UNDERGROUND DUCTS AND RACEWAYS

width and along the centerline of duct bank. Provide an additional plank for each 12-inch increment of duct-bank width over a nominal 18 inches. Space additional planks 12 inches apart, horizontally.

3.3 INSTALLATION OF HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE

A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting ducts to minimize bends and deflections required for proper entrances. Use box extension if required to match depths of ducts, and seal joint between box and extension as recommended by the manufacturer.

B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth.

C. Elevation: In paved areas and trafficways, set so cover surface will be flush with finished grade. Set covers of other handholes 1 inch above finished grade.

3.4 GROUNDING

A. Ground underground ducts and utility structures according to NFPA 70.

3.5 CLEANING

A. Pull leather-washer-type duct cleaner, with graduated washer sizes, through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts.

B. Clean internal surfaces of manholes, including sump. Remove foreign material.

END OF SECTION

260543 - 6 CECO TO CHERRY HILL CONNECTION IDENTIFICATION FOR ELECTRICAL SYSTEMS

SECTION 260553 - IDENTIFICATION FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. CONTRACTOR shall furnish and install all identifications, warning tape, labels and signage as required throughout the facility.

1.2 RELATED SECTIONS

A. Section 013300 – Submittals

1.3 QUALITY ASSURANCE

A. Comply with ANSI A13.1.

B. Comply with NFPA 70.

C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145.

D. Comply with ANSI Z535.4 for safety signs and labels.

E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969.

1.4 SUBMITTALS

A. Make all submittals in accordance with the requirements of Section 013300.

B. Product Data: For each electrical identification product indicated.

PART 2 - PRODUCTS

2.1 POWER RACEWAY IDENTIFICATION MATERIALS

A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway size.

B. Colors for Raceways Carrying Circuits at 600 V or Less:

1. Legend: Indicate voltage.

260553 - 1 CECO TO CHERRY HILL CONNECTION IDENTIFICATION FOR ELECTRICAL SYSTEMS

C. Write-On Tags: Polyester tag, 0.010 inch thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable.

1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine-printed, permanent, waterproof, black ink marker recommended by printer manufacturer.

2.2 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS

A. Write-On Tags: Polyester tag, 0.010 inch thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable.

1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine-printed, permanent, waterproof, black ink marker recommended by printer manufacturer.

2.3 CONDUCTOR IDENTIFICATION MATERIALS

A. Write-On Tags: Polyester tag, 0.010 inch thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable.

1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine-printed, permanent, waterproof, black ink marker recommended by printer manufacturer.

2.4 UNDERGROUND-LINE WARNING TAPE

A. Tape:

1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications utility lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert, and not subject to degrading when exposed to acids, alkalis, and other destructive substances commonly found in soils.

B. Color and Printing:

1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE, HIGH VOLTAGE, . 3. Inscriptions for Orange-Colored Tapes: TELEPHONE CABLE, CATV CABLE, COMMUNICATIONS CABLE, OPTICAL FIBER CABLE,

C. Tag: Type I :

260553 - 2 CECO TO CHERRY HILL CONNECTION IDENTIFICATION FOR ELECTRICAL SYSTEMS

1. Pigmented polyolefin, bright-colored, compounded for direct-burial service. 2. Thickness: 4 mils. 3. Weight: 18.5 lb/1000 sq. ft. 4. 3-Inch Tensile According to ASTM D 882: 30 lbf, and 2500 psi.

2.5 WARNING LABELS AND SIGNS

A. Comply with NFPA 70 and 29 CFR 1910.145.

B. Self-Adhesive Warning Labels: Factory-printed, multicolor, pressure-sensitive adhesive labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated.

C. Baked-Enamel Warning Signs:

1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. 3. Nominal size, 7 by 10 inches.

D. Metal-Backed, Butyrate Warning Signs:

1. Weather-resistant, nonfading, preprinted, cellulose-acetate butyrate signs with 0.0396-inch galvanized-steel backing; and with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. 3. Nominal size, 10 by 14 inches.

E. Warning label and sign shall include, but are not limited to, the following legends: 1. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES."

2.6 INSTRUCTION SIGNS

A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. inches and 1/8 inch thick for larger sizes.

1. Engraved legend with black letters on white face. 2. Punched or drilled for mechanical fasteners. 3. Framed with mitered acrylic molding and arranged for attachment at applicable equipment.

B. Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch.

C. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch. Overlay shall provide a weatherproof and UV-resistant seal for label.

260553 - 3 CECO TO CHERRY HILL CONNECTION IDENTIFICATION FOR ELECTRICAL SYSTEMS

2.7 EQUIPMENT IDENTIFICATION LABELS

A. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch. Overlay shall provide a weatherproof and UV-resistant seal for label.

B. Self-Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive backed, with white letters on a dark-gray background. Minimum letter height shall be 3/8 inch.

C. Stenciled Legend: In nonfading, waterproof, black ink or paint. Minimum letter height shall be 1 inch.

2.8 MISCELLANEOUS IDENTIFICATION PRODUCTS

A. Paint: Comply with requirements in painting Sections for paint materials and application requirements. Select paint system applicable for surface material and location (exterior or interior).

B. Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment.

B. Apply identification devices to surfaces that require finish after completing finish work.

C. Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device.

D. Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate.

E. System Identification Color-Coding Bands for Raceways and Cables: Each color- coding band shall completely encircle cable or conduit. Place adjacent bands of two- color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50-foot maximum intervals in straight runs, and at 25-foot maximum intervals in congested areas.

F. Underground-Line Warning Tape: During backfilling of trenches install continuous underground-line warning tape directly above line at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench exceeds 16 inches overall.

G. Painted Identification: Comply with requirements in painting Sections for surface preparation and paint application.

260553 - 4 CECO TO CHERRY HILL CONNECTION IDENTIFICATION FOR ELECTRICAL SYSTEMS

3.2 IDENTIFICATION SCHEDULE

A. Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color-coding conductor tape to identify the phase, panel and circuit:

1. Color-Coding for Phase Identification, 600 V or Less: Use colors listed below for ungrounded branch-circuit conductors. a. Colors for 208/120-V Circuits:

1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue.

b. Colors for 480/277-V Circuits:

1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow.

c. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings.

B. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Install underground-line warning tape for both direct-buried cables and cables in raceway.

END OF SECTION

260553 - 5 CECO TO CHERRY HILL CONNECTION PANELBOARDS

SECTION 262416 - PANELBOARDS

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. CONTRACTOR shall furnish and install new panelboards as necessary and as shown on the drawings to feed the various devices and equipment throughout the facility.

1.2 RELATED SECTIONS

A. Section 013300 – Submittals

1.3 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Comply with NEMA PB 1.

C. Comply with NFPA 70.

1.4 SUBMITTALS

A. Make all submittals in accordance with the requirements of Section 013300.

B. Product Data: For each type of product indicated.

C. Shop Drawings: For each panelboard and related equipment.

1. Include dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. 2. Detail enclosure types and details for types other than NEMA 250, Type 1. 3. Detail bus configuration, current, and voltage ratings. 4. Short-circuit current rating of panelboards and overcurrent protective devices. 5. Include evidence of NRTL listing for series rating of installed devices. 6. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. 7. Include wiring diagrams for power, signal, and control wiring. 8. Include time-current coordination curves for each type and rating of overcurrent protective device included in panelboards.

D. Operation and maintenance data.

262416 - 1 CECO TO CHERRY HILL CONNECTION PANELBOARDS

1.5 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace transient voltage suppression devices that fail in materials or workmanship within specified warranty period.

1. Warranty Period: Five years from date of Substantial Completion.

PART 2 - PRODUCTS

2.1 GENERAL REQUIREMENTS FOR PANELBOARDS

A. Enclosures: Surface -mounted cabinets.

1. Rated for environmental conditions at installed location.

a. Inside Power Enclosures: NEMA 250, Type 1. b. Outdoor Locations: NEMA 250, Type 4. c. Other Wet or Damp Indoor Locations: NEMA 250, Type 4.

2. Front: Secured to box with concealed trim clamps. For surface-mounted fronts, match box dimensions; for flush-mounted fronts, overlap box. 3. Directory Card: Inside panelboard door, mounted in transparent card holder.

B. Incoming Mains Location: As determined by contractor.

C. Phase, Neutral, and Ground Buses: Hard-drawn copper, 98 percent conductivity.

D. Conductor Connectors: Suitable for use with conductor material and sizes.

1. Material: Hard-drawn copper, 98 percent conductivity. 2. Main and Neutral Lugs: Mechanical type. 3. Ground Lugs and Bus Configured Terminators: Mechanical type.

E. Future Devices: Mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices.

F. Panelboard Short-Circuit Current Rating: Fully rated to interrupt symmetrical short- circuit current available at terminals.

2.2 DISTRIBUTION PANELBOARDS

A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer & Industrial - Electrical Distribution.

262416 - 2 CECO TO CHERRY HILL CONNECTION PANELBOARDS

3. Siemens Energy & Automation, Inc. 4. Square D; a brand of Schneider Electric.

B. Panelboards: NEMA PB 1, power and feeder distribution type.

C. Doors: Secured with vault-type latch with tumbler lock; keyed alike.

D. Mains: Circuit breaker.

E. Branch Overcurrent Protective Devices: For Circuit-Breaker Frame Sizes 125 A and Smaller: Bolt-on circuit breakers.

F. Branch Overcurrent Protective Devices: For Circuit-Breaker Frame Sizes Larger than 125 A: Bolt-on circuit breakers; plug-in circuit breakers where individual positive- locking device requires mechanical release for removal.

2.3 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES

A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer & Industrial - Electrical Distribution. 3. Siemens Energy & Automation, Inc. 4. Square D; a brand of Schneider Electric.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Receive, inspect, handle, store and install panelboards and accessories according to NECA 407.

B. Mount panelboard cabinet plumb and rigid without distortion of box. Mount recessed panelboards with fronts uniformly flush with wall finish and mating with back box.

C. Install overcurrent protective devices and controllers not already factory installed.

1. Set field-adjustable, circuit-breaker trip ranges.

D. Install filler plates in unused spaces.

E. Arrange conductors in gutters into groups and bundle and wrap with wire ties.

F. Comply with NECA 1.

262416 - 3 CECO TO CHERRY HILL CONNECTION PANELBOARDS

3.2 IDENTIFICATION

A. Create a directory to indicate installed circuit loads and incorporating Owner's final room designations. Obtain approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable.

3.3 FIELD QUALITY CONTROL

A. Perform tests and inspections.

B. Acceptance Testing Preparation:

1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit.

C. Tests and Inspections:

1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest.

D. Panelboards will be considered defective if they do not pass tests and inspections.

E. Prepare test and inspection reports, including a certified report that identifies panelboards included and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action.

END OF SECTION

262416 - 4 CECO TO CHERRY HILL CONNECTION WIRING DEVICES

SECTION 262726 - WIRING DEVICES

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. CONTRACTOR shall furnish and install all new receptacles, switches and sensors as shown on the drawings to feed the various devices and equipment throughout the facility.

1.2 RELATED SECTIONS

A. Section 013300 – Submittals

1.3 QUALITY ASSURANCE

A. Manufacturer's Qualifications: If requested, the manufacturer shall demonstrate experience on previous projects where equipment of similar size and design has been provided and is in operation successfully in a similar process.

1.4 SUBMITTALS

A. Make all submittals in accordance with the requirements of Section 013300.

B. Product Data: For each type of product.

C. Shop Drawings: List of legends and description of materials and process used for premarking wall plates.

D. Operation and maintenance data.

1.5 ADMINISTRATIVE REQUIREMENTS

A. Coordination:

1. Receptacles for Owner-Furnished Equipment: Match plug configurations.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2 articles:

262726 - 1 CECO TO CHERRY HILL CONNECTION WIRING DEVICES

1. Cooper Wiring Devices; Division of Cooper Industries, Inc. (Cooper). 2. Hubbell Incorporated; Wiring Device-Kellems (Hubbell). 3. Leviton Mfg. Company Inc. (Leviton). 4. Pass & Seymour/Legrand (Pass & Seymour).

B. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer.

2.2 GENERAL WIRING-DEVICE REQUIREMENTS

A. Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Comply with NFPA 70.

C. Devices that are manufactured for use with modular plug-in connectors may be substituted under the following conditions:

1. Connectors shall comply with UL 2459 and shall be made with stranding building wire. 2. Devices shall comply with the requirements in this Section.

2.3 STRAIGHT-BLADE RECEPTACLES

A. Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498, and FS W-C-596.

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following:

a. Cooper; 5351 (single), CR5362 (duplex). b. Hubbell; HBL5351 (single), HBL5352 (duplex). c. Leviton; 5891 (single), 5352 (duplex). d. Pass & Seymour; 5361 (single), 5362 (duplex).

2.4 GFCI RECEPTACLES

A. General Description:

1. Straight blade, feed -through type. 2. Comply with NEMA WD 1, NEMA WD 6, UL 498, UL 943 Class A, and FS W-C- 596. 3. Include indicator light that shows when the GFCI has malfunctioned and no longer provides proper GFCI protection.

B. Duplex GFCI Convenience Receptacles, 125 V, 20 A:

262726 - 2 CECO TO CHERRY HILL CONNECTION WIRING DEVICES

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following:

a. Cooper; VGF20. b. Hubbell; GFR5352L. c. Pass & Seymour; 2095. d. Leviton; 7590.

2.5 TOGGLE SWITCHES

A. Comply with NEMA WD 1, UL 20, and FS W-S-896.

2.6 WALL PLATES

A. Single and combination types shall match corresponding wiring devices. 1. Material for Unfinished Spaces: Galvanized steel. 2. Material for Damp Locations: Cast aluminum with spring-loaded lift cover, and listed and labeled for use in wet and damp locations.

B. Wet-Location, Weatherproof Cover Plates: NEMA 250, complying with Type 3R, weather-resistant, die-cast aluminum with lockable cover.

2.7 FINISHES

A. Device Color:

1. Wiring Devices Connected to Normal Power System: Almond unless otherwise indicated or required by NFPA 70 or device listing.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Comply with NECA 1, including mounting heights listed in that standard, unless otherwise indicated.

B. Coordination with Other Trades:

1. Protect installed devices and their boxes. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall.

262726 - 3 CECO TO CHERRY HILL CONNECTION WIRING DEVICES

C. Conductors:

1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors:

a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. c. Pigtailing existing conductors is permitted, provided the outlet box is large enough.

D. Device Installation:

1. Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches in length. 5. When there is a choice, use side wiring with binding-head screw terminals. Wrap solid conductor tightly clockwise, two-thirds to three-fourths of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by manufacturer. 7. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device-mounting screws in yokes, allowing metal-to-metal contact.

E. Receptacle Orientation:

1. Install ground pin of vertically mounted receptacles up, and on horizontally mounted receptacles to the right.

F. Device Plates: Do not use oversized or extra-deep plates. Repair finishes and remount outlet boxes when standard device plates do not fit flush.

G. Adjust locations of service poles to suit arrangement of partitions and furnishings.

262726 - 4 CECO TO CHERRY HILL CONNECTION WIRING DEVICES

3.2 GFCI RECEPTACLES

A. Install non-feed-through-type GFCI receptacles where protection of downstream receptacles is not required.

3.3 FIELD QUALITY CONTROL

A. Perform the following tests and inspections:

1. Test Instruments: Use instruments that comply with UL 1436. 2. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital-display indicators of measurement.

B. Tests for Convenience Receptacles:

1. Line Voltage: Acceptable range is 105 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is unacceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. Tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above.

C. Wiring device will be considered defective if it does not pass tests and inspections.

D. Prepare test and inspection reports.

END OF SECTION

262726 - 5 CECO TO CHERRY HILL CONNECTION ENGINE GENERATORS

SECTION 263213 - ENGINE GENERATORS

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. CONTRACTOR shall furnish and install engine generators and appurtenances as shown on the drawings.

1.2 RELATED SECTIONS

A. Section 013300 – Submittals

B. Section 263600 – Transfer Switches

1.3 QUALITY ASSURANCE

A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project.

B. Manufacturer Qualifications: A qualified manufacturer. Maintain, within 200 miles of Project site, a service center capable of providing training, parts, and emergency maintenance repairs.

C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

D. Comply with ASME B15.1.

E. Comply with NFPA 37.

F. Comply with NFPA 70.

G. Comply with NFPA 99.

H. Comply with NFPA 110 requirements for Level 2 emergency power supply system.

I. Comply with UL 2200.

J. Engine Exhaust Emissions: Comply with applicable state and local government requirements.

K. Noise Emission: Comply with applicable state and local government requirements for maximum noise level at adjacent property boundaries of 85db, due to sound emitted by generator set including engine, engine exhaust, engine cooling-air intake and discharge, and other components of installation.

263213 - 1 CECO TO CHERRY HILL CONNECTION ENGINE GENERATORS

1.4 SUBMITTALS

A. Make all submittals in accordance with the requirements of Section 013300.

B. Product Data: For each type of packaged engine generator and accessory indicated.

C. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection.

D. Source quality-control test reports.

E. Field quality-control test reports.

F. Warranty: Special warranty specified in this Section.

G. Operation and maintenance data.

1.5 PROJECT CONDITIONS

A. Environmental Conditions: Engine-generator system shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability:

1. Ambient Temperature: 5 to 40 deg C. 2. Relative Humidity: 0 to 95 percent. 3. Altitude: Sea level to 500 feet.

1.6 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of packaged engine generators and associated auxiliary components that fail in materials or workmanship within specified warranty period.

1. Warranty Period: 1 years from date of Substantial Completion.

PART 2 - PRODUCTS (AS APPLICABLE)

2.1 MANUFACTURERS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

263213 - 2 CECO TO CHERRY HILL CONNECTION ENGINE GENERATORS

C. The generator shall be from the same manufacturer as the transfer switch, unless given prior approval from the Owner and Engineer.

D. Basis-of-Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following:

1. Kohler Co.; Generator Division.

2. Cummins Power Generation (Onan)

3. Generac industrial Power

2.2 ENGINE-GENERATOR SET

A. Factory-assembled and -tested, engine-generator set.

B. Mounting Frame: Maintain alignment of mounted components without depending on concrete foundation; and have lifting attachments.

C. Capacities and Characteristics:

1. Power Output Ratings: Nominal ratings as indicated. 2. Output Connections: Three-phase, four wire. 3. Nameplates: For each major system component to identify manufacturer's name and address, and model and serial number of component.

D. Generator-Set Performance:

1. Equipment: The generator set shall provide 52.50 kVA and 42.00 kW when operating at 277/480 volts, 60 Hz, 0.80 power factor. The generator set shall be capable of a 130°C Standby rating while operating in an ambient condition of less than or equal to 77 °F and a maximum elevation of 500 ft above sea level. The standby rating shall be available for the duration of the outage.

2. Steady-State Voltage Operational Bandwidth: 3 percent of rated output voltage from no load to full load. 3. Transient Voltage Performance: Not more than 25 percent variation for 50 percent step-load increase or decrease. Voltage shall recover and remain within the steady-state operating band within three seconds. 4. Steady-State Frequency Operational Bandwidth: 0.5 percent of rated frequency from no load to full load. 5. Steady-State Frequency Stability: When system is operating at any constant load within the rated load, there shall be no random speed variations outside the steady-state operational band and no hunting or surging of speed. 6. Transient Frequency Performance: Less than 10 percent variation for 50 percent step-load increase or decrease. Frequency shall recover and remain within the steady-state operating band within five seconds. 7. Output Waveform: At no load, harmonic content measured line to line or line to neutral shall not exceed 5 percent total and 3 percent for single harmonics.

263213 - 3 CECO TO CHERRY HILL CONNECTION ENGINE GENERATORS

Telephone influence factor, determined according to NEMA MG 1, shall not exceed 50 percent. 8. Sustained Short-Circuit Current: For a 3-phase, bolted short circuit at system output terminals, system shall supply a minimum of 250 percent of rated full-load current for not less than 10 seconds and then clear the fault automatically, without damage to generator system components. 9. Start Time: Comply with NFPA 110, Type 10, system requirements.

2.3 ENGINE

A. Engine: The minimum 3.4 liter displacement engine shall deliver a minimum of 67 HP at a governed engine speed of 1800 rpm. The turbocharged engine shall be fueled by diesel. The engine shall have a minimum of 4 cylinders and be liquid-cooled.

B. Fuel: Fuel oil, Grade DF-2.

C. Rated Engine Speed: 1800 rpm.

D. Maximum Piston Speed for Four-Cycle : 2250 fpm.

E. Lubrication System: The following items are mounted on engine or skid:

1. Filter and Strainer: Rated to remove 90 percent of particles 5 micrometers and smaller while passing full flow. 2. Thermostatic Control Valve: Control flow in system to maintain optimum oil temperature. Unit shall be capable of full flow and is designed to be fail-safe. 3. Crankcase Drain: Arranged for complete gravity drainage to an easily removable container with no disassembly and without use of pumps, siphons, special tools, or appliances. 4. Positive displacement, full-pressure lubrication oil pump, cartridge oil filters, dipstick, and oil drain.

F. Engine Fuel System:

1. Main Fuel Pump: Mounted on engine. Pump ensures adequate primary fuel flow under starting and load conditions. 2. Relief-Bypass Valve: Automatically regulates pressure in fuel line and returns excess fuel to source. 3. Engine-driven or electric fuel-transfer pump including fuel filter and electric solenoid fuel shutoff valve capable of lifting fuel.

G. Coolant Jacket Heater: Electric-immersion type, factory installed in coolant jacket system. Comply with NFPA 110 requirements for Level 1 equipment for heater capacity.

H. Governor: Mechanical governor capable of 0.5% steady-state frequency regulation.

I. Cooling System: Closed loop, liquid cooled, with radiator factory mounted on engine- generator-set mounting frame and integral engine-driven coolant pump.

263213 - 4 CECO TO CHERRY HILL CONNECTION ENGINE GENERATORS

1. Coolant: Solution of 50 percent ethylene-glycol-based antifreeze and 50 percent water, with anticorrosion additives as recommended by engine manufacturer. 2. Temperature Control: Self-contained, thermostatic-control valve modulates coolant flow automatically to maintain optimum constant coolant temperature as recommended by engine manufacturer.

J. Muffler/Silencer: Commercial type, sized as recommended by engine manufacturer and selected with exhaust piping system to not exceed engine manufacturer's engine backpressure requirements.

1. Minimum sound attenuation of 18 dB at 500 Hz. 2. Sound level measured at a distance of 10 feet from exhaust discharge after installation is complete shall be 95 dBA or less.

K. Air-Intake Filter: Standard -duty, engine-mounted air cleaner with replaceable dry-filter element and "blocked filter" indicator.

L. Starting System: 12-volt positive-engagement solenoid shift-starting motor.

1. Cranking Motor: Heavy-duty unit that automatically engages and releases from engine without binding. 2. Cranking Cycle: As required by NFPA 110 for system level specified. 3. Battery: Adequate capacity within ambient temperature range specified in Part 1 "Project Conditions" Article to provide specified cranking cycle at least twice without recharging. 4. Battery-Charging Alternator: Factory mounted on engine with solid-state voltage regulation and 35-A minimum continuous rating.

a. Battery Charger: Current-limiting, automatic-equalizing and float-charging type. Unit shall comply with UL 1236.

2.4 ALTERNATOR

A. The alternator shall be salient-pole, brushless, 2/3-pitch, with 4 bus bar provision for external connections, self-ventilated, with drip-proof construction and amortisseur rotor windings, and skewed for smooth voltage waveform. The ratings shall meet the NEMA standard (MG1-32.40) temperature rise limits. The insulation shall be class H per UL1446 and the varnish shall be a vacuum pressure impregnated, fungus resistant epoxy. Temperature rise of the rotor and stator shall be limited to 130°C Standby. The PMG based excitation system shall be of brushless construction controlled by a digital, three phase sensing, solid- state, voltage regulator. The AVR shall be capable of proper operation under severe nonlinear loads and provide individual adjustments for voltage range, stability and volts-per-hertz operations. The AVR shall be protected from the environment by conformal coating. The waveform harmonic distortion shall not exceed 5% total RMS measured line-to-line at full rated load. The TIF factor shall not exceed 50.

B. The alternator shall have a maintenance-free bearing, designed for 40,000 hour B10 life. The alternator shall be directly connected to the flywheel housing with a semi- flexible coupling between the rotor and the flywheel.

263213 - 5 CECO TO CHERRY HILL CONNECTION ENGINE GENERATORS

C. The generator shall be inherently capable of sustaining at least 300% of rated current for at least 10 seconds under a 3-phase symmetrical short circuit without the addition of separate current-support devices.

D. Motor starting performance and voltage dip determinations shall be based on the complete generator set. The generator set shall be capable of supplying 180.00 LRKVA for starting motor loads with a maximum instantaneous voltage dip of 35%, as measured by a digital RMS transient recorder in accordance with IEEE Standard 115. Motor starting performance and voltage dip determination that does not account for all components affecting total voltage dip, i.e., engine, alternator, voltage regulator, and governor will not be acceptable. As such, the generator set shall be prototype tested to optimize and determine performance as a generator set system.

2.5 FUEL OIL STORAGE

A. Comply with NFPA 30.

B. Base-Mounted Fuel Oil Tank: Factory installed and piped, complying with UL 142 fuel oil tank. Features include the following:

1. Tank level indicator. 2. Capacity: Fuel for 24 hours' continuous operation at 100 percent rated power output. 3. Vandal-resistant fill cap. 4. Containment Provisions: Comply with requirements of authorities having jurisdiction.

2.6 CONTROL AND MONITORING

A. Automatic Starting System Sequence of Operation: When mode-selector switch on the control and monitoring panel is in the automatic position, remote-control contacts in one or more separate automatic transfer switches initiate starting and stopping of generator set. When mode-selector switch is switched to the on position, generator set starts. The off position of same switch initiates generator-set shutdown. When generator set is running, specified system or equipment failures or derangements automatically shut down generator set and initiate alarms.

B. Configuration: Operating and safety indications, protective devices, basic system controls, and engine gages shall be grouped in a common control and monitoring panel mounted on the generator set. Mounting method shall isolate the control panel from generator-set vibration.

C. Indicating and Protective Devices and Controls: As required by NFPA 110 for Level 2 system, and the following:

1. AC voltmeter. 2. AC ammeter. 3. AC frequency meter. 4. DC voltmeter (alternator battery charging).

263213 - 6 CECO TO CHERRY HILL CONNECTION ENGINE GENERATORS

5. Engine-coolant temperature gage. 6. Engine lubricating-oil pressure gage. 7. Running-time meter. 8. Ammeter-voltmeter, phase-selector switch(es). 9. Generator-voltage adjusting rheostat. 10. Fuel tank derangement alarm. 11. Fuel tank high-level shutdown of fuel supply alarm. 12. Generator overload.

D. Supporting Items: Include sensors, transducers, terminals, relays, and other devices and include wiring required to support specified items. Locate sensors and other supporting items on engine or generator, unless otherwise indicated.

E. Common Remote Audible Alarm: Comply with NFPA 110 requirements for Level 1 systems. Include necessary contacts and terminals in control and monitoring panel.

1. Overcrank shutdown. 2. Coolant low-temperature alarm. 3. Control switch not in auto position. 4. Battery-charger malfunction alarm. 5. Battery low-voltage alarm.

F. See Instrumentation drawings and specifications for Controls and Monitoring coordination.

2.7 GENERATOR OVERCURRENT AND FAULT PROTECTION

A. Generator Circuit Breaker: Molded-case, thermal-magnetic type; 100 percent rated; complying with NEMA AB 1 and UL 489.

1. Tripping Characteristic: Designed specifically for generator protection. 2. Trip Rating: Matched to generator rating. 3. Shunt Trip: Connected to trip breaker when generator set is shut down by other protective devices. 4. Mounting: Adjacent to or integrated with control and monitoring panel.

2.8 GENERATOR, EXCITER, AND VOLTAGE REGULATOR

A. Comply with NEMA MG 1.

B. Drive: Generator shaft shall be directly connected to engine shaft. Exciter shall be rotated integrally with generator rotor.

C. Electrical Insulation: Class H or Class F.

D. Stator-Winding Leads: Brought out to terminal box to permit future reconnection for other voltages if required.

263213 - 7 CECO TO CHERRY HILL CONNECTION ENGINE GENERATORS

E. Construction shall prevent mechanical, electrical, and thermal damage due to vibration, overspeed up to 125 percent of rating, and heat during operation at 110 percent of rated capacity.

F. Enclosure: Dripproof.

G. Voltage Regulator: Solid-state type, separate from exciter, providing performance as specified.

1. Adjusting rheostat on control and monitoring panel shall provide plus or minus 5 percent adjustment of output-voltage operating band.

2.9 OUTDOOR GENERATOR-SET ENCLOSURE

A. Description: Vandal-resistant, acoustical grade enclosure in accordance with section 1.5 K of this specification, weatherproof steel housing, and wind resistant up to 100 mph. Multiple panels shall be lockable and provide adequate access to components requiring maintenance. Panels shall be removable by one person without tools. Instruments and control shall be mounted within enclosure.

B. Engine Cooling Airflow through Enclosure: Maintain temperature rise of system components within required limits when unit operates at 110 percent of rated load for 2 hours with ambient temperature at top of range specified in system service conditions.

1. Louvers: Fixed-engine, cooling-air inlet and discharge. Storm-proof and drainable louvers prevent entry of rain and snow. 2. Automatic Dampers: At engine cooling-air inlet and discharge. Dampers shall be closed to reduce enclosure heat loss in cold weather when unit is not operating.

C. Interior Lights with Switch: Factory-wired, vaporproof-type fixtures within housing; arranged to illuminate controls and accessible interior. Arrange for external electrical connection.

1. AC lighting system and connection point for operation when remote source is available. 2. DC lighting system for operation when remote source and generator are both unavailable.

D. Convenience Outlets: Factory wired, GFCI. Arrange for external electrical connection.

2.10 VIBRATION ISOLATION DEVICES

A. Elastomeric Isolator Pads: Oil- and water-resistant elastomer or natural rubber, arranged in single or multiple layers, molded with a nonslip pattern and galvanized- steel baseplates of sufficient stiffness for uniform loading over pad area, and factory cut to sizes that match requirements of supported equipment.

1. Material: Standard neoprene.

263213 - 8 CECO TO CHERRY HILL CONNECTION ENGINE GENERATORS

2. Durometer Rating: 30 . 3. Number of Layers: One .

B. Restrained Spring Isolators: Freestanding, steel, open-spring isolators with seismic restraint.

1. Housing: Steel with resilient vertical-limit stops to prevent spring extension due to wind loads or if weight is removed; factory-drilled baseplate bonded to 1/4- inch- thick, elastomeric isolator pad attached to baseplate underside; and adjustable equipment mounting and leveling bolt that acts as blocking during installation. 2. Outside Spring Diameter: Not less than 80 percent of compressed height of the spring at rated load. 3. Minimum Additional Travel: 50 percent of required deflection at rated load. 4. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 5. Overload Capacity: Support 200 percent of rated load, fully compressed, without deformation or failure.

2.11 FINISHES

A. Indoor and Outdoor Enclosures and Components: Manufacturer's standard finish over corrosion-resistant pretreatment and compatible primer.

2.12 SOURCE QUALITY CONTROL

A. Prototype Testing: Factory test engine-generator set using same engine model, constructed of identical or equivalent components and equipped with identical or equivalent accessories.

1. Tests: Comply with NFPA 110, Level 1 Energy Converters and with IEEE 115. 2. Report factory test results within 10 days of completion of test.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Comply with packaged engine-generator manufacturers' written installation and alignment instructions and with NFPA 110.

B. Install packaged engine generator to provide access, without removing connections or accessories, for periodic maintenance.

C. Install packaged engine generator with elastomeric isolator pads having a minimum deflection of 1 inch on 4-inch- high concrete base. Secure sets to anchor bolts installed in concrete bases.

D. Install Schedule 40, black steel piping with welded joints and connect to engine muffler. Install thimble at wall. Piping shall be same diameter as muffler outlet.

263213 - 9 CECO TO CHERRY HILL CONNECTION ENGINE GENERATORS

1. Install condensate drain piping to muffler drain outlet full size of drain connection with a shutoff valve, stainless-steel flexible connector, and Schedule 40, black steel pipe with welded joints.

E. Electrical Wiring: Install electrical devices furnished by equipment manufacturers but not specified to be factory mounted.

F. Piping installation requirements are specified in other Sections. Drawings indicate general arrangement of piping and specialties.

G. Connect fuel, cooling-system, and exhaust-system piping adjacent to packaged engine generator to allow service and maintenance.

H. Connect engine exhaust pipe to engine with flexible connector.

I. Connect fuel piping to engines with a gate valve and union and flexible connector.

J. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Systems."

K. Connect wiring according to Section 260519 "Low-Voltage Electrical Power Conductors and Cables."

L. Identify system components according to Section 260553 "Identification for Electrical Systems."

3.2 FIELD QUALITY CONTROL

A. Perform tests and inspections and prepare test reports.

1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing.

B. Tests and Inspections:

1. Perform tests recommended by manufacturer and each electrical test and visual and mechanical inspection for "AC Generators and for Emergency Systems" specified in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. NFPA 110 Acceptance Tests: Perform tests required by NFPA 110 that are additional to those specified here including, but not limited to, single-step full-load pickup test. 3. Battery Tests: Equalize charging of battery cells according to manufacturer's written instructions. Record individual cell voltages.

a. Measure charging voltage and voltages between available battery terminals for full-charging and float-charging conditions. Check electrolyte level and specific gravity under both conditions.

263213 - 10 CECO TO CHERRY HILL CONNECTION ENGINE GENERATORS

b. Test for contact integrity of all connectors. Perform an integrity load test and a capacity load test for the battery. c. Verify acceptance of charge for each element of the battery after discharge. d. Verify that measurements are within manufacturer's specifications.

4. Battery-Charger Tests: Verify specified rates of charge for both equalizing and float-charging conditions. 5. System Integrity Tests: Methodically verify proper installation, connection, and integrity of each element of engine-generator system before and during system operation. Check for air, exhaust, and fluid leaks. 6. Exhaust-System Back-Pressure Test: Use a manometer with a scale exceeding 40-inch wg. Connect to exhaust line close to engine exhaust manifold. Verify that back pressure at full-rated load is within manufacturer's written allowable limits for the engine. 7. Exhaust Emissions Test: Comply with applicable government test criteria. 8. Voltage and Frequency Transient Stability Tests: Use recording oscilloscope to measure voltage and frequency transients for 50 and 100 percent step-load increases and decreases, and verify that performance is as specified. 9. Harmonic-Content Tests: Measure harmonic content of output voltage under 25 percent and at 100 percent of rated linear load. Verify that harmonic content is within specified limits.

C. Coordinate tests with tests for transfer switches and run them concurrently.

D. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist.

E. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation.

F. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment.

G. Remove and replace malfunctioning units and retest as specified above.

H. Retest: Correct deficiencies identified by tests and observations and retest until specified requirements are met.

I. Report results of tests and inspections in writing. Record adjustable relay settings and measured insulation resistances, time delays, and other values and observations. Attach a label or tag to each tested component indicating satisfactory completion of tests.

3.3 DEMONSTRATION

A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain packaged engine generators.

263213 - 11 CECO TO CHERRY HILL CONNECTION ENGINE GENERATORS

END OF SECTION

263213 - 12 CECO TO CHERRY HILL CONNECTION TRANSFER SWITCHES

SECTION 263600 - TRANSFER SWITCHES

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. CONTRACTOR shall furnish and install transfer switches as shown on the drawings.

1.2 RELATED SECTIONS

A. Section 013300 – Submittals

1.3 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Comply with NEMA ICS 1.

C. Comply with NFPA 70.

D. Comply with NFPA 99.

E. Comply with NFPA 110.

F. Comply with UL 1008 unless requirements of these Specifications are stricter.

1.4 SUBMITTALS

A. Make all submittals in accordance with the requirements of Section 013300.

B. Product Data: Include rated capacities, weights, operating characteristics, furnished specialties, and accessories.

C. Shop Drawings: Dimensioned plans, elevations, sections, and details showing minimum clearances, conductor entry provisions, gutter space, installed features and devices, and material lists for each switch specified.

D. Field quality-control reports.

E. Operation and maintenance data.

263600-1 CECO TO CHERRY HILL CONNECTION TRANSFER SWITCHES

PART 2 - PRODUCTS (AS APPLICABLE)

2.1 MANUFACTURED UNITS

A. Contactor Transfer Switches:

1. Caterpillar, engine Div.

2. Emerson: ASCO Power Technologies, LP.

3. GE Zenith controls.

4. Kohler Power Systems: Generator Division.

5. Onan/Cummins Power Generation: Industrial Business Group.

6. Or approved equal.

B. The transfer switch shall be from the same manufacturer as the generator, unless given prior approval from the Owner and Engineer.

2.2 GENERAL TRANSFER-SWITCH PRODUCT REQUIREMENTS

A. Indicated Current Ratings: Apply as defined in UL 1008 for continuous loading and total system transfer, including tungsten filament lamp loads not exceeding 30 percent of switch ampere rating, unless otherwise indicated.

B. Tested Fault-Current Closing and Withstand Ratings: Adequate for duty imposed by protective devices at installation locations in Project under the fault conditions indicated, based on testing according to UL 1008.

1. Where transfer switch includes internal fault-current protection, rating of switch and trip unit combination shall exceed indicated fault-current value at installation location.

C. Solid-State Controls: Repetitive accuracy of all settings shall be plus or minus 2 percent or better over an operating temperature range of minus 20 to plus 70 deg C.

D. Resistance to Damage by Voltage Transients: Components shall meet or exceed voltage-surge withstand capability requirements when tested according to IEEE C62.41. Components shall meet or exceed voltage-impulse withstand test of NEMA ICS 1.

E. Electrical Operation: Accomplish by a nonfused, momentarily energized solenoid or electric-motor-operated mechanism, mechanically and electrically interlocked in both directions.

F. Switch Characteristics: Designed for continuous-duty repetitive transfer of full-rated current between active power sources.

263600-2 CECO TO CHERRY HILL CONNECTION TRANSFER SWITCHES

1. Limitation: Switches using molded-case switches or circuit breakers or insulated- case circuit-breaker components are not acceptable. 2. Switch Action: Double throw; mechanically held in both directions. 3. Contacts: Silver composition or silver alloy for load-current switching. Conventional automatic transfer-switch units, rated 225 A and higher, shall have separate arcing contacts.

G. Neutral Terminal: Solid and fully rated, unless otherwise indicated.

H. Battery Charger: For generator starting batteries.

1. Float type rated 2A or as recommended by manufacturer. 2. Ammeter to display charging current. 3. Fused ac inputs and dc outputs.

I. Enclosures: General-purpose NEMA 250, Type 1, complying with NEMA ICS 6 and UL 508, unless otherwise indicated.

2.3 AUTOMATIC TRANSFER SWITCHES

A. Comply with Level 2 equipment according to NFPA 110.

B. Switching Arrangement: Double-throw type, incapable of pauses or intermediate position stops during normal functioning, unless otherwise indicated.

C. Transfer Switches Based on Molded-Case-Switch Components: Comply with NEMA AB 1, UL 489, and UL 869A.

D. In-Phase Monitor: Factory-wired, internal relay controls transfer so it occurs only when the two sources are synchronized in phase.

E. Motor Disconnect and Timing Relay: Controls designate starters so they disconnect motors before transfer and reconnect them selectively at an adjustable time interval after transfer. Time delay for reconnecting individual motor loads is adjustable between 1 and 60 seconds, and settings are as indicated.

F. Automatic Transfer-Switch Features:

1. Undervoltage Sensing for Each Phase of Normal Source: Sense low phase-to- ground voltage on each phase. Pickup voltage shall be adjustable from 85 to 100 percent of nominal, and dropout voltage is adjustable from 75 to 98 percent of pickup value. Factory set for pickup at 90 percent and dropout at 85 percent. 2. Adjustable Time Delay: For override of normal-source voltage sensing to delay transfer and engine start signals. Adjustable from zero to six seconds, and factory set for one second. 3. Voltage/Frequency Lockout Relay: Prevent premature transfer to generator. Pickup voltage shall be adjustable from 85 to 100 percent of nominal. Factory set for pickup at 90 percent. Pickup frequency shall be adjustable from 90 to 100 percent of nominal. Factory set for pickup at 95 percent.

263600-3 CECO TO CHERRY HILL CONNECTION TRANSFER SWITCHES

4. Time Delay for Retransfer to Normal Source: Adjustable from 0 to 30 minutes, and factory set for 10 minutes to automatically defeat delay on loss of voltage or sustained undervoltage of emergency source, provided normal supply has been restored. 5. Test Switch: Simulate normal-source failure. 6. Switch-Position Pilot Lights: Indicate source to which load is connected. 7. Source-Available Indicating Lights: Supervise sources via transfer-switch normal- and emergency-source sensing circuits.

a. Normal Power Supervision: Green light with nameplate engraved "Normal Source Available." b. Emergency Power Supervision: Red light with nameplate engraved "Emergency Source Available."

8. Unassigned Auxiliary Contacts: Two normally open, single-pole, double-throw contacts for each switch position, rated 10 A at 240-V ac. 9. Transfer Override Switch: Overrides automatic retransfer control so automatic transfer switch will remain connected to emergency power source regardless of condition of normal source. Pilot light indicates override status. 10. Engine Starting Contacts: One isolated and normally closed, and one isolated and normally open; rated 10 A at 32-V dc minimum. 11. Engine Shutdown Contacts: Time delay adjustable from zero to five minutes, and factory set for five minutes. Contacts shall initiate shutdown at remote engine- generator controls after retransfer of load to normal source. 12. Engine-Generator Exerciser: Solid-state, programmable-time switch starts engine generator and transfers load to it from normal source for a preset time, then retransfers and shuts down engine after a preset cool-down period. Initiates exercise cycle at preset intervals adjustable from 7 to 30 days. Running periods are adjustable from 10 to 30 minutes. Factory settings are for 7-day exercise cycle, 20-minute running period, and 5-minute cool-down period. Exerciser features include the following:

a. Exerciser Transfer Selector Switch: Permits selection of exercise with and without load transfer. b. Push-button programming control with digital display of settings. c. Integral battery operation of time switch when normal control power is not available.

2.4 SOURCE QUALITY CONTROL

A. Factory test and inspect components, assembled switches, and associated equipment. Ensure proper operation. Check transfer time and voltage, frequency, and time-delay settings for compliance with specified requirements. Perform dielectric strength test complying with NEMA ICS 1.

263600-4 CECO TO CHERRY HILL CONNECTION TRANSFER SWITCHES

PART 3 - EXECUTION

3.1 INSTALLATION

A. Mounting: Mount to power enclosure.

B. Identify components according to Section 260553 "Identification for Electrical Systems."

C. Set field-adjustable intervals and delays, relays, and engine exerciser clock.

3.2 CONNECTIONS

A. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Systems."

B. Connect wiring according to Section 260519 "Low-Voltage Electrical Power Conductors and Cables."

3.3 FIELD QUALITY CONTROL

A. Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections.

B. Perform the following tests and inspections:

1. After installing equipment and after electrical circuitry has been energized, test for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 3. Measure insulation resistance phase-to-phase and phase-to-ground with insulation-resistance tester. Use test voltages and procedure recommended by manufacturer. Comply with manufacturer's specified minimum resistance.

a. Check for electrical continuity of circuits and for short circuits. b. Inspect for physical damage, proper installation and connection, and integrity of barriers, covers, and safety features. c. Verify that manual transfer warnings are properly placed. d. Perform manual transfer operation.

4. After energizing circuits, demonstrate interlocking sequence and operational function for each switch at least three times.

a. Simulate power failures of normal source to automatic transfer switches and of emergency source with normal source available. b. Simulate loss of phase-to-ground voltage for each phase of normal source. c. Verify time-delay settings.

263600-5 CECO TO CHERRY HILL CONNECTION TRANSFER SWITCHES

d. Verify pickup and dropout voltages by data readout or inspection of control settings. e. Perform contact-resistance test across main contacts and correct values exceeding 500 microhms and values for 1 pole deviating by more than 50 percent from other poles. f. Verify proper sequence and correct timing of automatic engine starting, transfer time delay, retransfer time delay on restoration of normal power, and engine cool-down and shutdown.

C. Coordinate tests with tests of generator and run them concurrently.

D. Report results of tests and inspections in writing. Record adjustable relay settings and measured insulation and contact resistances and time delays. Attach a label or tag to each tested component indicating satisfactory completion of tests.

E. Remove and replace malfunctioning units and retest as specified above.

F. Prepare test and inspection reports.

3.4 DEMONSTRATION

A. Train Owner's maintenance personnel to adjust, operate, and maintain transfer switches and related equipment.

B. Coordinate this training with that for generator equipment.

END OF SECTION

263600-6 CECO TO CHERRY HILL CONNECTION LED EXTERIOR LIGHTING

SECTION 265619 - LED EXTERIOR LIGHTING

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. CONTRACTOR shall furnish and install all lighting fixtures and devices as shown on the drawings.

1.2 RELATED SECTIONS

A. Section 013300 – Submittals

1.3 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Comply with NFPA 70.

1.4 SUBMITTALS

A. Make all submittals in accordance with the requirements of Section 013300.

B. Product Data: For each type of lighting fixture, arranged in order of fixture designation. Include data on features, accessories, and finishes.

C. Shop Drawings: Show details of nonstandard or custom lighting fixtures. Indicate dimensions, weights, methods of field assembly, components, features, and accessories. Product Certificates: For each type of ballast for bi-level and dimmer- controlled fixtures, from manufacturer.

D. Field quality-control reports.

PART 2 - PRODUCTS

2.1 PRODUCTS

A. Operating Nominal Voltage: as shown on drawings.

B. Luminaire Types: 1. Downlight. 2. Industrial.

265619-1 CECO TO CHERRY HILL CONNECTION LED EXTERIOR LIGHTING

2.2 LUMINAIRE REQUIREMENTS

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70.

B. Factory-Applied Labels: Comply with UL 1598.

C. NRTL Compliance: Luminaires for hazardous locations shall be listed and labeled for indicated class and division of hazard.

D. UL Compliance: Comply with UL 1598.

E. Minimum allowable efficacy of 80 lumens per watt.

F. CRI of minimum 80. CCT of 3500K.

2.3 MATERIALS

A. Housings:

1. Extruded aluminum housing and heat sink. 2. Finish as indicated.

B. Factory-applied labels: Labels shall include the following lamp characteristics:

1. "USE ONLY" and include specific lamp type. 2. Lamp diameter, shape, size, wattage, and coating. 3. CCT and CRI for all luminaires.

C. Hook Hangers: Integrated assembly matched to luminaire, line voltage, and equipment with threaded attachment, cord, and locking-type plug.

D. Metal Parts:

1. Free of burrs and sharp corners and edges. 2. Sheet metal components shall be steel unless otherwise indicated. 3. Form and support to prevent warping and sagging.

E. Steel:

1. ASTM A 36/A 36M for carbon structural steel. 2. ASTM A 568/A 568M for sheet steel.

F. Stainless Steel:

1. 1. Manufacturer's standard grade. 2. 2. Manufacturer's standard type, ASTM A 240/240 M.

G. Galvanized Steel: ASTM A 653/A 653M.

H. Aluminum: ASTM B 209.

265619-2 CECO TO CHERRY HILL CONNECTION LED EXTERIOR LIGHTING

2.4 METAL FINISHES

A. Variations in finishes are unacceptable in the same piece. Variations in finishes of adjoining components are acceptable if they are within the range of approved Samples and if they can be and are assembled or installed to minimize contrast.

2.5 LUMINAIRE SUPPORT

A. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for channel and angle iron supports and nonmetallic channel and angle supports.

B. Single-Stem Hangers: 1/2-inch steel tubing with swivel ball fittings and ceiling canopy. Finish same as luminaire.

C. Wires: ASTM A 641/A 641 M, Class 3, soft temper, zinc-coated steel, 12 gage.

D. Rod Hangers: 3/16-inch minimum diameter, cadmium-plated, threaded steel rod.

E. Hook Hangers: Integrated assembly matched to luminaire, line voltage, and equipment with threaded attachment, cord, and locking-type plug.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Comply with NECA 1.

B. Install luminaires level, plumb, and square with ceilings and walls unless otherwise indicated.

C. Install lamps in each luminaire.

D. Supports:

1. Sized and rated for luminaire weight. 2. Able to maintain luminaire position after cleaning and relamping. 3. Provide support for luminaire without causing deflection of ceiling or wall. 4. Luminaire-mounting devices shall be capable of supporting a horizontal force of 100 percent of luminaire weight and a vertical force of 400 percent of luminaire weight.

E. Comply with requirements in Section 260519 "Low-Voltage Electrical Power Conductors and Cables" for wiring connections.

265619-3 CECO TO CHERRY HILL CONNECTION LED EXTERIOR LIGHTING

3.2 IDENTIFICATION

A. Identify system components, wiring, cabling, and terminals. Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems."

3.3 FIELD QUALITY CONTROL

A. Perform the following tests and inspections:

1. Operational Test: After installing luminaires, switches, and accessories, and after electrical circuitry has been energized, test units to confirm proper operation. 2. Test for Emergency Lighting: Interrupt power supply to demonstrate proper operation. Verify transfer from normal power to battery power and retransfer to normal.

B. Luminaire will be considered defective if it does not pass operation tests and inspections.

C. Prepare test and inspection reports.

END OF SECTION 265619

265619-4 CECO TO CHERRY HILL CONNECTION SITE CLEARING

SECTION 311000 - SITE CLEARING

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. All Work within this section includes, but is not limited to, the furnishing of all equipment, labor and materials and performing all operations necessary to the removal of trees and other vegetation, topsoil stripping, and clearing and grubbing in accordance with the specifications, applicable drawings and Contract Documents.

1.2 RELATED REFERENCES

A. Drawings and general provisions of this Contract, including General and Supplementary Conditions and Division 1 specification sections, apply to this section.

B. Related Sections: 1. None.

1.3 PROJECT CONDITIONS

A. Traffic: Conduct site clearing operations to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Do not close or obstruct streets, walks or other occupied or used facilities without permission from authorities having jurisdiction.

B. Protection of Existing Improvements: Provide protection necessary to prevent damage to existing improvements indicated to remain in place.

C. Protect improvements on adjoining properties and on OWNER'S property.

D. Salvageable Improvements: Carefully remove items indicated to be salvaged, and store on OWNER'S premises where indicated or directed.

1.4 MATERIAL OWNERSHIP

A. Except for stripped topsoil or other materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site.

311000 - 1 CECO TO CHERRY HILL CONNECTION SITE CLEARING

PART 2 - PRODUCTS (Not used)

PART 3 - EXECUTION

3.1 PREPARATION

A. Protect and maintain benchmarks and survey control points from disturbance during construction.

B. Locate and clearly flag trees and vegetation to remain or to be relocated.

C. Protect existing site improvements to remain from damage during construction.

1. Restore damaged improvements to their original condition, as acceptable to OWNER.

3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL

A. Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to sediment and erosion control Drawings.

B. Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established.

C. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal.

3.3 TREE PROTECTION

A. Erect and maintain temporary fencing around tree protection zones before starting site clearing. Remove fence when construction is complete.

B. Do not excavate within tree protection zones, unless otherwise indicated.

C. Repair or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by ENGINEER.

3.4 UTILITIES

A. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed.

1. Arrange with utility companies to shut off indicated utilities.

B. Existing Utilities: Do not interrupt utilities serving facilities occupied by OWNER or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated:

311000 - 2 CECO TO CHERRY HILL CONNECTION SITE CLEARING

1. Notify ENGINEER not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without ENGINEER’S written permission.

3.5 CLEARING AND GRUBBING

A. Remove obstructions, trees, shrubs, and other vegetation to permit installation of new construction. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or be relocated. 2. Use only hand methods for grubbing within protection zones.

B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated.

1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches and compact each layer to a density equal to adjacent original ground.

3.6 TOPSOIL STRIPPING

A. Remove sod and grass before stripping topsoil.

B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials.

C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust.

3.7 SITE IMPROVEMENTS

A. Remove existing above- and below-grade improvements as indicated and as necessary to facilitate new construction.

3.8 DISPOSAL

A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off OWNER'S property.

B. Separate recyclable materials produced during site clearing from other non-recyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities.

END OF SECTION

311000 - 3 CECO TO CHERRY HILL CONNECTION EARTHWORK

SECTION 312000 - EARTHWORK

PART 1 - GENERAL

1.1 STIPULATIONS

A. General provisions of the Contract Documents including General and Supplementary Conditions and Division 1 Specification Sections apply to all work in this section.

B. The Specification Sections "General Conditions" form a part of this section by this reference thereto and shall have the same force and effect as if printed herewith in full.

1.2 WORK INCLUDED

A. This Section includes the following: 1. Preparing subgrades for slabs-on-grade, walks, pavements, lawns and grasses, and exterior plants. 2. Excavating and backfilling for buildings and structures. 3. Drainage course for slabs-on-grade. 4. Subbase course for concrete walks and pavements. 5. Subbase and base course for asphalt paving. 6. Subsurface drainage backfill for walls and trenches. 7. Excavating and backfilling for utility trenches. 8. Excavating and backfilling trenches for buried mechanical and electrical utilities and pits for buried utility structures.

1.3 DEFINITIONS

A. Backfill: Soil material or controlled low-strength material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench.

B. Base Course: Course placed between the subbase course and hot-mix asphalt paving.

C. Bedding Course: Course placed over the excavated subgrade in a trench before laying pipe.

D. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill.

312000 - 1 CECO TO CHERRY HILL CONNECTION EARTHWORK

E. Drainage Course: Course supporting the slab-on-grade that also minimizes upward capillary flow of pore water.

F. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation.

G. Fill: Soil materials used to raise existing grades.

H. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface.

I. Subbase Course: Course placed between the subgrade and base course for hot-mix asphalt pavement, or course placed between the subgrade and a cement concrete pavement or a cement concrete or hot-mix asphalt walk.

J. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials.

K. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings.

1.4 SUBMITTALS

A. Product Data shall be submitted for the following products (as applicable): 1. Each type of plastic warning tape. 2. Geotextile. 3. Controlled low-strength material, including design mixture.

B. Samples (as applicable): 12-by-12-inch (300-by-300-mm) Sample of separation geotextile.

C. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Classification according to ASTM D 2487 of each on-site and borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D 698 for each on-site and borrow soil material proposed for fill and backfill.

D. Pre-excavation Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including finish surfaces, which might be misconstrued as damage caused by earthwork operations. Submit before earthwork begins.

312000 - 2 CECO TO CHERRY HILL CONNECTION EARTHWORK

1.5 QUALITY ASSURANCE

A. Geotechnical Testing Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and rock-definition testing, as documented according to ASTM D 3740 and ASTM E 548.

1.6 PROJECT CONDITIONS

A. Existing Utilities: Do not interrupt utilities serving facilities occupied by OWNER or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. 3. Contact utility-locator service for area where Project is located before excavating.

B. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are active.

1.7 SUBSURFACE INFORMATION

A. Any available data concerning subsurface materials or conditions that is based upon soundings, test pits or test borings, has been obtained by the retained Engineer for its own use in designing this project. Its accuracy or completeness is not guaranteed by the Engineer and in no event is it to be considered as part of the Contract Plans or Specifications.

B. CONTRACTORS must assume all risks in excavating for this project and shall not be entitled to rely on any subsurface information obtained from the retained Engineer. Said subsurface information is available at the office of the Engineer. Bidders will be required to sign a standard form of receipt for this subsurface information; and such bidders accept such subsurface information in accord with the provisions of this Section.

1.8 EXCAVATION AND APPROVAL OF BEARING STRATA

A. The CONTRACTOR shall perform excavation to construct building foundations, walls and slabs on grade. All loose material shall be removed from excavations, and bottoms shall be carefully leveled to grade. Verification of suitable bearing shall be obtained from a registered professional engineer with the Testing Laboratory.

B. Excavated materials to be used for backfill or other purposes shall be piled away from the edge of the excavation, a sufficient distance to prevent overloading the bank, and graded in such a way as to prevent surface water form entering the excavated area. Excess material from excavation neither suitable nor required for backfill or other purposes shall be stockpiled on the site as directed by the Engineer.

312000 - 3 CECO TO CHERRY HILL CONNECTION EARTHWORK

CONTRACTOR’S attention is also drawn to provisions regarding soil erosion and sedimentation control.

C. Excavation to full depth is not to be done when rain or freezing conditions are imminent. Excavated foundation soil surface shall be protected from frost. Where foundation soil surfaces are damaged by water, mud, or otherwise disturbed, all loose mud or other materials shall be removed and the surface regraded.

PART 2 - PRODUCTS

2.1 SOIL MATERIALS

A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations.

B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM AASHTO M 145 Soil Classification Groups A-1, A-2-4, A-2-5, and A-3, or a combination of these groups; free of rock or gravel larger than 3 inches (75 mm) in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter.

C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487 A-2-6, A-2-7, A-4, A-5, A-6, and A-7 according to AASHTO M 145, or a combination of these groups. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction.

D. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch (37.5-mm) sieve and not more than 12 percent passing a No. 200 (0.075-mm) sieve.

E. Base Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 95 percent passing a 1-1/2-inch (37.5-mm) sieve and not more than 8 percent passing a No. 200 (0.075-mm) sieve.

F. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch (37.5-mm) sieve and not more than 12 percent passing a No. 200 (0.075-mm) sieve.

G. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a 1-inch (25-mm) sieve and not more than 8 percent passing a No. 200 (0.075- mm) sieve. For utility installations, bedding shall conform to AASHTO #8 stone.

H. Drainage Fill Under Slabs on Grade Course: Narrowly graded mixture of [washed ]crushed stone, or crushed or uncrushed gravel; ASTM D 448; coarse-

312000 - 4 CECO TO CHERRY HILL CONNECTION EARTHWORK

aggregate grading Size 57; with 100 percent passing a 1-1/2-inch (37.5-mm) sieve and 0 to 5 percent passing a No. 8 (2.36-mm) sieve.

I. Filter Material: Narrowly graded mixture of natural or crushed gravel, or crushed stone and natural sand; ASTM D 448; coarse-aggregate grading Size 67; with 100 percent passing a 1-inch (25-mm) sieve and 0 to 5 percent passing a No. 4 (4.75-mm) sieve.

J. Sand: ASTM C 33; fine aggregate, natural, or manufactured sand.

K. Impervious Fill: Clayey gravel and sand mixture capable of compacting to a dense state.

2.2 PIPE EMBEDMENT:

A. Industrial products (i.e. stone dust) shall not be used without prior approval by the County.

B. Embedment materials both below and above the bottom of the pipe, classes of embedment to be used, and placement and compaction of embedment materials shall conform to the requirements shown on the drawings.

2.3 GEOTEXTILES

A. Subsurface Drainage Geotextile: Non-woven needle-punched geotextile, manufactured for subsurface drainage applications, made from polyolefins or polyesters; with elongation greater than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2; AASHTO M 288. 2. Grab Tensile Strength: 157 lbf (700 N); ASTM D 4632. 3. Sewn Seam Strength: 142 lbf (630 N); ASTM D 4632. 4. Tear Strength: 56 lbf (250 N); ASTM D 4533. 5. Puncture Strength: 56 lbf (250 N); ASTM D 4833. 6. Apparent Opening Size: No. 40 (0.425-mm) sieve, maximum; ASTM D 4751. 7. Permittivity: 0.5 per second, minimum; ASTM D 4491. 8. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355.

B. Separation Geotextile: Woven geotextile fabric, manufactured for separation applications, made from polyolefins or polyesters; with elongation less than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2; AASHTO M 288. 2. Grab Tensile Strength: 247 lbf (1100 N); ASTM D 4632. 3. Sewn Seam Strength: 222 lbf (990 N); ASTM D 4632. 4. Tear Strength: 90 lbf (400 N); ASTM D 4533.

312000 - 5 CECO TO CHERRY HILL CONNECTION EARTHWORK

5. Puncture Strength: 90 lbf (400 N); ASTM D 4833. 6. Apparent Opening Size: No. 60 (0.250-mm) sieve, maximum; ASTM D 4751. 7. Permittivity: 0.02 per second, minimum; ASTM D 4491. 8. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355.

2.4 CONTROLLED LOW-STRENGTH MATERIAL

A. Controlled Low-Strength Material: Low-density, self-compacting, flowable concrete material as follows: 1. Portland Cement: ASTM C 150, Type II. 2. Fly Ash: ASTM C 618, Class C or F. 3. Normal-Weight Aggregate: ASTM C 33, 3/4-inch (19-mm) nominal maximum aggregate size. 4. Foaming Agent: ASTM C 869. 5. Water: ASTM C 94/C 94M. 6. Air-Entraining Admixture: ASTM C 260.

B. Produce low-density, controlled low-strength material with the following physical properties: 1. As-Cast Unit Weight: 30 to 36 lb/cu. ft. (480 to 576 kg/cu. m) at point of placement, when tested according to ASTM C 138/C 138M. 2. Compressive Strength: 80 psi (550 kPa), when tested according to ASTM C 495.

C. Produce conventional-weight, controlled low-strength material with 80-psi (550-kPa) compressive strength when tested according to ASTM C 495.

2.5 ACCESSORIES

A. Warning tape shall be provided for all pipe installed. Detectable warning tape shall be provided for all non-metallic pipe, and installed 12 inches below the finished grade unless otherwise shown on the construction plans.

B. Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches (150 mm) wide and 4 mils (0.1 mm) thick, continuously inscribed with a description of the utility; colored per paragraph 2.5.C.

C. Detectable Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, a minimum of 6 inches (150 mm) wide and 4 mils (0.1 mm) thick, continuously inscribed with a description of the utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches (750 mm) deep; colored as follows: 1. Red: Electric.

312000 - 6 CECO TO CHERRY HILL CONNECTION EARTHWORK

2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems.

PART 3 - EXECUTION

3.1 PREPARATION

A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations.

B. Preparation of subgrade for earthwork operations including removal of vegetation, topsoil, debris, obstructions, and deleterious materials from ground surface is specified in Division 2 Section 311000 "Site Clearing."

C. Protect and maintain erosion and sedimentation controls, which are specified in Division 2 Section 311000 "Site Clearing," during earthwork operations.

D. Provide protective insulating materials to protect subgrades and foundation soils against freezing temperatures or frost.

3.2 DEWATERING

A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area.

B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering system to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required.

3.3 EXPLOSIVES

A. Explosives: Do not use explosives.

3.4 EXCAVATION, GENERAL

A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials

312000 - 7 CECO TO CHERRY HILL CONNECTION EARTHWORK

may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 2. Remove rock to lines and grades indicated to permit installation of permanent construction without exceeding the following dimensions: a. 24 inches (600 mm) outside of concrete forms other than at footings. b. 12 inches (300 mm) outside of concrete forms at footings. c. 6 inches (150 mm) outside of minimum required dimensions of concrete cast against grade. d. Outside dimensions of concrete walls indicated to be cast against rock without forms or exterior waterproofing treatments. e. 4 inches (150 mm) beneath bottom of concrete slabs on grade. f. 6 inches (150 mm) beneath pipe in trenches, and the greater of 24 inches (600 mm) wider than pipe.

3.5 EXCAVATION FOR STRUCTURES

A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch (25 mm). If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 2. Pile Foundations: Stop excavations 6 to 12 inches (150 to 300 mm) above bottom of pile cap before piles are placed. After piles have been driven, remove loose and displaced material. Excavate to final grade, leaving solid base to receive concrete pile caps. 3. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch (25 mm). Do not disturb bottom of excavations intended as bearing surfaces.

3.6 EXCAVATION FOR WALKS AND PAVEMENTS

A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades.

3.7 EXCAVATION FOR UTILITY TRENCHES

A. Excavate trenches to indicated gradients, lines, depths, and elevations.

312000 - 8 CECO TO CHERRY HILL CONNECTION EARTHWORK

1. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line.

B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches (300 mm) higher than top of pipe or conduit, unless otherwise indicated. 1. Clearance: 12 inches (300 mm) each side of pipe or conduit.

C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. 1. For pipes and conduit less than 6 inches (150 mm) in nominal diameter and flat- bottomed, multiple-duct conduit units, hand-excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. 2. For pipes and conduit 6 inches (150 mm) or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. 3. Excavate trenches 6 inches (150 mm) deeper than elevation required to allow for bedding course.

3.8 SUBGRADE INSPECTION

A. Notify Inspector when excavations have reached required subgrade.

B. If Inspector determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed.

C. Proof-roll subgrade below the building slabs and pavements with heavy pneumatic- tired equipment to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades. 1. Completely proof-roll subgrade in one direction, repeating proof-rolling in direction perpendicular to first direction. Limit vehicle speed to 3 mph (5 km/h). 2. Proof-roll with a loaded 10-wheel, tandem-axle dump truck weighing not less than 15 tons (13.6 tonnes). 3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Engineer, and replace with compacted backfill or fill as directed.

D. Authorized additional excavation and replacement material will be paid for according to Contract provisions for unit prices.

E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Inspector, without additional compensation.

312000 - 9 CECO TO CHERRY HILL CONNECTION EARTHWORK

3.9 UNAUTHORIZED EXCAVATION

A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi (17.2 MPa), may be used when approved by Engineer. 1. Fill unauthorized excavations under other construction or utility pipe as directed by Engineer.

3.10 STORAGE OF SOIL MATERIALS

A. Stockpile-borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees.

3.11 PIPE EMBEDMENT:

A. Placement and Compaction: Granular embedment material shall be spread and the surface graded to provide a uniform and continuous support beneath the pipe at all points between bell holes or pipe joints. It will be permissible to slightly disturb the finished subgrade surface by withdrawal of pipe slings or other lifting tackle.

B. After each pipe has been graded, aligned, and placed in final position on the bedding material or trench bottom and shoved home, sufficient pipe embedment material shall be deposited and compacted under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper position and alignment during subsequent pipe jointing and embedment operations.

C. Embedment material shall be deposited and compacted uniformly and simultaneously on each side of the pipe to prevent lateral displacement.

D. Hand placed embedment shall be compacted to the top of the pipe in all areas where compacted backfill is specified.

3.12 TRENCH BACKFILL:

A. A layer of backfill material not more than 8 inches deep may be placed over concrete arch encasement or concrete reaction blocking after the concrete has reached its initial set, to aid curing. No additional backfill shall be placed over arch encasement or blocking until the concrete has been in place for at least 3 days.

B. Where the trench for one pipe passes beneath the trench for another pipe, backfill for the lower trench shall be compacted to the level of the bottom of the upper trench.

C. The ENGINEER may require select backfill in upper portion or all portions of trenches in roadways. Refer to pavement section.

312000 - 10 CECO TO CHERRY HILL CONNECTION EARTHWORK

D. Job excavation material may be used for compacted backfill when the job excavated material is finely divided and free from debris, organic material, cinders or other corrosive material, and stones larger than 3 inches in greatest dimension. Masses of moist, still clay shall not be used. Each layer of material shall have the best practicable moisture content for satisfactory Compaction. The material in each layer shall be wetted or dried as required and thoroughly mixed to ensure uniform moisture content and adequate Compaction. Backfill materials shall be placed in uniform layers not exceeding 8 inches in uncompacted thickness. Increased layer thickness may be permitted for noncohesive material if the CONTRACTOR demonstrates to the satisfaction of the ENGINEER that the specified compacted density will be obtained.

E. The method of Compaction and the equipment used shall be appropriate for the material to be compacted and shall not transmit damaging shock to the pipe.

F. The top portion of backfill beneath established lawn areas shall be finished with not less than 4 inches of topsoil corresponding to, or better than, that underlying adjoining lawn areas.

3.13 BACKFILL

A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. 8. Place backfill on subgrades free of mud, frost, snow, or ice.

3.14 UTILITY TRENCH BACKFILL

A. Place backfill on subgrades free of mud, frost, snow, or ice.

B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits.

C. Backfill trenches excavated under footings and within 18 inches (450 mm) of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. Concrete is specified in Division 3 Section 033000 - “Cast-in-Place Concrete."

312000 - 11 CECO TO CHERRY HILL CONNECTION EARTHWORK

D. Provide 4-inch- (100-mm-) thick, concrete-base slab support for piping or conduit less than 30 inches (750 mm) below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of 4 inches (100 mm) of concrete before backfilling or placing roadway subbase.

E. Place and compact initial backfill of subbase material, free of particles larger than 1 inch (25 mm) in any dimension, to a height of 12 inches (300 mm) over the utility pipe or conduit. 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing.

F. Controlled Low-Strength Material: Place initial backfill of controlled low-strength material to a height of 12 inches (300 mm) over the utility pipe or conduit.

G. Backfill voids with satisfactory soil while installing and removing shoring and bracing.

H. Place and compact final backfill of satisfactory soil to final subgrade elevation.

I. Controlled Low-Strength Material: Place final backfill of controlled low-strength material to final subgrade elevation.

J. Install warning tape directly above utilities, 12 inches (300 mm) below finished grade, except 6 inches (150 mm) below subgrade under pavements and slabs.

3.15 SOIL FILL

A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material.

B. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. 5. Under footings and foundations, use engineered fill.

C. Place soil fill on subgrades free of mud, frost, snow, or ice.

3.16 SOIL MOISTURE CONTROL

A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice.

312000 - 12 CECO TO CHERRY HILL CONNECTION EARTHWORK

2. Remove and replace, or scarify and air dry otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight.

3.17 COMPACTION OF SOIL BACKFILLS AND FILLS

A. Place backfill and fill soil materials in layers not more than 8 inches (200 mm) in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches (100 mm) in loose depth for material compacted by hand-operated tampers.

B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure.

C. Compact all soil materials and backfill to not less than the required percentages, as shown on the construction plans, of maximum dry unit weight according to ASTM D1557 at optimum moisture content as determined by ASTM D698.

3.18 GRADING

A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances.

B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch (25 mm). 2. Walks: Plus or minus 1 inch (25 mm). 3. Pavements: Plus or minus 1/2 inch (13 mm).

C. Grading inside Building Lines: Finish subgrade to a tolerance of 1/2 inch (13 mm) when tested with a 10-foot (3-m) straightedge.

3.19 SUBBASE AND BASE COURSES

A. Place subbase and base course on subgrades free of mud, frost, snow, or ice.

B. On prepared subgrade, place subbase and base course under pavements and walks as follows: 1. Install separation geotextile on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends. 2. Place base course material over subbase course under hot-mix asphalt pavement.

312000 - 13 CECO TO CHERRY HILL CONNECTION EARTHWORK

3. Shape subbase and base course to required crown elevations and cross-slope grades. 4. Place subbase and base course 6 inches (150 mm) or less in compacted thickness in a single layer. 5. Place subbase and base course that exceeds 6 inches (150 mm) in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches (150 mm) thick or less than 3 inches (75 mm) thick. 6. Compact subbase and base course at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 1557.

C. Pavement Shoulders: Place shoulders along edges of subbase and base course to prevent lateral movement. Construct shoulders, at least 12 inches (300 mm) wide, of satisfactory soil materials and compact simultaneously with each subbase and base layer to not less than 95 percent of maximum dry unit weight according to ASTM D 1557.

3.20 DRAINAGE COURSE

A. Place drainage course on subgrades free of mud, frost, snow, or ice.

B. On prepared subgrade, place and compact drainage course under cast-in-place concrete slabs-on-grade as follows: 1. Install subdrainage geotextile on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends. 2. Place drainage course 6 inches (150 mm) or less in compacted thickness in a single layer. 3. Place drainage course that exceeds 6 inches (150 mm) in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches (150 mm) thick or less than 3 inches (75 mm) thick. 4. Compact each layer of drainage course to required cross sections and thicknesses to not less than 95 percent of maximum dry unit weight according to ASTM D 1557.

3.21 FIELD QUALITY CONTROL

A. Testing Agency: CONTRACTOR will engage a qualified independent geotechnical engineering testing agency to perform field quality control testing.

B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements.

C. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design-bearing capacities. Subsequent verification and approval of

312000 - 14 CECO TO CHERRY HILL CONNECTION EARTHWORK

other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Engineer.

D. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least 1 test for every 2000 sq. ft. (186 sq. m) or less of paved area or building slab, but in no case fewer than 3 tests. 2. Foundation Wall Backfill: At each compacted backfill layer, at least 1 test for each 100 feet or less of wall length, but no fewer than 2 tests. 3. Trench Backfill: In accordance with these Specifications and SHA requirements.

E. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; re-compact and retest until specified compaction is obtained.

3.22 PROTECTION

A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris.

B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and re-compact.

C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible.

3.23 DISPOSAL OF SURPLUS AND WASTE MATERIALS

A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off OWNER’S property.

B. Disposal: Transport surplus satisfactory soil to designated storage areas on OWNER'S property. Stockpile or spread soil as directed by Engineer. 1. Remove waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off OWNER'S property.

END OF SECTION

312000 - 15 CECO TO CHERRY HILL CONNECTION DEWATERING AND WELL POINTING

SECTION 312319 – DEWATERING AND WELL POINTING

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes construction dewatering and well pointing.

B. Dewatering and Well Pointing: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground- water flow into excavations and permit construction to proceed on dry, stable subgrades.

1. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented.

2. Prevent surface water from entering excavations by grading, dikes, or other means.

3. Accomplish dewatering without damaging existing buildings adjacent to excavation.

4. Remove dewatering system if no longer needed.

1.2 SUBMITTALS

A. Shop Drawings for Information: Show arrangement, locations, and details of wells and well points; locations of headers and discharge lines; and means of discharge and disposal of water.

1. Include layouts of piezometers and flow-measuring devices for monitoring performance of dewatering system.

2. Include a written report outlining control procedures to be adopted if dewatering problems arise.

3. Include Shop Drawings signed and sealed by the qualified professional engineer responsible for their preparation.

B. Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions performed during dewatering.

1. Note locations and capping depth of wells and well points.

312319-1 CECO TO CHERRY HILL CONNECTION DEWATERING AND WELL POINTING

C. Field Test Reports: Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements.

1.3 QUALITY ASSURANCE

A. Regulatory Requirements: Comply with water disposal requirements of authorities having jurisdiction.

B. Pre-installation Conference: Conduct conference at Project site prior to installation. Among those to be present at the conference are the Owner's representatives, the Engineer and his representatives, and the Contractor and his Superintendents.

C. Well pointing must be conducted by a Maryland licensed well driller.

1.4 PROJECT CONDITIONS

A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the County and then only after arranging to provide temporary utility services according to requirements indicated.

B. Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations.

1. During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify the County if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction.

1.5 PREPARATION

A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations.

1. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared subgrades, and from flooding site and surrounding area.

2. Protect subgrades and foundation soils from softening and damage by rain or water accumulation.

B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities.

1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from County and authorities having jurisdiction.

312319-2 CECO TO CHERRY HILL CONNECTION DEWATERING AND WELL POINTING

Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction.

1.6 INSTALLATION

A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface-water controls.

B. Before excavating below ground-water level, place system into operation to lower water to specified levels. Operate system continuously until sewers and structures have been constructed and fill materials have been placed, or until dewatering is no longer required.

C. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom of foundations, drains, sewers, and other excavations.

1. Do not permit open-sump pumping that leads to loss of fines, soils piping, subgrade softening and slope instability.

D. Reduce hydrostatic head in water-bearing strata below subgrade elevations of foundations, drains, sewers and other excavations.

E. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow-control devices as required by authorities having jurisdiction.

F. Provide standby equipment on-site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to the County.

1. Remove dewatering system from Project site on completion of dewatering. Plug or fill well holes with sand or cut off and cap wells a minimum of 36 inches below overlying construction.

G. Damages: Promptly repair damages to adjacent facilities caused by dewatering operations.

1.7 OBSERVATION WELLS

A. Provide, take measurements, and maintain at least the minimum number of observation wells or piezometers indicated and additional observation wells as may be required by authorities having jurisdiction.

312319-3 CECO TO CHERRY HILL CONNECTION DEWATERING AND WELL POINTING

B. Observe and record daily elevation of ground water and piezometric water levels in observation wells.

C. Repair or replace, within 24 hours, observation wells that become inactive, damaged, or destroyed. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. Add or remove water from observation-well risers to demonstrate that observation wells are functioning properly. 1. Fill observation wells, remove piezometers, and fill holes when dewatering is completed.

PART 2 - PRODUCTS – Not Used

PART 3 - EXECUTION – Not Used

END OF SECTION

312319-4 CECO TO CHERRY HILL CONNECTION CHAIN LINK FENCES

SECTION 323113 – CHAIN LINK FENCES

PART 1 – GENERAL

1.1 DESCRIPTION

A. Provide all labor, materials, equipment and services necessary for and incidental to, the complete and satisfactory installation of chain-link fences as specified herein and as shown on the Contract drawings.

1.2 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

B. Division 03 Section 033000 - “Cast-in-Place Concrete"

1.3 PERFORMANCE REQUIREMENTS

A. Delegated Design: Design chain-link fences, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated.

1.4 SUBMITTALS

A. Product Data: For each type of product indicated, include construction details, material descriptions, dimensions of individual components and profiles, and finishes for chain- link fences.

1. Fence posts, rails, and fittings. 2. Chain-link fabric, reinforcements, and attachments.

B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. Show accessories, and hardware.

C. Samples for Initial Selection: For components with factory-applied color finishes.

D. Samples for Verification: Prepared on samples of size indicated below:

1. Polymer-Coated Components: In 6-inch lengths for components and on full- sized units for accessories.

E. Product Certificates: For each type of chain-link fence, from manufacturer.

F. Product Testing Reports: For framing strength according to ASTM F 1043.

G. Field quality-control reports

H. Operating and Maintenance Data: For the following to include in emergency, operation, and maintenance manuals.

323113 - 1 CECO TO CHERRY HILL CONNECTION CHAIN LINK FENCES

1. Polymer finishes.

I. Warranty: Sample of special warranty

1.5 QUALITY ASSURANCE

A. Installer Qualification: An experienced installer who has completed chain-link fences similar in material, design, and extent to those indicated for this Project and whose work has resulted in construction with a record of successful in-service performance.

B. Comply with standards of the Chain Link Fence Manufacturer’s Institute (CLFMI).

C. Posts and rails shall be continuous without splices.

1.6 PROJECT CONDITIONS

A. Field Measurements: Verify layout information for chain-link fences shown on Drawings in relation to proper survey and existing structures. Verify dimensions by field measurements.

1.7 SUBMITTALS

A. Special Warranty: Manufacturer’s standard form in which installer agrees to repair or replace components of chain-link fences that fail in materials or workmanship within specified warranty period.

1. Failures include, but are not limited to, the following:

a. Deterioration of metals, metal finishes, and other materials beyond normal weathering.

2. Warranty Period: Five (5) years from date of Substantial Completion.

PART 2 – PRODUCTS

1.1 CHAIN-LINK FENCE FABRIC

A. General: Provide fabric in one-piece heights measured between top and bottom of outer edge of selvage knuckle or twist. Comply with CLFMI Product Manual and with requirements indicated below:

1. Fabric Height: As indicated on Drawings. 2. Steel Wire Fabric: Wire with a diameter to match existing.

a. Mesh Size: Match existing. b. Color: As selected by Engineer from Manufacturer’s full range, complying with ASTM F 934. c. Zinc-Coated Fabric: ASTM A 392, Type II, Class 1, 1.2 oz./sq. ft. with zinc coating applied after weaving.

323113 - 2 CECO TO CHERRY HILL CONNECTION CHAIN LINK FENCES

d. Polymer-Coated Fabric: ASTM F 668, Class 1 over zinc coated steel wire. e. Coat selvage ends of fabric that is metallic coated before the weaving process with manufacturer’s standard clear protective coating.

3. Selvage: Knuckled at both selvages.

1.2 FENCE FRAMING

A. Posts and Rails: Comply with ASTM F 1043 for framing, including rails, braces, and line; terminal; and corner posts. Provide members with minimum dimensions and wall thickness according to ASTM F 1043 or ASTM F 1083 based on the following:

1. Fabric Height: As indicated on Drawings. 2. Heavy Industrial Strength: Material Group IA, round steel pipe, Schedule 40.

a. Line Post: 4.0 inches in diameter or match existing.

3. Horizontal Framework Members: Intermediate top and bottom rails complying with ASTM F 1043.

a. Top Rail: 1.63 inches in diameter.

4. Brace Rails: Comply with ASTM F 1043. 5. Polymer coating over metallic coating.

a. Color: Match chain-link fabric, complying with ASTM F 934

1.3 GROUT AND ANCHORING CEMENT

A. Nonshrink, Nonmetallic Grout: Premixed, factory-packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout, recommended in writing by manufacturer, for exterior applications.

B. Erosion-Resistant Anchoring Cement: Factory-packaged, nonshrink, nonstaining, hydraulic-controlled expansion cement formulation for mixing with potable water at Project site to create pourable anchoring, patching, and grouting compound. Provide formulation that is resistant to erosion from water exposure without needing protection by a sealer or waterproof coating and that is recommended in writing by manufacturer, for exterior applications.

PART 3 – EXECUTION

3.1 EXAMINATION

A. Examine areas and conditions, with installer present, for compliance with requirements for site clearing, earthwork, pavement work, and other conditions affecting performance of the Work.

323113 - 3 CECO TO CHERRY HILL CONNECTION CHAIN LINK FENCES

1. Do not begin installation after final grading is completed unless otherwise permitted by Engineer.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION GENERAL

A. Install chain-link fencing to comply with ASTM F 567 and more stringent requirements indicated.

1. Install fencing on established boundary lines inside property line.

3.3 CHAIN-LINK FENCE INSTALLATION

A. Chain-Link Fabric: Apply fabric to match existing of enclosing framework. Leave 1 inch between finish grade or surface and bottom selvage unless otherwise indicated. Pull fabric taut and tie to posts, rails, and tension wires. Anchor to framework so gabric remains under tension after pulling force is released.

3.4 FIELD QUALITY CONTROL

A. Grounding-Resistance Testing: Engage a qualified testing agency to perform tests and inspections.

1. Grounding-Resistance Tests: Subject completed grounding system to a megger test at each grounding location. Measure grounding resistance no fewer than two full days after last trace of precipitation, without soil having been moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural grounding resistance. Perform tests by two- point method according to IEEE 8.1. 2. Excessive Grounding Resistance: If resistance to grounding exceeds specified value, notify Engineer promptly. Include recommendations for reducing grounding resistance and a proposal to accomplish recommended work. 3. Report: Prepare test reports certified by a testing agency of grounding resistance at each test location. Include observations of weather and other phenomena that may affect test results.

END OF SECTION

323113 - 4 CECO TO CHERRY HILL CONNECTION CHAIN LINK FENCE AND GATES

SECTION 323113 – CHAIN LINK FENCE AND GATES

PART 1 – GENERAL

1.01 DESCRIPTION A. This Section includes requirements for providing chain link fence, gates, and accessories, as indicated herein and as shown on the drawings. Fence fabric shall be polyvinyl chloride (PVC)-coated steel.

1.02 SUBMITTALS A. Submit the following shop drawings: 1. Plan layout including spacing of posts and other components, locations of gates, post foundation dimensions, abrupt changes in grade, locations of corner, end and pull posts, hardware anchorage, and schedule of components. 2. Cross sectional dimensions of posts, braces, rails, fittings, gates, and accessories. 3. Design of gates and details of gate hardware and accessories. B. Product data on fabric, post, fittings, accessories, and hardware. C. Two (2) samples of fence fabric, 12 x 12 inches in size, illustrating construction and color of PVC coating.

1.03 PROJECT RECORD DOCUMENTS A. Submit as-built drawings of the fence and gates. B. Accurately record actual locations of perimeter posts relative to property lines.

1.04 PRODUCT DELIVERY, STORAGE AND PROTECTION A. Materials shall be delivered to the site in an undamaged condition. Materials shall be carefully stored off the ground to provide proper protection against oxidation caused by ground contact. Defective or damaged materials shall be replaced by the Contractor at no expense to the County.

PART 2 – PRODUCTS

2.01 FENCE FABRICS A. Fence fabric shall be made from Class 2b polyvinyl chloride (PVC)-coated steel fabric with 0.3 ounces of zinc coating per square foot in accordance with ASTM F668. Fabric shall be fabricated of 9-gauge wire woven in 1-inch mesh. PVC

323113 - 1 CECO TO CHERRY HILL CONNECTION CHAIN LINK FENCE AND GATES

coating for fabric and all other fence components shall be manufacturer’s standard, in a color to be selected by the County from the manufacturer’s standard range. Fabric height shall be 7-feet. Fabric shall be twisted and barbed on the top selvage and knuckled on the bottom selvage.

2.02 GATES A. Gates shall be the types and sizes as shown on the drawings. Swing gates shall be in accordance with ASTM F900 and horizontal slide gate shall be accordance with ASTM F1184. Gate frames shall be PVC-coated steel pipe Group IC with external coating Type A, minimum nominal pipe size (NPS) 1 5/8-inch, conforming to ASTM F1043. Gates shall be same height as fencing. B. Swing gate leaves more than 8-feet wide shall have either intermediate members and diagonal truss rods or shall have tubular members as necessary to provide rigid construction, free from sag or twist. Gate leaves less than 8-feet wide shall have truss rods or intermediate braces. C. Gate fabric shall be same as specified for fence fabric. Gate fabric shall be attached to the gate frame by method standard with the manufacturer, except that welding will not be permitted. D. Latches, hinges, stops, keepers, rollers, and other hardware items shall be furnished as required for the operation of the gates. Latches shall be arranged for padlocking so that the padlocks will be accessible from both sides of the gates. Stops shall be provided for holding the gates in the open position.

2.03 POSTS A. Posts shall be zinc coated Group IC steel pipe and PVC-coated conforming to the requirements of ASTM F1043 and F1083. Minimum sizes shall be shown on the drawings. Line posts and terminal (corner, gate, and pull) posts selected shall be of the same designation throughout the fence. Gate posts shall be for the gate type indicated to the limitations specified in ASTM F900 and ASTM F1184, with minimum NPS of 2 1/2-inch for line posts, 3-inch for terminal posts, and 4-inch for gate posts.

2.04 BRACES AND RAILS A. Braces and top and bottom rails shall be zinc coated Group IC steel pipe minimum NPS 1 5/8-inch and PVC-coated conforming to the requirements of ASTM F1043.

2.05 WIRE A. Tension wire shall be 0.177-inch diameter, Type II, Class 2 coating, in accordance with ASTM A824.

323113 - 2 CECO TO CHERRY HILL CONNECTION CHAIN LINK FENCE AND GATES

2.06 ACCESSORIES A. All accessories shall be in accordance with ASTM F626. Ferrous accessories shall be zinc coated and PVC-coated with minimum thickness of 0.006-inch and maximum thickness of 0.015-inch. Color coating of fittings shall match the color coating of the fabric. B. Truss rods shall be furnished for each terminal post. Truss rods shall be provided with turnbuckles or other equivalent provisions for adjustment. C. Tie wire for attaching fabric to rails, braces, and posts shall be 9-gauge steel wire and match the coating of the fence fabric. D. Miscellaneous hardware coatings shall conform to ASTM A153 unless modified. Threaded hardware shall be painted to match PVC coatings. E. Barbed wire arms shall be corrosion-resistant, with clips, slots, or other means for attaching stands of barbed wire, and means for attaching to posts or integral within post cap; for each post. Line posts shall have arms that accommodate top rail or tension wire. Fence corner posts shall have corner arms. Barbed wire arms shall be Type I, single slanted arm.

2.07 BARBED WIRE A. Zinc-coated steel barbed wire shall be in accordance with ASTM A121, chain-link fence grade for standard three-strand barbed wire. Barbed wire shall consist of 0.099-inch diameter line wire with 0.08-inch diameter, 4-point round barbs spaced not more than 5-inches on center.

PART 3 – EXECUTION

3.01 INSTALLATION A. Fence shall be installed to the lines and grades indicated. Line posts shall be spaced equidistant at intervals not exceeding 10 feet. Terminal (corner, gate, and pull) posts shall be set at abrupt changes in vertical and horizontal alignment. Fabric shall be continuous between terminal posts; however, runs between terminal posts shall not exceed 500 feet. Any damage to galvanized surfaces, including welding, shall be repaired with paint containing zinc dust in accordance with ASTM A780.

3.02 EXCAVATION A. Post holes shall be cleared of loose material. Waste material shall be disposed of by the Contractor. Ground surface irregularities along the fence line shall be eliminated to the extent necessary to maintain no clearance between the bottom of the fence fabric and finish grade.

323113 - 3 CECO TO CHERRY HILL CONNECTION CHAIN LINK FENCE AND GATES

3.03 POSTS A. Posts shall be set plumb and in alignment. Posts shall be set in concrete to the depth indicated on the Contract Drawings. Hole diameters shall be not less than 16-inches for terminal posts and not less than 12-inches for line posts. Concrete and grout shall be free of voids and finished to form a dome. Concrete and grout shall be allowed to cure a minimum of seventy-two (72) hours prior to attachment of any item to the posts.

3.04 RAIL, TENSION WIRE, BRACES AND TRUSS RODS A. Top rails shall be supported at each post to form a continuous brace between terminal posts. Where required, sections of top rail shall be joined using sleeves or couplings that will allow expansion or contraction of the rail. B. Bottom rails shall be bolted to double rail ends and double rail ends shall be securely fasted to the posts. Bolts shall be peened to prevent easy removal. Bottom rails shall be installed before chain link fabric. C. Braces and truss rods shall be installed as indicated and in conformance with the standard practice for the fence furnished. Horizontal compression braces and diagonal tension rods shall be installed. Braces and truss rods shall extend from terminal posts to line posts. Diagonal braces shall form an angle of approximately 40 to 50 degrees with the horizontal. D. Tension wire shall be installed in accordance with ASTM F567, maintaining plumb position and alignment of fencing. Pull wire taut, without sags. Fasten fabric to tension wire with 0.120-inch diameter hog rings of same material and finish as fabric wire, spaced a maximum of 24 inches o.c. Install bottom tension wire within 6 inches of bottom of fabric and tie to each post with not less than same diameter and type of wire.

3.05 FABRIC A. Chain link fabric shall be installed on the side of the post indicated. Fabric shall be attached to terminal posts with stretcher bars and tension bands. Bands shall be spaced at approximately 15-inch intervals. The fabric shall be installed and pulled taut to provide a smooth and uniform appearance free from sag, without permanently distorting the fabric diamond or reducing fabric height. Fabric shall be fastened to line posts at approximately 15-inch intervals and fastened to all rails and tension wires at approximately 12-inch intervals. Fabric shall be cut by untwisting and removing pickets. Splicing shall be accomplished by weaving a single picket into the ends of the rolls to be joined. The bottom of the installed fabric shall be to the finished grade, but not more than 2-inch above the ground.

3.06 GATES A. Gates shall be installed at the locations shown on the drawings. Hinged gates shall be mounted to swing as indicated. Latches, stops, and keepers shall be installed as required. Slide gate shall be installed as recommended by the

323113 - 4 CECO TO CHERRY HILL CONNECTION CHAIN LINK FENCE AND GATES

manufacturer. Hinge pins, and hardware shall be welded or otherwise secured to prevent removal.

3.07 ERECTION TOLERANCES A. Maximum Variation from Plumb: 1/4-inch. B. Maximum Offset from True Position: 1-inch.

3.08 GROUNDING A. Install fence grounding at maximum intervals of 750-feet by driving a grounding rod vertically until the top is 6-inches below finished grade. Connect rod to fence with No. 6 AWG conductor. Connect conductor to each fence component at the grounding location. Ground fence on each side of gate openings. Bond metal gates to gate posts using No, 2 AWG wire and bury it at least 18-inches below finished grade. Connect bonding jumper between gate post and gate frame. Make connections so possibility of galvanic action or electrolysis is minimized.

3.09 BARBED WIRE A. Install barbed wire uniformly spaced and angle outward. Pull wire taut and install securely to extension arms and secure to end post or terminal arms. 3.06 ADJUSTING AND DEMONSTRATION A. Adjust gate to operate smoothly, easily, and quietly, free of binding, warping, excessive defection, distortion, non-alignment, misplacement, disruption, or malfunction, throughout the entire operating range. Confirm that latches and locks engage accurately and securely without forcing or binding. B. Lubricate hardware and other moving parts.

END OF SECTION

323113 - 5 CECO TO CHERRY HILL CONNECTION DIRECTIONAL DRILLING

SECTION 330150 - DIRECTIONAL DRILLING

PART 1 - GENERAL

1.1 STIPULATIONS

A. The requirements set forth in this document specify a wide range of procedural precautions necessary to insure that the very basic, essential aspects of a proper directional bore installation are adequately controlled. Strict adherence shall be required under specifically covered conditions outlined in this specification. Adherence to the specifications contained herein, or the Engineer's approval of any aspect of any directional bore operation covered by this specification, shall in no way relieve the CONTRACTOR of their ultimate responsibility for the satisfactory completion of the work authorized under the contract.

1.2 WORK INCLUDED

A. Provide all necessary tools, materials, labor, supervision, and equipment to successfully complete the installation of directionally drilled piping as specified herein and shown on the drawings.

B. Furnish all items necessary to perform the horizontal directional drilling operation and construct the pipe as shown on the construction drawings.

C. Use techniques of creating or drilling a borehole along a predetermined path to a specified target location. Use mechanical and hydraulic deviation equipment to change the boring course and use instrumentation to monitor the location and orientation of the boring head assembly along a predetermined course.

D. Accomplish drilling with fluid-assist mechanical cutting. Use a mixture of bentonite and water or polymers and additives. Use bentonite sealants and water to lubricate and seal the mini-tunnel. Use minimum pressures and flow rates during drilling operation as not to fracture the sub-grade material around and or above the bore.

E. Utilize small diameter fluid jets to fracture and mechanical cutters to cut and excavate the soil as the head advances forward.

F. Install an offset section of the drill stem that causes the cutter head to turn eccentrically about its centerline when it is rotating and steering. When steering adjustments are required, rotate the cutter head offset section toward the desired direction of travel and advance the drill stem forward without rotation.

G. Drill a 2-inch to 3-inch diameter pilot hole using the mobile drilling system launched from the surface at an inclined angle. Enlarge the pilot hole with reamers as required.

330150-1 CECO TO CHERRY HILL CONNECTION DIRECTIONAL DRILLING

H. Excavation for horizontal directional drilling sending and receiving areas shall occur in upland areas. Encroachment within wetland boundaries is expressly prohibited.

1.3 SUBMITTALS

A. Submit under provisions of Section 013300 – Submittals

B. Prior to beginning work, the CONTRACTOR must submit to the Engineer a general work plan outlining the procedure and schedule to be used to execute the project. Plan should document the thoughtful planning required to successfully complete the project and include a frac out contingency plan.

C. CONTRACTOR will submit specifications on directional drilling equipment to be used to ensure that the equipment will be adequate to complete the project.

D. Specifications on material to be used shall be submitted to the Engineer. Material shall include the pipe, fittings and any other item which is to be an installed component of the project.

1.4 QUALITY ASSURANCE

A. CONTRACTOR shall notify MDE and the Engineer immediately in the event that a frac out should occur.

B. CONTRACTOR to maintain an established frac out contingency plan when horizontal directional drilling operations occur in close proximity to wetlands. The contingency plan shall include measures for protecting natural resources including but not limited to berms/dikes or other diversions, bentonite fill and vacuum removal. The CONTRACTOR shall have the resources on site to implement the frac out plan.

C. CONTRACTOR to maintain a minimum separation distance between wetland surface and top of pipe during drilling activity as shown on the construction plans.

D. Where such effort is necessary, cost for groundwater control during the course of tunnel work shall be included in the unit contract price for the work.

E. Dewatering and or well pointing may be required during the course of the project to lower water table, to remove standing water, surface drainage seepage, or to protect ongoing work against rising waters or floods shall be considered incidental to the work being performed.

PART 2 - PRODUCTS

2.1 EQUIPMENT

330150-2 CECO TO CHERRY HILL CONNECTION DIRECTIONAL DRILLING

A. The directional drilling equipment shall consist of a directional drilling rig of sufficient capacity to perform the bore and pullback the pipe, a drilling fluid mixing & delivery system of sufficient capacity to successfully complete the crossing, a guidance system to accurately guide boring operations and trained and competent personnel to operate the system. All equipment shall be in good, safe operating condition with sufficient supplies, materials and spare parts on hand to maintain the system in good working order for the duration of this project.

2.2 DRILLING RIG

A. The directional drilling machine shall consist of a hydraulically powered system to rotate, push and pull hollow drill pipe into the ground at a variable angle while delivering a pressurized fluid mixture to a guidable drill (bore) head. The machine shall be anchored to the ground to withstand the pulling, pushing and rotating pressure required to complete the crossing. The hydraulic power system shall be self-contained with sufficient pressure and volume to power drilling operations. Hydraulic system shall be free of leaks. Rig shall have a system to monitor and record maximum pull-back pressure during pull-back operations.

2.3 DRILL HEAD

A. The drill head shall be steerable by changing its rotation and shall provide the necessary cutting surfaces and drilling fluid jets.

2.4 MUD MOTORS (If Required)

A. Mud motors shall be of adequate power to turn the required drilling tools.

2.5 GUIDANCE SYSTEM

A. The guidance system shall be of a proven type and shall be setup and operated by personnel trained and experienced with this system. The operator shall be aware of any magnetic anomalies and shall consider such influences in the operation of the guidance system if using a magnetic system.

B. A wire line guidance system shall be used and shall meet the following requirements:

1. To prevent magnetic interference, the system shall be used in conjunction with a magnetic steering tool run in the drillstring. Guidance system shall be able to measure lateral and vertical position to +/-0.2 ft. per 10 ft. of borehole depth.

2. The system shall produce a DC power signal on surface to accurately define the position of the subsurface drillstring while drilling.

330150-3 CECO TO CHERRY HILL CONNECTION DIRECTIONAL DRILLING

3. A current measuring device shall be connected to the end of the wire loop, along with a DC power source.

4. Electronic Magnetic Steering system shall be temperature rated to 300 degrees Fahrenheit and pressure rated to 20,000 psi.

2.6 DRILLING FLUID (Mud) SYSTEM

A. A self-contained, closed, drilling fluid mixing system shall be of sufficient size to mix and deliver drilling fluid composed of bentonite clay, potable water and appropriate additives. Mixing system shall be able to molecularly shear individual bentonite particles from the dry powder to avoid clumping and ensure thorough mixing. The drilling fluid reservoir tank shall be sized for adequate storage of the mud. Mixing system shall continually agitate the drilling fluid during drilling operations.

B. Drilling fluid shall be composed of clean water and an appropriate additive. Water shall be from a clean source with a pH of 8.5 - 10 and/or as per mixing requirements of the manufacturer. Water of a lower pH or with excessive calcium shall be treated with the appropriate amount of sodium carbonate or equal. The water and additives shall be mixed thoroughly and be absent of any clumps or clods. No hazardous additives may be used. Drilling fluid shall be maintained at a viscosity sufficient to suspend cuttings and maintain the integrity of bore wall.

2.7 DELIVERY SYSTEM

A. The mud pumping system shall have a minimum capacity to supply mud in accordance with the drilling equipment pull-back rating at a constant required pressure. The delivery system shall have filters in-line to prevent solids from being pumped into the drill pipe. Connections between the pump and drill pipe shall be relatively leak-free. Used drilling fluid and drilling fluid spilled during drilling operations shall be contained and properly disposed of. A berm, minimum of 12" high, shall be maintained around drill rigs, drilling fluid mixing system, entry and exit pits and drilling fluid recycling system (if used) to prevent spills into the surrounding environment. Pumps and or vacuum truck(s) of sufficient size shall be in place to convey excess drilling fluid from containment areas to storage facilities.

2.8 PIPE ROLLERS

A. Pipe rollers, if required, shall be of sufficient size to fully support the weight of the pipe while being hydro-tested and during pull-back operations. Sufficient number of rollers shall be used to prevent excess sagging of pipe.

2.9 PIPE RAMMERS

330150-4 CECO TO CHERRY HILL CONNECTION DIRECTIONAL DRILLING

A. Hydraulic or pneumatic pipe rammers may only be used if necessary and with the authorization of the Engineer.

2.10 RESTRICTIONS

A. Other devices or utility placement systems for providing horizontal thrust other than those previously defined in the preceding sections shall not be used unless approved by the Engineer prior to commencement of the work. Consideration for approval will be made on an individual basis for each specified location. The proposed device or system will be evaluated prior to approval or rejection on its potential ability to complete the utility placement satisfactorily without undue stoppage and to maintain line and grade within the tolerances prescribed by the particular conditions of the project.

PART 3 - EXECUTION

3.1 GENERAL REQUIREMENTS

A. The Engineer must be notified 48 hours in advance of starting work. The directional bore shall not begin until the Engineer is present at the job site and agrees that proper preparations for the operation have been made. The Engineer approval for beginning the installation shall in no way relieve the CONTRACTOR of the ultimate responsibility for the satisfactory completion of the work as authorized under the contract.

B. All personnel shall be fully trained in their respective duties as part of the directional drilling crew and in safety.

C. Prior to any alterations to work-site, CONTRACTOR shall photograph or video tape entire work area, including entry and exit points. One copy of which shall be given to Engineer and one copy to remain with CONTRACTOR for a period of one year following the completion of the project.

D. Work site as indicated on drawings, within right-of-way, shall be graded or filled to provide a level working area. No alterations beyond what is required for operations are to be made. CONTRACTOR shall confine all activities to designated work areas.

E. Entire drill path shall be accurately surveyed with entry and exit stakes placed in the appropriate locations within the areas indicated on drawings. If CONTRACTOR is using a magnetic guidance system, drill path will be surveyed for any surface geo- magnetic variations or anomalies.

330150-5 CECO TO CHERRY HILL CONNECTION DIRECTIONAL DRILLING

F. CONTRACTOR shall place super silt fence between all drilling operations and any drainage, wetland, waterway or other area designated for such protection by contract documents, state, federal and local regulations. Additional environmental protection necessary to contain any hydraulic or drilling fluid spills shall be put in place, including super silt fence, berms, liners, turbidity curtains and other measures. CONTRACTOR shall adhere to all applicable environmental regulations. Fuel or oil may not be stored in bulk containers within 200' of any water-body or wetland.

G. CONTRACTOR shall adhere to all applicable state, federal and local safety regulations and all operations shall be conducted in a safe manner. Construction plans are not intended to provide information required for project safety. Safety during the construction process is the sole responsibility of the CONTRACTOR.

3.2 PIPE

A. All polyethylene pipe shall be cut, fabricated, and installed in strict conformance with the pipe manufacturer’s recommendations. Joining, laying, and pulling of polyethylene pipe shall be accomplished by personnel experienced in working with polyethylene pipe. The pipe supplier shall certify in writing that the CONTRACTOR is qualified to join, lay, and pull the pipe or representative of the pipe manufacturer shall be on site to oversee the pipe joining. Expense for the representative shall be paid for by the CONTRACTOR.

3.3 PILOT HOLE

A. Pilot hole shall be drilled on bore path with no deviations greater than 5% of depth over a length of 100'. In the event that pilot does deviate from bore path more than 5% of depth in 100', CONTRACTOR will notify Engineer and Engineer may require CONTRACTOR to pull-back and re-drill from the location along bore path before the deviation.

3.4 REAMING

A. Upon successful completion of pilot hole, CONTRACTOR will ream bore hole to a minimum of 25% greater than outside diameter of pipe using the appropriate tools. CONTRACTOR will not attempt to ream at one time more than the drilling equipment and mud system are designed to safely handle.

3.5 PULL-BACK

A. After successfully reaming bore hole to the required diameter, CONTRACTOR will pull the pipe through the bore hole. In front of the pipe will be a swivel. Once pull- back operations have commenced, operations must continue without interruption until pipe is completely pulled into borehole. During pull-back operations

330150-6 CECO TO CHERRY HILL CONNECTION DIRECTIONAL DRILLING

CONTRACTOR will not apply more than the maximum safe pipe pull pressure at any time.

B. In the event that pipe becomes stuck, CONTRACTOR will cease pulling operations to allow any potential hydro-lock to subside and will commence pulling operations. If pipe remains stuck, CONTRACTOR will notify Engineer. Engineer and CONTRACTOR will discuss options and then work will proceed accordingly.

3.6 PIPE TESTING

A. Pipe testing shall be done in accordance with Section 330500.

3.7 SITE RESTORATION

A. Following drilling operations, CONTRACTOR will de-mobilize equipment and restore the work-site to original condition. All excavations will be backfilled and compacted in accordance with the Cecil County Standard Specifications and Details for Water Mains & Sewer Mains. Landscaping will be restored to original. All mud shall be disposed of by the CONTRACTOR.

3.8 AS-BUILTS

A. CONTRACTOR shall maintain a daily project log of drilling operations and a guidance system log with a copy given to Engineer at completion of project.

END OF SECTION

330150-7 CECO TO CHERRY HILL CONNECTION JACKING AND BORING

SECTION 330245 - JACKING & BORING

PART 1 – GENERAL

1.1 Description

A. This work shall consist of the providing and installing of tunnels of steel, spacers, dewatering, and end seals as directed by the Engineer in accordance with these specifications. Contractor shall submit a detailed work plan, material specifications, brochures etc., at least two weeks prior to start of jack and bore work to Engineer. Sending and receiving pits are paid under other items. The pits shown on the plans are approximate and must be sized to accommodate the Contractor’s equipment.

1.2 Material

A. The carrier pipe dimensions and materials shall be in accordance with the Contract Drawings and shall conform to the requirements set forth in the County Standards and Specifications.

B. The case pipe dimensions and materials shall conform with the requirements set forth in the County Standards and Specifications.

C. In lieu of casing spacers and restraining joints, the necessary spacing and joint restraint shall be achieved by using a CCS-JR Stainless Steel Joint Restraint Casing Spacer as manufactured by Cascade Waterworks Mfg.

1.3 Construction Methods

A. The depth requirements (per SHA) for tunneling is to have a minimum distance of 5 feet from the top of the casing pipe to the existing road grade and a minimum distance of 3 feet from the top of the casing pipe to the bottom of any swale within the right of way.

B. Line and Grade - It is of essential importance that all tunnels be driven to the line and grade specified on the plans. Contractor shall establish initial control information in the tunnel shaft prior to the initiation of work. The Contractor shall make use of this information to project the alignment ahead until subsequent references can be set.

C. Bore installations shall have a bore hole essentially the same as the outside diameter of the pipe plus the thickness of the protective coating.

D. All operations shall be conducted so as not to interfere with, interrupt, or endanger the operation of traffic, or damage, destroy, or endanger the integrity of any surface facilities.

E. The use of water or other liquids to facilitate casing emplacements and spoil removal is prohibited.

F. If during installation an obstruction is encountered which prevents installation of the pipe in accordance with this specification, the pipe shall be abandoned in place and immediately filled with grout.

330245-1 CECO TO CHERRY HILL CONNECTION JACKING AND BORING

G. The boring method consists of pushing the pipe into the earth with a boring auger rotating within the pipe to remove the spoil.

H. The boring operation shall be progressed on a 24-hour basis without stoppage (except for adding lengths of pipe) until the leading edge of the pipe has reached the receiving pit. However special arrangements and approvals will be needed from both the County and Maryland State Highway Administration before the Contractor is permitted to work outside of the normal work hours specified in the Contract Documents.

I. The Contractor shall provide, operate, and maintain for the duration of the construction, a ventilation system, lighting and other health safety measures suitable for local, State and Federal health and safety requirements.

J. The front of the pipe shall be provided with mechanical arrangements or devices that will positively prevent the auger from leading the pipe so that there will be no unsupported excavation ahead of the pipe.

K. The auger and cutting head shall not exceed the outside diameter of the pipe by more than one half inch. If voids should develop or if the bored diameter is greater than approximately 1 inch, grouting or other methods approved by the Engineer shall be employed to fill such voids.

L. The cover-cut by the cutting head shall not exceed the outside diameter of the pipe by more than one half inch. If voids should develop or if the bored hole diameter is greater than the outside diameter of the pipe (plus coating) by more than approximately 1 inch, grouting or other methods approved by the Engineer shall be employed to fill such voids.

M. The face of the cutting head shall be arranged to provide a reasonable obstruction to the free flow of soft or poor material.

N. There shall be no direct contact between carrier pipe and casing pipe. There shall be no less than three pipe spacer/insulators per segment of pipe. The first spacer shall be placed not more than two feet from each end of the casing pipe. Spacer placement intervals shall be set to maintain joint stability during and after installation to maintain separation distance between casing and carrier pipe and to maintain required grade adjustments. Interval between spacers shall be seven to nine feet; however, manufacturer recommendations shall be adhered to for type, size and live load of carrier pipe.

O. Plans and description of the arrangement to be used shall be submitted to the Engineer for approval and no work shall proceed until such approval is obtained.

P. Any method which employs simultaneous boring and jacking for pipes over 8 inches in diameter which does not have the above approved arrangement will not be permitted.

END OF SECTION

330245-2 CECO TO CHERRY HILL CONNECTION PIPING VALVES AND ACCESSORIES

SECTION 330500 – PIPING, VALVES, AND ACCESSORIES

PART 1 - GENERAL

1.1 DESCRIPTION

A. Description of Work: CONTRACTOR shall furnish and install piping systems complete with valves and other appurtenances as shown on the Drawings and in accordance with this Specification. This section covers furnishing, installing, and testing (where required), all piping, tubing, fittings, valves, insulation, accessories and supports, etc., with the exception of any piping which is an integral part of any equipment assembly and which would be furnished by the manufacturer.

1.2 RELATED SECTIONS 1. Section 013300 - Submittals

1.3 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Field quality-control test reports.

C. Submit for approval Shop Drawings and product data for all equipment in accordance with Section 013300 - SUBMITTALS.

1.4 QUALITY ASSURANCE

A. Reference Standards: 1. American National Standards Institute: a. NSF/ANSI 14 2. American Society for Testing and Materials: a. ASTMD 1785. b. ASTM F 477. 3. American Water Works Association: a. AWWA C 517, Plug Valves. b. AWWA C 507, Ball Valves.

B. Manufacturer shall warrant all materials as free from defects in material and workmanship; and that he will replace or repair, FOB Factory, any part or parts returned to it which examination shows to have failed under normal use and service by the user within twelve (12) months from the date of Substantial Completion Acceptance.

C. CONTRACTOR shall warrant the installation to be free from defects in material and workmanship including leaks, corrosion, and loss of structural integrity.

330500 - 1 CECO TO CHERRY HILL CONNECTION PIPING VALVES AND ACCESSORIES

1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Preparation for Transport: Prepare valves according to the following: 1. Ensure that valves are dry and internally protected against rust and corrosion. 2. Protect valves against damage to threaded ends and flange faces. 3. Set valves in best position for handling. Set valves closed to prevent rattling.

B. During Storage: Use precautions for valves according to the following: 1. Do not remove end protectors unless necessary for inspection; then reinstall for storage. 2. Protect from weather. Store indoors and maintain temperature higher than ambient dew-point temperature. Support off the ground or pavement in watertight enclosures when outdoor storage is necessary.

C. Handling: Use sling to handle valves if size requires handling by crane or lift. Rig valves to avoid damage to exposed parts. Do not use handwhee1s or stems as lifting or rigging points.

D. Deliver piping with factory-applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe-end damage and to prevent entrance of dirt, debris, and moisture.

E. Protect stored piping from moisture and dirt. Elevate above grade. Do not exceed structural capacity of floor when storing inside.

F. Protect flanges, fittings, and specialties from moisture and dirt.

G. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending.

PART 2 - PRODUCTS

2.1 GENERAL

A. All piping connections to pumps and other equipment shall be made in such a manner as to avoid any strain being transmitted from the piping to the equipment. Flanged piping shall be carefully installed so that the pipe flanges exactly match and are perfectly parallel to the flanged equipment connections.

B. All dirt, scale, weld splatter, water and other foreign matter shall be removed from the inside and outside of all pipe and sub-assemblies prior to installing.

C. All pipe joints and connections to equipment shall be made in such a manner as to produce a minimum of strain at the joint.

2.2 PIPING SCHEDULE

A. Piping requirements are outlined on the Contract Drawings, and in this Section.

330500 - 2 CECO TO CHERRY HILL CONNECTION PIPING VALVES AND ACCESSORIES

2.3 PVC PIPE

A. Schedule 80 PVC Pipe: 1. PVC pipe and fittings shall be manufactured in accordance with ASTM Dl785, and D 1784, Schedule 80. PVC pipe shall be Type 1 Grade 1. 2. Fittings used with this pipe shall be socket type. Plastic piping shall be installed in full accordance with the manufacturer’s recommendations for the specific installation. No field bending or distortion of the pipe will be permitted. Socket type fittings shall be in accordance with ASTM D 2466. 3. Solvent cement for socket type joints shall conform to ASTM D 2564 for PVC pipe and fittings.

2.4 HDPE PIPE

A. PE 4710 HDPE Pipe 1. HDPE pipe shall be used for all directional drilling applications. Refer to specification section 330150 – Directional Drilling. 2. HDPE Pipe shall meet the requirements of AWWA C906 and ASTM D3035 or ASTM F714. 3. Standard Dimension Ratio (SDR) of all pipe shall be as shown on the contract drawings. 4. All HDPE pipe used for water mains shall have ductile iron pipe size diameters. 5. Joining shall be performed by bell and spigot method in accordance with the manufacturer’s recommendations.

2.5 VALVES

A. General: 1. All valves shall be plug valves unless otherwise noted. 2. In the event a valve is shown connecting to differing pipe sizes, the contractor shall provide the appropriate reducer to complete the connection. 3. Provide valves of the same type and manufacturer; suitable for the intended service. 4. Markings factory cast on the bonnet or body of each valve indicating manufacturer's name or mark, year of valve casting, size of valve, directional flow arrow and designation of working water pressure 5. Valve pressure and temperature ratings shall not be less than the design criteria applicable to system components. 6. Valves shall open to the left (counterclockwise). Valves operated by nut, handwheel, lever, floorstand, or otherwise as indicated on the Drawings. Operating nuts or wheels shall have cast thereon an arrow indicating the direction of opening. 7. Provide chain wheels and chains for operating overhead or inaccessible valves. 8. Valves buried or below floor shall be provided with stainless steel extension stem operators. Operating nut shall terminate no more than 6 inches below surface. The unsupported length of extension stems shall not exceed 10 feet. Furnish valve position indicators for buried valves.

330500 - 3 CECO TO CHERRY HILL CONNECTION PIPING VALVES AND ACCESSORIES

9. For wrench operated valves, provide at least one wrench for each type and size valve except where valves are in convenient groups; supply one wrench for each four valves. 10. Valve ends as indicated on the Drawings and unless indicated otherwise shall conform to the following: a. Flanged: ANSI B16.1. b. Mechanical: ANSI A21.11 11. Valve flanges shall conform to ANSI B16.10, 125# and 250# Class as applicable. 12. Mechanical joint valve ends shall conform to AWWA C111. 13. Cast-iron valve material shall meet or exceed the requirements of ASTM A 126, Class B. 14. Valve position indicators shall be provided for all valves and shall be Trumbull Valve Position Indicators Model 57-T or approved equal. Position indicators shall be adjusted in the field for the required number of turns.

B. Plug Valves: 1. All plug valves shall be eccentric plug valves unless otherwise specified. 2. Valves shall be of the non-lubricated eccentric type with resilient faced plugs and shall be furnished with end connections as shown on the plans. Flanged valves shall be faced and drilled to the ANSI 125/150 lb. standard. Mechanical joint ends shall be to the AWWA Standard C111. 3. Bodies shall be of ASTM A126 Class B cast iron. Bodies in 4" (100mm) and larger valves shall be furnished with a 1/8" (3mm) welded overlay seat of not less than 90% pure nickel. Seat area shall be raised, with raised surface completely covered with weld to insure that the plug face contacts only nickel. Screwed-in seats shall not be acceptable. 4. Plugs shall be of ASTM A126 Class B cast iron. The plug shall have a cylindrical seating surface eccentrically offset from the center of the plug shaft. The interference between the plug face and body seat, with the plug in the closed position, shall be externally adjustable in the field with the valve in the line under pressure. Plug shall be Chloroprene (CR) or resilient facing suitable for application. 5. Bearings shall have sleeve type metal bearings and shall be of sintered, oil impregnated permanently lubricated type 316 ASTM A743 Grade CF8M in ½ - 36" (15 - 900mm) sizes. Non-metallic bearings shall not be acceptable. 6. Shaft seals shall be of the multiple V-ring type and shall be externally adjustable and repackable without removing the actuator or bonnet from the valve under pressure. Valves utilizing O-ring seals or non-adjustable packing shall not be acceptable. 7. Pressure ratings shall be 175 psi (1210 kPa) on sizes ½ - 12" (15 - 300mm) and 150 psi (1030 kPa) for 14 - 72" (350 - 1800mm). Every valve shall be given a hydrostatic and seat test with test results being certified when required by the specifications. 8. Manual valves shall have levers or tee wrenches, extension stems, floorstands, etc., as indicated on the plans. All valves 6" (150mm) and larger shall be equipped with gear actuators. All gearing shall be enclosed in a cast iron housing and be suitable for running in a lubricant with seals provided on all shafts to prevent entry of dirt and water into the actuator. The actuator shaft and the quadrant shall be supported on permanently lubricated bronze bearings. Actuators shall clearly indicate valve position and an adjustable stop shall be provided to set closing torque and to provide adjustment to compensate for

330500 - 4 CECO TO CHERRY HILL CONNECTION PIPING VALVES AND ACCESSORIES

change in pressure differential or flow direction change. All exposed nuts, bolts and washers shall be zinc plated. 9. Valves and gear actuators for buried or submerged service shall have seals on all shafts and gaskets on the valve and actuator covers to prevent the entry of water. All exposed nuts, bolts, springs and washers shall be stainless steel. 10. All valves shall be as manufactured by DeZURIK, Inc. or approved equal.

C. Ball Valves: 1. Ball valves for water service shall be of the full port, single seated, metal to metal seated, tight-closing type conforming to the latest revision of AWWA C507 Specifications. Ball valves shall be as manufactured by DeZurik, Inc., or approved equal. 2. Body: a. The valve body shall be constructed of epoxy coated cast iron conforming to ASTM A48, Class 35, with a full, unrestricted circular inlet and outlet, with nominal opening diameter equal to the rated size of the valve. 3. Body Seat: a. The body shall have a rigidly attached metal seat. The body seat shall be machined, ground and polished for contact with the stainless steel seat mounted on the plug. 4. Plug: a. The plug shall be constructed of epoxy coated cast iron conforming to ASTM A48, Class 35, with a full unobstructed waterway with a surface area equal to the rated size of the valve. 5. Plug Seat: a. The plug shall have a stainless steel seat conforming to ASTM A276 Type 304, mounted thereon which shall properly align with the body seat when the valve is in the closed position. The surfaces of the seat ring shall be spherically generated and shall be machined, ground and polished for contact with the body seat. 6. Shafts: a. Valve shafts shall be integral with the plug and shall connect the plug to the torque unit.

2.6 MISCELLANEOUS APPURTENANCES

A. Valve Boxes: 1. Valve boxes shall be cast iron, screw type, with 5-114 inch shaft and extra deep lid, having the word “water” or "sewer", as appropriate, cast thereon. Valve boxes shall be 3 piece style. And shall comply with AWWA M44 for cast iron valve boxes. 2. Boxes shall be adjustable within the limits necessary to provide for the setting depths required and shall have base sizes adequate for the valves to be covered. 3. Boxes shall be as manufactured by the M&H Valve and Fittings Company, Muller Company, or equal. 4. The valve box shall be carefully placed and set at right angles to the main. The valve box shall not transmit shock or stress to the valve, and shall be centered and plumb over the wrench nut of the valve with the box cover flush with finished grade. The flange at the bottom of the top section shall rest upon planks which shall extend into solid ground on each side of the trench for a minimum of

330500 - 5 CECO TO CHERRY HILL CONNECTION PIPING VALVES AND ACCESSORIES

8 inches. In tamping the backfill around the valve, special care shall be taken so as to avoid settlement.

B. Pipe Couplings: 1. Unless otherwise indicated, ductile iron pipe couplings shall be made with a Style 38 coupling as manufactured by Dresser Manufacturing Division, Smith- Blair Model Number 411, or approved equal. 2. The sleeve type couplings shall be designed to fit accurately the outside diameters of the pipe which they are to connect. Couplings shall be furnished complete with bolts, nuts, and gaskets. Gaskets shall be of molded rubber, Nitrile (Buna-N), or approved equal. Middle rings for couplings used on ductile iron pipe shall be at least 3/8 inch thick. Middle rings shall be not less than 7 inches wide. Couplings shall be installed in strict accordance with the manufacturer's recommendations.

C. Flanged Adaptors 1. The CONTRACTOR shall furnish and install flanged adaptors as specified herein, as a means of inserting new piping and appurtenances into existing piping system. 2. The CONTRACTOR will be responsible for field verification of the outside diameter of all existing pipelines at which the flanged adaptors are to be installed in order that the appropriate flanged adaptors can be provided. 3. Flanged adaptors shall be fabricated from high strength steel and shall have a flange on one end of the body in accordance with ANSI B16.1, Class 150. The other end of the body shall have a compression end suitable for the use of a wedge gasket and follower. The flanged adaptor shall provide for efficient sealing up 175 psi. All necessary nuts and bolts shall be furnished. 4. Flanged adaptors shall be manufactured by Dresser Industries, Rockwell Industries, or equal.

D. Plugs and Caps 1. Provide standard plug or cap as required for testing; plugs, caps suitable for permanent service. 2. Plug or cap or otherwise cover all piping work in progress.

E. Air Release Valve – Sanitary Sewer 1. Description a. Air Valve shall discharge accumulated air (gases) from the system while operating under pressure. 2. Design a. Maximum working pressure: 150 psi. b. Working Temperature: no greater than 140° f. c. Discharge outlet: 1” NPT female d. Valve shall include flushing attachment/equipment e. All parts shall be NSF 61 Certified 3. Materials a. Body, Base and Clamping Stem: Reinforced Nylon b. Float and Discharge Outlet: Polypropylene c. Rolling Seal: E.P.D.M. d. O-Ring: NBR 70 4. Installation

330500 - 6 CECO TO CHERRY HILL CONNECTION PIPING VALVES AND ACCESSORIES

a. All air release valves shall be installed underground, vaulted or other approved underground system with surface access b. Air release valve surface covers shall be capable of withstanding H-20 loads 5. Manufacturers: ARI, Valmatic, or equal

F. Pressure Gauges

1. Pressure gauges shall be liquid filled Boudon Tube, stem mounting type. The case and ring shall be 300 series stainless steel. Tube shall be phosphor bronze with male NPT threading. Socket, , and pointer shall be brass. Accuracy shall be Grade A or better when determined in accordance with ANSI B40.1- 1974. Lens shall be of clear polycarbonate resin. Dial size shall be 4-inch diameter. Pressure range and connection size shall be indicated on Drawings. Gauges shall be installed and calibrated in accordance with the manufacturer’s recommendations.

2. Gauges shall be installed in conjunction with a stop cock and stainless steel diaphragm type gauge protector, and be easily readable. Gauges shall be of the type similar to Series 1500 as manufactured by Ametak/U.S. Gauge, Taylor Instruments or equal.

3. Gauge cocks shall be Lunkenheimer 1178, Ashcroft 1092, or equal with brass tee handle.

PART 3 - EXECUTION

3.1 PREPARATION

A. Field Measurement: 1. The Drawings are in general indicative of the work, with symbols and notations for clarity. However, the drawings are not an exact representation of all conditions involved, therefore, layout piping to suit actual field measurements. No extra compensation will be made for work due to differences between indicated and actual dimensions. 2. Submit details of proposed departures necessitated by field conditions or other causes to the ENGINEER for approval.

3.2 INSTALLATION (PIPING)

A. General: 1. Contractor shall ensure no damage is done to existing manholes when installing pipe via the core drill method. The Contractor shall be responsible for repairing any damage done to manholes. 2. Clean piping prior to installation. Keep open ends of piping and pipe attachment openings on equipment capped or plugged until actual connection. 3. Construct piping from full lengths of pipe using short sections only for runs of less than full pipe length. Make changes in direction of pipe runs with fittings only.

330500 - 7 CECO TO CHERRY HILL CONNECTION PIPING VALVES AND ACCESSORIES

4. Cut pipe accurately to measurements established in the field and assemble in place without springing, forcing, excessive cutting or weakening of the structure.

B. Underground Piping: 1. Pipe and fittings shall be carefully handled and lowered into the trench. Special care shall be taken to insure that each length shall abut against the next in such manner that there shall be no shoulder or unevenness of any kind along the inside of the pipe. 2. Before pipe is placed, the bottom of the trench shall be carefully shaped to fit the lower part of the pipe exterior with reasonable closeness for a width of at least 60% of the pipe width as indicated on the plans. Bell holes shall be dug sufficiently large to insure the making of proper joints and so that after placement, only the barrel of the pipe receives bearing pressure from the trench bottom. No pipe shall be brought into position until the preceding length has been thoroughly bedded and secured in place. Any defects due to settlement shall be made good by the CONTRACTOR without additional compensation therefore. 3. Proper and suitable tools and appliances for the safe and convenient handling and laying of pipe shall be used. Pipe shall be laid to the grades indicated on the Drawings. Pipe shall be laid with the bell ends uphill. 4. Whenever a pipe requires cutting to fit into the line or to bring it to the required location, the work shall be done in a satisfactory manner so as to leave a smooth end. 5. Water mains shall be laid at least 10 feet horizontally from any existing sewer main. Water mains crossing sewer mains shall be laid to provide a minimum of 18 inches vertically between the outside of the water main and the outside of the sewer main. When it is impossible to obtain proper horizontal or vertical separation as stipulated above, concrete encasement shall be installed. For crossings the encasement shall be installed 5 feet each side of the crossing point on the lowest utility. 6. Excavate and backfill trenches in accordance with the requirements of Section 312000 - Earthwork.

C. Pipe Joining: 1. General: Exercise care when making pipe joints and make joints in accordance with the pipe material manufacturer’s recommendations and the following requirements. In each instance of pipe joining, those portions of pipes involved must be absolutely clean just prior to assembly. If a joint is extremely difficult to assemble or sealing is not affected, disassemble the joint and correct the difficulty if possible. Remake the joint using new materials when necessary. 2. Mechanical Joints: To make ductile iron pipe mechanical joint, position scaling gasket and gland for bolting and then enter the spigot into pipe bell end until joint line is visible. Tighten bolts evenly maintaining approximate distance between gland and face of flange at all points around the socket. Do not exceed pipe manufacturer's specifications for maximum torque applied to bolts. 3. Flanged Joints: Make ductile iron and steel pipe joints faced true, fitted with gaskets, and drawn up square and tight to insure full pipe flow and satisfactory seal. 4. Bell and Spigot Joints: Two sections of pipe shall be assembled in accordance with the manufacturer’s recommendation. Joint shall be tested in accordance with ASTM D3212 “Joints for Drain and Sewer Plastic Pipe Using Flexible Elastomeric Seals."

330500 - 8 CECO TO CHERRY HILL CONNECTION PIPING VALVES AND ACCESSORIES

D. Dry Tapping 1. Field Cutting: Smooth and at right angles to pipe axis with cutting/joints to meet pipe locations and elevations shown on Drawings. 2. File or grind bevel on plain end of field cut pipe lengths to resemble pipe as manufactured so plain end will slip into bell without hindrance or gasket damage. a. Place identifying mark on pipe that is not furnished with depth mark on plain end to show depth of bell and to verify that pipe is fully set in bell. 3. Assemble joints following AWWA C600, AWWA C605 and specified herein. a. Clean inside of bell and outside of plain end to obtain clean, smooth surfaces free of foreign matter. b. Insert gasket in bell. c. Do not damage rubber to metal bond on restrained gaskets. d. Apply thin film of gasket lubricant furnished by joint manufacturer to inside surface of gasket and to outside surface of plain end. e. Push plain end into bell. f. Keep joint straight while pushing. g. Complete joint by forcing spigot into bell up to depth mark on spigot, using equipment designed for purpose. h. Assembly of PVC plain end into bell: Follow PVC pipe manufacturer’s recommendations. i. Install restrained joints following manufacturer's recommendations.

3.3 DEFECTS TO BE CORRECTED

A. If, at any time before the expiration of the guarantee period under this contact, any broken pipe, or any other defects are found in any of the lines or in any of the appurtenances, the CONTRACTOR shall cause the same to be removed and replaced by proper material and workmanship, without extra compensation for the labor and material required, even though such injury or damage may not have due to any act, default, or negligence on the part of the CONTRACTOR. All materials shall be carefully examined by the CONTRACTOR for defects prior to installation, and any found defective shall be rejected for use.

3.4 HYDROSTATIC TESTS

A. Pressure Test: After the pipe has been laid and backfilled as specified, all newly laid pipe or any valves section thereof should be subjected to a hydrostatic pressure of 150 psi or 50 percent in excess of the normal working pressure, whichever is greater.

B. Where any section of a main is provided with concrete reaction backing, the hydrostatic pressure test should not be made until at least 5 days have elapsed after the concrete reaction backing was installed. If high early strength cement is used in the concrete reaction backing, the hydrostatic pressure test should not be made until at least 2 days have elapsed.

C. Duration of test should be at least 2 hours.

D. Procedures: Each section of pipe should be slowly filled with water and the specified test pressure, based on the elevation of the lowest point of the line or section, under

330500 - 9 CECO TO CHERRY HILL CONNECTION PIPING VALVES AND ACCESSORIES

test and corrected to the elevation of the test gauge, should be applied by means of a pump connected to the pipe in a manner satisfactory to the ENGINEER. The pump, pipe connections and all necessary apparatus including gauges should be furnished by the CONTRACTOR. The CONTRACTOR will make all taps into the pipe and furnish all necessary assistance for conducting the tests.

E. Expelling Air Before Test: Before applying the specified test pressure, all air should be expelled from the pipe. If permanent air vents are not located at all high points, the CONTRACTOR should make the necessary taps at such points before the test is made. After the test has been completed, the CONTRACTOR should insert plugs at the tapping points.

F. Examination Under Pressure: Any cracks or defective pipes, fittings or valves discovered in consequence of this pressure test, should be removed and replaced by the CONTRACTOR with sound material, and the test should be repeated until satisfactory to the ENGINEER.

G. Leakage Test: A leakage test should be conducted concurrently with the pressure test. The CONTRACTOR will furnish laboratory calibrated test gauge and measuring device, and all necessary assistance to conduct the test.

H. Leakage Definition: Leakage is defined as the quantity of water that must be supplied into the newly laid pipe, or any valve section thereof, to maintain the specified leakage test pressure after the pipe has been filled with water and the air expelled.

I. Permitted Leakage: No pipe installed will be accepted until the leakage is less than the number of gallons per hour as determined by the formula:

in which "L" equals the allowable leakage in gallons per hour; "N" is the number of joints in the length of pipelines tested; "D" is the normal diameter of the pipe, in inches; and "P" is the average test pressure during the leakage test, in pounds per square inch gauge. (The allowable leakage according to the formula is equivalent to 11.65 U.S. gallons per 24 hours per mile of pipe per inch nominal diameter for pipe in 18-foot lengths evaluated on a pressure basis of 150 psi.)

J. Should any test of pipe laid disclose leakage greater than that specified above, the CONTRACTOR should at his own expense, locate, repair, and replace the defective joints, pipe or fittings until the leakage is within the specified allowance.

END OF SECTION

330500 - 10 CECO TO CHERRY HILL CONNECTION ELECTROMAGNETIC SEWAGE FLOW METER

SECTION 330600 – ELECTROMAGNETIC SEWAGE FLOW METER

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK:

A. CONTRACTOR shall furnish and install an electromagnetic sewage flow meter as shown on the construction drawings. The size of the meter shall be as shown on the drawings and match the size of the piping where the meter is to be located.

1.2 RELATED SECTIONS

A. Section 0133000 – Submittals

1.3 QUALITY ASSURANCE:

A. Manufacturer's Qualifications: If requested, the manufacturer shall demonstrate experience on previous projects where equipment of similar size and design has been provided and is in operation successfully in a similar process.

1.4 SUBMITTALS:

A. Make all submittals in accordance with the requirements of Section 013300.

B. Submit all operations and maintenance manuals in accordance with the requirements of Section 017700.

C. Product Data: Submit manufacturer's technical product data, including installation and start up instructions, and furnished specialties and accessories.

D. Maintenance Data: Submit maintenance data and a parts list, including a "trouble- shooting" maintenance guide. Include this product data, shop drawings, and wiring diagrams in the maintenance manual.

E. Warranty: The equipment manufacturer and CONTRACTOR shall warrant the electromagnetic sewage flow meter against defects in workmanship and material for a period of twelve months from the date the sewage system is accepted as Substantially Complete by the OWNER.

PART 2 - PRODUCTS

2.1 ACCEPTABLE MANUFACTURERS:

A. Sparling Instruments Company, Inc.

330600-1 CECO TO CHERRY HILL CONNECTION ELECTROMAGNETIC SEWAGE FLOW METER

B. American Sigma

C. Or equal

2.2 ELECTROMAGNETIC SEWAGE FLOW METER:

A. CONTRACTOR shall furnish and install an electromagnetic sewage flow meter as described herein and as shown on the drawings. The meter shall indicate, totalize, and transmit flow in full pipes.

B. Flow meter shall be a flanged electromagnetic flow meter. Liner material shall be Tefzel and the electrode material shall be Titanium.

C. The flow meter electronics shall be remotely mounted, and the meter tube shall be rated for submergence. The sensor and transmitter shall have NEMA 4X and NEMA 7 ratings. Accuracy shall be 0.5% of rate over a 33:1 turndown at all flow rates above 1 foot per second. Accuracy shall be verified in a flow laboratory traceable to the NIST. Low flow shall be adjustable from 0-9% and there shall be two flow alarms settable from 0-99% of span. Flow meter shall be equipped with grounding rings. Isolated outputs shall be 4-20 mA dc. The flow meter shall incorporate an empty pipe detection feature. The flow meter shall have a diagnostic feature which will provide a display message and fault output in case of a sensor failure, programming error or empty pipe condition. Totalized flow and programmed configuration shall be maintained in memory for the meter’s lifetime.

D. The CONTRACTOR shall provide a pipe spool piece, the same diameter and length as the flow meter, for ease of removal and maintenance of the flow meter.

PART 3 - EXECUTION

3.1 ADJUSTING AND START-UP

A. Start-up electromagnetic sewage flow meter in accordance with manufacturer's written procedures, upon completion of installation, and demonstrate compliance with requirements.

B. The equipment supplier shall send a factory authorized technician to monitor the installation of the equipment, the instruction of operating personnel, and the initial observation and set-up of the flow meter system.

END OF SECTION

330600-2 CECO TO CHERRY HILL CONNECTION ELECTROMAGNETIC SEWAGE FLOW METER

This Page Intentionally Left Blank

330600-3 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

SECTION 332002 - SEWER MANHOLE REHABILITATION

PART 1 - GENERAL

1.1 SUMMARY

A. The Contractor shall provide all labor, materials, equipment, health and safety equipment, personal protection equipment and incidentals as shown, specified and required to furnish and install all materials for the repair and rehabilitation of sewer manholes as specified herein.

B. Unless otherwise shown, protective coating shall be applied to all interior surfaces of structures to be rehabilitated (including manhole flow channel and benches) at the locations designated on the drawings.

C. The Contractor shall coordinate the sequence of work for each manhole to assure that the application of coatings to the interior of manholes does not take place until all other work is complete.

D. The work will include any root cutting and treatment called out in the contract documents.

1.2 REFERENCES

A. Comply with applicable provisions and recommendations of:

1. ASTM C94, Specification for Ready-Mixed Concrete.

2. ASTM C150, Specifications for Portland Cement.

3. ASTM C293, Test Method for Flexural Strength of Concrete.

4. ASTM C321, Test Method for Bond Strength of Chemical-Resistant Mortars.

5. ASTM C495, Test Method for Compressive Strength of Lightweight Insulating Concrete.

6. ASTM C496, Test Method of Splitting Tensile Strength of Cylindrical Concrete Specimens.

7. ASTM C579, Test Method for Compressive Strength of Chemical-Resistant Mortars, Grouts and Monolithic Surfacing.

8. ASTM C596, Test Method for Drying Shrinkage of Mortar Containing Portland Cement.

9. ASTM C857, Standard Practice for Minimum Structural Design Loading for Underground Pre-Cast Concrete Utility Structures.

10. ASTM D695, Standard Test Method for Compressive Properties of Rigid Plastics.

332002-1 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

11. ASTM D790, Standard Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials.

12. ASTM WK4521, Standard Practice for Sealing Sewer Manholes using Chemical Grouting.

13. ASTM C857, Standard Practice for Minimum Structural Design Loading for Underground Pre-Cast Concrete Utility Structures.

14. Standards of American Water Works Association, AWWA.

15. Standards of American National Standards Institute, ANSI.

16. International Concrete Repair Institute (ICRI) Guideline No. 03732 – Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays.

17. C78 Flexural Strength of Concrete.

1.3 QUALITY ASSURANCE

A. Product application shall be performed only by workmen trained and experienced with specified material.

B. For epoxy and polyurethane liners, the Contractor shall provide a representative employed by the manufacturer having technical training in admixture and manhole wall liner design and construction available for consultation on site during the repair work.

1.4 SUBMITTALS

A. Submit shop drawings under provisions of Section 013400.

B. Provide submittals for chemical grout, cementitious liner, patching materials, chimney seal material, precast concrete cones and risers; grade adjustment ring, marine grade caulk, bolts, all threads, manhole frame and cover and brick, in accordance with the following:

1. Material type and manufacturer to be used, including catalog data showing manufacturer’s clarifications and updates, ASTM references, material composition, specifications, physical properties and chemical resistance, manufacturer’s recommended mix, additives and set time.

2. Manufacturer’s recommended procedures for handling and storing material as applicable. Description shall include at a minimum:

a. Shelf life of material b. All relevant site conditions, such as temperature, relative humidity, limits to exposure to sunlight, etc. c. All mixing requirements

3. Manufacturer’s recommended processes to apply or install the material including equipment required, as applicable. Description shall include at a minimum:

332002-2 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

a. Cleaning and other preparatory measures b. Working time of material c. Minimum time to re-establish flow d. Cure time

4. Description of field testing processes and procedures.

5. For epoxy and polyurethane liners, provide a certified statement from manufacturer that Contractor is approved installer of the material or system with certificates of training for each crew member involved in each process.

6. Provide project information on Contractor’s experience and specified material performance on a minimum of three projects with similar applications.

C. Field Quality Control

1. The Contractor shall provide samples of material to the Engineer who may perform compressive strength testing. The samples shall be provided as follows:

a. In the field, cast four 2-inch cubes from each pallet of material.

b. Label and package samples per direction from the Engineer.

c. If testing is performed, the Engineer may provide the results to the Contractor.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Protect, store, and handle materials during transportation and delivery, while stored on- site, and during installation following reviewed submittals.

B. Material found by the Engineer to be defective or damaged shall be removed from Project site, and replaced at no additional cost to the County.

C. Handling, formulation, and storage of the sealing compounds and grouts shall be in strict conformance with the manufacturer’s recommendations. The uncured compound and grouts shall be delivered to the site in unopened containers, with the date of manufacture clearly indicated. Any uncured compound determined to be more than six months old shall be immediately removed from the Site. Once a container of uncured compound or grout has been opened it shall be used within the manufacturer’s recommended time. Unused compound/grout shall be disposed when this time has elapsed at no additional cost to the County.

D. Mixing and handling of the compounds and grouts and the constituents producing it, which may be toxic, shall be as recommended by the manufacturer. The Contractor is responsible for minimizing hazard to personnel by providing appropriate protective measures to ensure that the components and the chemicals produced in mixing are under the control of the Contractor at all times and are not available to unauthorized personnel. Excess material resulting from rehabilitation operations shall be disposed of in a safe manner in accordance with Manufacturer’s recommendations. All equipment and material shall be subject to the review of the Engineer.

332002-3 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

PART 2 - PRODUCTS

2.1 CHEMICAL GROUTING MATERIALS

A. The following properties shall be exhibited by the grout:

1. Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum set time shall be established so that adequate grout travel may be achieved.

2. Resistance to chemicals, most organic solvents, acids having a pH of greater than 3 and alkali having a pH of less than 9.

3. Shall be non-toxic in its cured form.

4. Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions.

5. All grout materials must have the following characteristics:

a. When catalyzed must form a stiff gel in the presence of groundwater.

b. The ability to increase grout mix viscosity, density and gel strength by the use of approved additives.

c. The cured grout must withstand submergence in water without degradation.

d. The resultant grout formation must prevent the passage of groundwater through the pipe joint.

e. The grout must not be biodegradable.

f. Residual grout shall be easily removable from the sewer line to prevent blockage of the sewage flow.

6. All component materials shall be easily transportable by common carriers.

7. Packing of component materials shall be compatible with field storage requirements.

8. Grout components shall be packed in such a fashion as to provide for maximum worker safety when handling the materials and minimize spillage.

9. Mixing of components shall be compatible with field applications and not require precise measurements.

10. The concentration of grout and additives shall be within the limits recommended by the manufacturer.

332002-4 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

11. Cleanup shall be done without inordinate use of flammable or hazardous chemicals.

B. Acrylamide Base Grouts

1. Acrlyamide Base Grouts shall exhibit the following properties:

a. A minimum of 12% acrylamide base material by weight in the total grout mix. A higher concentration of acrylamide base material may be used to increase strength or offset dilution during injection.

b. A viscosity of 1 - 2 centipoise, which can be increased with additives.

c. A controllable reaction time from 5 seconds to 10 hours.

C. Acrylic Base Grouts

1. Acrylic Base Grouts shall exhibit the following properties:

a. A minimum of 10% acrylic base material by weight in the total grout mix. A higher concentration of acrylamide base material may be used to increase strength or offset dilution during injection.

b. A viscosity of 1 - 2 centipoise, which can be increased with additives.

c. A controllable reaction time from 5 seconds to 6 hours.

D. Acrylate Base Grouts

1. Acrylate Base Grouts shall exhibit the following properties:

a. A minimum of 12% acrylate base material by weight in the total grout mix. A higher concentration of acrylamide base material may be used to increase strength or offset dilution during injection.

b. A viscosity of 1-3 centipoise, which can be increased with additives.

c. A controllable reaction time from 10 seconds to 1 hour.

E. Non-Shrink Grouts

1. Non-shrink grouts for plugging inactive laterals shall be cementitious grout and water-tight.

F. Additives

1. The Contractor may recommend additives to the County prior to their use. Additives may include latex (for additional strength and protection against shrinkage), root inhibitor, dye (for confirmation that the void was filled during sealing) and gel time modifiers.

332002-5 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

2. All additives shall be submitted to and reviewed by the County prior to their use.

3. Grout conditions may be utilized for catalyzing the reaction, inhibiting the reaction, buffering the solution, lowering the freezing temperature of the solution, acting as filler, providing strength or for inhibition of root growth.

4. Material Identification - The Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed for use on the project.

2.2 CEMENTITIOUS LINER MATERIAL

A. All materials shall come from a single manufacturer, and shall be compatible with the substrate and each other.

B. Patching Material shall be rapid-setting, fiber-reinforced, high-early-strength, corrosion- resistant, hand-mixed and hand-applied, calcium aluminate based cementitious material, and shall have the following properties:

1. Cement: Calcium aluminate cement.

2. Minimum Compressive Strength, ASTM C 109: 1,400 psi at 6 hours.

3. Minimum Bond, ASTM C 882: 1,600 psi at 28 days.

4. Applied Density: 105 pounds per cubic foot plus or minus 5 pounds per cubic foot.

5. Shrinkage, ASTM C 596: 0 percent at 90 percent relative humidity.

C. Infiltration Control Material shall be rapid-setting, high-early-strength, hand-applied, cementitious material and shall have the following properties:

1. Compressive Strength, ASTM C 109: >1,000 psi at 1 hour; > 2,500 psi at 24 hours.

2. Expansion, ASTM C 827: 0.10 percent.

3. Sulfate Resistance, ASTM C 267: No weight loss after 15 cycles; 2,000 ppm.

4. Freeze/Thaw Resistance, ASTM C 666, Method A: 100 cycles.

5. Pull-Out Strength, ASTM C 234: 14,000 pounds.

6. Set/Placement Time: Less than 1 minute.

D. Liner Material shall be fiber-reinforced, spray-applied, cementitious mortar and have the following properties:

1. Cement: 100 percent pure fused calcium aluminate clinker and calcium aluminate cement. 332002-6 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

2. Minimum Compressive Strength, ASTM C 109: >9,000 psi at 28 days.

3. Minimum Tensile Strength, ASTM C 496: 800 psi at 28 days.

4. Minimum Flexural Strength, ASTM C 293: >1,500 psi at 28 days.

5. Shrinkage, ASTM C 596: 0 percent at 28 days, 90 percent relative humidity.

6. Minimum Bond, ASTM C 952: 2,000 psi at 28 days.

7. Applied Density: 145 plus or minus 5 pounds per cubic foot.

8. Freeze/Thaw Resistance, ASTM C 666: 300 cycles, no visible damage.

9. Factory Blended: Requires only addition of water at site.

10. Dry Bulk Density: 100 to 102 pounds per cubic foot.

11. Fiber Reinforcement: 1/2 to 5/8 inch alkaline-resistant fiberglass rods.

2.3 CHIMNEY SEAL MATERIAL

A. Chimney Seal shall be Sauereisen Manhole Chimney Seal No. F88 or approved equal.

B. The Chimney Seal shall be a high solids, urethane based, elastomer that will bond to properly prepared surfaces without the use of a primer.

C. The chimney seal material shall meet or exceed the following parameters:

1. Abrasion Resistance ASTM D-4060, 534 mg/1,000 cycles

2. Elongation ASTM D-638, 126.4%

3. Shore A durometer Hardness ASTM D-2240

4. Hardness, Shore A, ASTM D-2240, 48

5. Tensile Strength, ASTM D-638, 54.1 lb./in2

6. Water Absorption ASTM D-570, 0.05%

7. Hydrostatic Pressure ASTM C-497, 80ft water head (35psi)

2.4 ROOT CUTTING AND TREATMENT

A. The chemical root control agent shall be registered with the EPA and the Maryland Department of Agriculture, and shall be labeled for use in sewers to control tree roots. The chemical root control agent shall contain an active ingredient for controlling sewer

332002-7 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

roots and deterring their re-growth. There shall also be a surfactant system to deliver the active ingredient (herbicide) to the target root tissue.

B. The active ingredient shall be a Category “E” compound, the most favorable rating attainable on the U.S. EPA’s chronic exposure toxicological rating scale.

C. The chemical agent shall not be considered a carcinogen, teratogen, mutagen, or oncogene by theUnited States Environmental Protection Agency.

D. It shall be non-volatile in order to minimize exposure to collections system workers, treatment plant operators and homeowners through inhalation.

E. Shall carry a “signal word” assigned by the U.S. EPA of either “Warning” or “Caution” on the product label. Pesticides carrying the signal word “Danger” will not be accepted.

F. Products containing the active ingredient(s) metam-sodium or copper sulfate are not allowed.

G. Metamsodium has been classified by EPA as a Class B probable carcinogen. Metamsodium has been shown to break down into highly toxic and volatile chemicals. These toxic chemicals are known to produce cyanide as a by-product, which has been proven to upset wastewater treatment plant processes.

H. The surfactant system shall produce a dense, small bubble, clinging foam, which sustains its shape for a minimum of one hour. It shall enhance the penetration of herbicide into root masses and shall contain an Alkylpolyglucoside (formulations of vegetable oil and carbohydrate from agricultural products). Surfactants designed to foam chemically, upon contact with water, shall not be accepted. These chemicals have been proven to be more conducive to washout. This washout results in no long term contact with the roots.

I. The manner of application shall be performed according to label instructions and in accordance with the best recommended practice for conditions present in the sewer line under treatment. All applications shall be done by foaming or other methods as provided on the product label.

J. The application of material shall be performed in such a way as to contact roots within the primary main line sewer to be treated. Effort will also be made to penetrate secondary lateral sewers in order to contact roots residing in the “wye” connections. The foam shall be generated through the use of air injection equipment, and the foam shall be pumped into the sewer under pressure as foam. Foam quality shall be sufficient to penetrate “wye” connections and effectively treat large diameter pipe ranging in size from less than 8 inches to more than 24

K. inches. Applications of chemicals designed to generate foam “chemically” on contact with water shall not be accepted.

L. Root Cutting Equipment: Root cutters shall use the high-pressure water from a sewer jet truck and auxiliary equipment as required, to create the necessary water pressure and speed to operate a hydraulic root cutter as recommended by the cutter manufacturer. The high-pressure water shall turn a hydraulic motor, which has a root cutting blade attached to the motor shaft. As with the cleaning nozzles, there shall be 332002-8 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

rear-facing jets on the root cutter assembly, which propels the cutter up and down the sewer pipe. The use of “chain cutters” is prohibited without prior approval of the Engineer.

PART 3 - EXECUTION

3.1 CHEMICAL PRESSURE GROUTING

A. Grouting shall be performed as prescribed herein and where depicted on the Contract Drawings or as directed by the Engineer. If the entire manhole is scheduled for grouting, grouting shall include corbel or cone, wall, pipe seals, bench/bottom, and channel. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the bench/bottom to the maximum height of 18 inches from the bench.

B. Grout material shall be applied in accordance with manufacturer’s recommendations.

C. Preliminary Repairs

1. The Contractor shall clean and vacuum all debris from the manhole including the bench and flow channel.

2. The Contractor shall cut, trim and remove all roots within the manhole.

3. The Contractor shall seal all unsealed lifting holes, step holes, voids larger than approximately 1/2 inch in thickness. All cracked or deteriorated material shall be removed from the area to be patched and replace with a patching material in accordance with manufacturer’s specifications.

4. The Contractor shall patch the bench and channel.

5. The Contractor shall control flowing water in larger cracks, joints or pipe to manhole connector.

6. The Contractor shall seal drop and/or lateral connections.

7. The Contractor shall seal between the corbel or cone and grade rings, and between the manhole frame and grade rings.

D. Drilling and Injection

1. The wall joints shall have the drill holes at the 4, 8, and 12 o’clock positions one foot above the joint to be sealed and drill holes with grout sleeves inserted into the walls at the 2, 6, and 10 o’clock positions one foot below the joint to be sealed. For each wall joint, pump grout into the lower holes until grout comes out of the upper holes.

2. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes

332002-9 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

first. The procedure shall be repeated until the manhole is externally sealed with grout.

3. Grouting from the ground surface shall not be allowed, unless approved by the Engineer.

4. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary to ensure grout travel.

5. Injection holes shall be cleaned with a drill and patched with waterproof quick setting hydraulic cement.

3.2 MANHOLE PATCHING & LINING

A. Examination

1. Examine surfaces to receive manhole rehabilitation. Notify the Engineer in writing if surfaces are not acceptable. Do not begin surface preparation, repair, or application until unacceptable conditions have been corrected.

B. Surface Preparation

1. Prepare surfaces in accordance with manufacturer’s instructions.

2. Protection: Place covers over invert to prevent extraneous material from entering sewer lines.

3. Cleaning: Clean manhole walls and bench to remove contaminants, dirt, debris, and other foreign materials to the satisfaction of the Engineer.

4. Chemical clean surfaces if necessary to remove anything that will affect the adhesion of liner materials.

5. Remove loose, unsound, and protruding brick, mortar, and concrete.

6. Voids: Repair and fill voids with patching material. Apply patching material in accordance with manufacturer’s instructions.

7. Active Leaks: Stop active leaks with chemical grout, patching material or infiltration control material. Apply material in accordance with manufacturer’s instructions.

8. Install weep holes, if necessary, to localize infiltration during application of patching material or infiltration control material. Plug weep holes after application with infiltration control material before application of liner material.

C. Invert Repair

1. Remove loose and unsound materials and wash walls, after surface preparation is complete. 332002-10 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

2. Repair bench, invert, or service line using patching material. Apply in accordance with manufacturer’s instructions.

3. Repair inverts with visible damage or where infiltration is present.

4. Apply patching material as specified in Section 2.2B of this specification to invert after blocking flow through manhole and thoroughly cleaning invert.

5. Uniformly trowel patching material onto damaged invert at a minimum thickness of 1/2 inch at invert. Extend out onto bench of manhole sufficiently to tie into liner material.

6. Ensure finished invert surfaces are smooth and free of ridges.

7. Reestablish flow in manhole after the manufacturer’s recommended time after application of patching material.

D. Curing

1. Cure materials in accordance with manufacturer’s instructions.

2. Exposure:

a. Minimize exposure of applied materials to sunlight and air movement.

b. Cover structure if time between applications of additional coats is to be longer than manufacturer’s recommendation.

c. Do not expose finished materials to sunlight or air movement for longer than manufacturer’s recommendation before covering or closing access.

d. Shade manhole while rehabilitation is in process in hot and arid climates.

3. Concrete Curing Compound:

a. Prepare surface with bonding agent in accordance with manufacturer’s instructions.

b. Cure Time: Allow the manufacturer’s recommended minimum cure time before subjecting manholes to flows.

3.3 MANHOLE CHIMNEY SEAL APPLICATION

A. Temperature: Maintain an optimum temperature as recommended by the manufacturer on air, substrate and material during mixing, application, and cure. Store materials in the temperature range as recommended by the manufacturer.

B. Surface Preparation: Surfaces must be cleaned of all rust, scale, oil, grease, water, and other contaminants that may inhibit bond. Consult manufacturer of seal material for preparation requirements. 332002-11 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

1. Brick - The working substrate must be dry and firm enough to withstand imposed loads during normal operation. Mechanical methods should be utilized to remove old paints, coatings, and deteriorated mortar or brick. Abrasive blast or high- pressure water blast brick to obtain a uniform, sound substrate. All prepared surfaces must be allowed to dry prior to the chimney seal application.

2. Concrete - The working substrate must be dry and have the necessary strength to withstand imposed loads during normal operations or applications where manhole chimney seal is specified. All voids should be filled with patching material as specified in Part 2 herein. The choice of underlayment will depend on the severity of the voids to be filled. Abrasive blast or high-pressure water blast concrete to remove laitance and to obtain a uniform surface texture exposing fine aggregate resembling coarse sandpaper. Regardless of preparation method used, all surfaces must be free of any loose deposits or contamination.

3. Metal - Abrasive blast or mechanically abrade the metal surface to a nominal 2.5 mil profile employing a SSPC-SP 6 Commercial finish. All protrusions should be ground smooth to eliminate sharp edges.

C. Mix, apply and cure chimney seal material in accordance with manufacturer’s instructions.

3.4 REPLACE MANHOLE FRAMES, COVERS, CONES AND/OR RISER SECTIONS

A. In roadways, saw cut pavement around the manhole per the details. Saw cut area shall be sufficiently sized to permit removal of pavement, subbase, and backfill without undermining undisturbed pavement.

B. Excavate and dispose of pavement, subbase and backfill. Saw cut additional pavement disturbed as a result of excavation activities.

C. Remove existing frame and cover, and all brick or other chimney material down to top of precast if the manhole is constructed of precast concrete as required. Prepare the existing surface to receive the component being replaced in accordance with the details on the plans.

D. Pour concrete collar, rebuild manhole chimney, place bolts, backfill and restore roadway in accordance with the details on the plans.

E. Restore un-paved areas to pre-construction condition. Restore paved areas per the details on the plans and in accordance with County and SHA requirements.

F. The Contractor shall plan his operation to minimize the amount of time that trenches remain open and roadways stay closed. Placement of concrete collar shall be performed as soon as possible. Final paving of the top wearing course shall be performed at weekly intervals or at such time that a “truckload” quantity of asphalt is required. Temporary paving shall be placed and remain in place until final paving is placed.

3.5 PIPE PLUG / BULKHEAD CONSTRUCTION 332002-12 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

A. The Contractor shall not begin the work to plug and abandon an existing pipe entering a manhole unless directed to by the Engineer and all parties agree there are no active connections to the pipe to be abandoned.

B. When ready to begin the work, the Contractor shall fill the pipe to be abandoned in accordance with the details provided on the construction plans. The abandoned pipe should exhibit a watertight plug, flush at the inside surface of the manhole and shall be smooth.

3.6 REPLACE / INSTALL DROP PIPING IN MANHOLE

A. Where shown or specified or as directed by the Engineer, install an interior drop pipe connection in the manhole in conformance with the construction plans.

B. Set up bypass pumping system in accordance with the requirements of these specifications to divert sewer flow around the manhole while work is being completed.

C. Clean the entire interior surface of the manhole including the bench and flow channel, remove and legally dispose of all debris removed from the manhole.

D. Coordinate this work with other manhole rehabilitation work designated for the manhole.

E. Completely remove the existing drop pipe, anchors, straps, etc. From the manhole if there is an existing drop pipe.

F. Prepare the manhole for the new drop pipe and install the new drop pipe per current Cecil County standards and details including any adjustments to the existing flow channel that may be required to facilitate the drop pipe installation and operation.

G. The Contractor and County shall inspect the manhole within 24 hours of installing the new drop pipe to assure the pipe is functioning properly. If not functioning properly, make appropriate adjustments.

3.7 CLEANUP

A. Remove all debris from the manhole.

B. If debris from Contractor’s work has entered the sewer pipe, the Contractor shall clean the affected pipe(s) to the satisfaction of the Engineer and at no additional cost to the County.

3.8 INSPECTION AND TESTING

A. Inspection by the Engineer of any portion of the work shall not relieve the Contractor of responsibility to perform the work as specified.

B. After the work has been completed, visually inspect the manhole in the presence of Engineer. Check for cleanliness and for elimination of active leaks.

332002-13 CECO TO CHERRY HILL CONNECTION SEWER MANHOLE REHABILITATION

C. See Section 02700 of the Cecil County Water Mains and Sewer Mains Standards and Specifications for acceptance testing requirements.

END OF SECTION

332002-14 CECO TO CHERRY HILL CONNECTION SUBMERSIBLE PUMPS

SECTION 332119 – SUBMERSIBLE PUMPS

PART 1 - GENERAL

1.1 DESCRIPTION

A. Provide all labor, materials, equipment and services necessary for and incidental to, the complete and satisfactory installation of the submersible pump as specified herein and as shown on the Contract Drawings.

1.2 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Technical Division Specification Sections, apply to this section.

1.3 SUBMITTALS

A. Product Data: For submersible pump. Include rated capacities, operating characteristics, and furnished specialties and accessories.

B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection, in accordance with Section 013300 “Submittals”.

C. Certified Pump Tests: Certified pump test of the unit furnished shall be provided. The pump shall be tested in accordance with the standards of the Hydraulic Institute. The pumps shall be fully tested at the manufacturer's plant before shipment. Tests shall consist of instantaneous readings of head, capacity, efficiency and brake horsepower, at such conditions of head and capacity to properly establish the performance curve. Flow measurements shall be made with a venturi meter. Certified copies of test reports shall be submitted to the Engineer. The standards of the Hydraulic Institute shall govern all procedures and calculations for these tests. Proof of meter set-up and reports shall be submitted to the Engineer. The performance curve sheets are to include “Head”, “Capacity”, “Brake Horsepower” and “Net Positive Suction Head Required”.

D. Operation and Maintenance Data.

1.4 MANUFACTURER’S CERTIFICATE

A. Submit manufacturer’s certificate for submersible pumps in accordance with Section 013300 “Submittals”.

332119 - 1 CECO TO CHERRY HILL CONNECTION SUBMERSIBLE PUMPS

1.5 EQUIPMENT DESIGN

A. Equipment design, workmanship, testing and operation shall be as specified herein and in the mechanical specifications.

1.6 TRAINING

A. Provide training for operation and maintenance of submersible pumps.

1.7 QUALITY CONTROL

A. The Submersible Pumps shall conform to all applicable requirements of NEMA, IEEE, ASTM, ANSI and NEC. For purposes of this specification, the revision and/or version of the referenced standards in effect on the date of public bid opening shall apply.

B. The Submersible Pumps specified shall be the product of reputable manufacturers who have been regularly engaged in the design, manufacture and furnishing of Wastewater Pumping Equipment for at least five years. The manufacturer of the pump shall either manufacture the submersible motor or shall assume full responsibility for its compatibility with the application and shall warrant it as part of the integral Pump Unit. Manufacturers who do not manufacture the Submersible motor and who limit their warranty to that of the motor manufacturer shall not be acceptable. Additionally, the products of third party packagers, assemblers or distributors shall neither be considered equal, nor shall they be acceptable.

1.8 WARRANTY

A. The Contractor shall warrant that all workmanship, material and equipment furnished and installed by him shall be free of defects for a period of one (1) year after acceptance of the work; and should such defects appear, Contractor shall repair or replace such defects at no cost to the County.

PART 2 - PRODUCTS

2.1 BASIC MECHANICAL ELEMENTS

A. The Contractor shall furnish and install two (2) submersible pumps and all specified appurtenances, complete as shown on the plans and herein specified. The basic mechanical elements include but are not limited to the following items:

1. Submersible pumps and motor units. 2. Pipes, Valves, Fittings and accessories. 3. Pressure Transducers.

332119 - 2 CECO TO CHERRY HILL CONNECTION SUBMERSIBLE PUMPS

2.2 SERVICE CONDITIONS

A. The liquid to transfer is raw sewage from the existing gravity collection system.

B. Duty Point

1. The pump station is designed to operate at 100 GPM flow @ 141 TDH to satisfy the system head demand.

2. Pump discharge will be into an existing Cecil County manhole, which conveys the flow to the Cherry Hill WWTP.

2.3 PUMP SELECTION AND INSTALLATION

A. The Contractor shall require the pump manufacturer to examine the Contract Documents for the purpose of ascertaining if the dimensions and the configuration of the structure are satisfactory for the operation of the pumps. The manufacturer of the pumping equipment shall certify that the equipment to be furnished will perform as specified. If, in the opinion of the Contractor or the pump manufacturer, changes should be made in the structure to assure proper pump operation, then this shall be brought to the immediate attention of the County/Engineer. All equipment furnished shall be new products, manufactured in accordance with applicable design and safety codes. Materials used in construction shall not conflict with regulations for safe drinking water.

B. The pump opening shall be in accordance with Ten States Standards Recommended Standards for Wastewater Facilities, Section 42.33. The manufacturer shall certify that the pump is suitable to operate in and convey raw wastewater with sufficient protection from damage and clogging.

C. The pump and motor unit shall be installed in accordance with accepted industry standards for proper handling and installation of submersible pumps, and manufacturer’s recommendations.

2.4 PUMP AND MOTOR CONSTRUCTION FEATURES

A. The pump shall be supplied with a mating cast iron discharge connection. The pump(s) shall be automatically and firmly connected to the discharge connection, guided by no less than two guide bars extending from the top of the station to the discharge connection. There shall be no need for personnel 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. Each pump shall be fitted with a chain sling for retrieval. The working load of the lifting system shall be 50% greater than the pump unit weight.

B. Major pump components shall be of grey cast iron, ASTM A-48, Class 35B, with smooth surfaces devoid of blow holes or other irregularities. The lifting handle shall be of stainless steel. All exposed nuts or bolts shall be AISI type 316 stainless steel

332119 - 3 CECO TO CHERRY HILL CONNECTION SUBMERSIBLE PUMPS

construction. All metal surfaces coming into contact with the pumpage, other than stainless steel or brass, shall be protected by a factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump.

C. Sealing design shall incorporate metal-to-metal contact between machined surfaces. Critical mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile or Viton rubber O-rings. Fittings will be the result of controlled compression of rubber O-rings in two planes and O-ring contact of four sides without the requirement of a specific torque limit.

D. Motors are sufficiently cooled by the surrounding environment or pumped media. A water jacket is not required.

E. CABLE ENTRY SEAL

1. The cable entry seal design shall preclude specific torque requirements to insure a watertight and 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. The assembly shall provide ease of changing the cable when necessary using the same entry seal.

F. MOTOR

1. Motor shall be 11hp, 3495 rpm, 3 phases, 60 Hz, 460 Volt, or approved equal.

2. The pump motor shall be a NEMA B design, induction type with a squirrel cage rotor, shell type design, housed in an air filled, watertight chamber. The stator windings shall be insulated with moisture resistant Class H insulation rated for 180°C (356°F). The stator shall be insulated by the trickle impregnation method using Class H monomer-free polyester resin resulting in a winding fill factor of at least 95%. The motor shall be inverter duty rated in accordance with NEMA MG1, Part 31.The stator shall be heat-shrink fitted into the cast iron stator housing. The use of multiple step dip and bake-type stator insulation process is not acceptable. The use of bolts, pins or other fastening devices requiring penetration of the stator housing is not acceptable. The motor shall be designed for continuous duty handling pumped media of 40°C (104°F) and capable of no less than 30 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of cast aluminum. Thermal switches set to open at 125°C (260°F) shall be embedded in the stator end 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 control panel. The junction chamber containing the terminal board, shall be hermetically sealed from the motor by an elastomer compression seal. Connection between the cable conductors and stator leads shall be made with threaded compression type binding posts permanently affixed to a terminal board. The motor and the pump shall be produced by the same manufacturer.

332119 - 4 CECO TO CHERRY HILL CONNECTION SUBMERSIBLE PUMPS

3. The combined service factor (combined effect of voltage, frequency and specific gravity) shall be a minimum of 1.15. The motor shall have a voltage tolerance of plus or minus 10%. The motor shall be designed for operation up to 40°C (104°F) ambient and with a temperature rise not to exceed 80°C. A performance chart shall be provided upon request showing curves for torque, current, power factor, input/output kW and efficiency. This chart shall also include data on starting and no-load characteristics.

4. The power cable shall be sized according to the NEC and ICEA standards and shall be of sufficient length to reach the junction box without the need of any splices. The outer jacket of the cable shall be oil resistant chlorinated polyethylene rubber. The motor and cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet or greater.

G. BEARINGS

1. The pump shaft shall rotate on two bearings. Motor bearings shall be permanently grease lubricated. The upper bearing shall be a single deep groove ball bearing. The lower bearing shall be a two row angular contact bearing to compensate for axial thrust and radial forces. The minimum L10 bearing life shall be 50,000 hours at any usable portion of the pump curve.

H. MECHANICAL SEAL

1. Each pump shall be provided with a tandem mechanical shaft seal system consisting of two totally independent seal assemblies. The seals shall operate in a lubricant reservoir that hydro-dynamically lubricates the lapped seal faces at a constant rate. The lower, primary seal unit, located between the pump and the lubricant chamber, shall contain one stationary and one positively driven rotating, corrosion and abrasion resistant tungsten-carbide ring. The upper, secondary seal unit, located between the lubricant chamber and the motor housing, shall contain one stationary and one positively driven rotating, corrosion and abrasion resistant tungsten-carbide seal ring.

2. Each seal interface shall be held in contact by its own spring system. The seals shall require neither maintenance nor adjustment nor depend on direction of rotation for sealing. The position of both mechanical seals shall depend on the shaft.

3. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and to provide lubricant expansion capacity. The drain and inspection plug, with positive anti-leak seal shall be easily accessible from the outside. The seal system shall not rely upon the pumped media for lubrication.

I. PUMP SHAFT

1. Pump and motor shaft shall be the same unit. The pump shaft is an extension of the motor shaft. Couplings shall not be acceptable. The shaft shall be stainless steel – ASTM A479 S43100-T.

332119 - 5 CECO TO CHERRY HILL CONNECTION SUBMERSIBLE PUMPS

2. If a shaft material of lower quality than stainless steel – ASTM A479 S43100-T is used, a shaft sleeve of stainless steel – ASTM A479 S43100-T is used to protect the shaft material.

J. IMPELLER

1. The impeller shall be of ASTM A-532 (Alloy III A) 25% chrome cast iron, dynamically balanced, semi-open, multi-vane, back-swept, non-clog design. The impeller vane leading edges shall be mechanically self-cleaned.

2. The impeller shall have vanes hardened to Rc 45 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter found in waste water. The screw shape of the impeller inlet shall provide an inducing effect for the handling of sludge and rag-laden wastewater. The impeller shall be capable of momentarily moving axially upwards a distance of 15mm/0.6-in. to allow larger debris to pass through and immediately return to normal operating position.

K. VOLUE/SUCTION COVER

1. The pump volute shall be a single piece grey cast iron, ASTM A-48, Class 35B, non-concentric design with smooth passages of sufficient size to pass any solids that may enter the impeller. Minimum inlet and discharge size shall be as specified. The volute shall have a replaceable suction cover insert ring in which are cast spiral-shaped, sharp-edged groove(s). The spiral groove(s) shall provide trash release pathways and sharp edge(s) across which each impeller vane leading edge shall cross during rotation so to remain unobstructed. The insert ring shall be cast of ASTM A-532 (Alloy III A) 25% chrome cast iron and provide effective sealing between the multi-vane semi-open impeller and the volute housing.

L. THERMAL PROTECTION

1. All stators shall incorporate thermal switches in series to monitor the temperature of each phase winding. The thermal switches shall open at 125°C (260°F), stop the motor and activate an alarm.

2. A leakage sensor shall be available as an option to detect water in the stator chamber. The Float Leakage Sensor (FLS) is a small float switch used to detect the presence of water in the stator chamber. When activated, the FLS will stop the motor and send an alarm both local and/or remote.

M. Pump shall be certified to NSF/ANSI 61.

N. APPROVED PUMP:

1. This specification was prepared using the Model 3127 SH Adaptive 247, as manufactured by Flygt, as the design basis.

2. Acceptable manufacturers include:

i. Flygt

332119 - 6 CECO TO CHERRY HILL CONNECTION SUBMERSIBLE PUMPS

ii. Fairbanks Morse

iii. Flowserve

3. Products of other manufacture, of similar design and size, having performance, construction, and materials as specified, will be subject to approval by the Engineer.

4. The pump and all necessary appurtenances shall be from the same manufacturer.

PART 3 - EXECUTION

3.1 INSPECTION

A. The CONTRACTOR shall perform tests specified herein to assure compliance with all performance requirements. 1. All pumps shall be field tested to verify pump capacities and total dynamic heads. 2. After the CONTRACTOR has completed the installation of each pumping unit, each unit shall be given an acceptance test under the specified operating conditions, which will be approximated as closely as practicable by the manipulation of discharge valves to obtain the desired head conditions. The CONTRACTOR shall be responsible for scheduling the test and shall provide the OWNER and ENGINEER a minimum of one (1) week notice prior to the test. Each pump shall be field tested by the equipment supplier to verify pump capacity ranges. Flow shall be measured by a portable flow meter provided by the equipment supplier, or by other means acceptable to the ENGINEER.

3.2 INSTALLATION

A. The CONTRACTOR shall install all equipment in strict accordance with the manufacturer’s recommendations. The Equipment Supplier shall make all necessary adjustment to equipment in order to provide complete and satisfactory operation upon completion of the Contract.

3.3 MANUFACTURER’S SERVICES

A. The equipment manufacturer shall provide a service representative properly trained in inspection and operation of the mechanism to approve the installation, certify that the torque settings of the drive overload protection device are correct, and perform the torque test. If additional service is required due to the mechanisms not being fully operational at the time of service requested by the CONTRACTOR, the additional service days will be at the CONTRACTOR'S expense.

B. Ensuring that all necessary components, including electrical and controls, required for testing shall be the responsibility of the CONTRACTOR. No additional compensation

332119 - 7 CECO TO CHERRY HILL CONNECTION SUBMERSIBLE PUMPS

shall be made by the OWNER for additional trips required due to the lack of coordination or completion of support items by the CONTRACTOR.

C. In addition to the above activities, the Equipment Manufacturer’s Representative shall provide startup and training services to familiarize the plant staff with operational and maintenance requirement of the clarifiers. Training shall consist of two (2) formal training sessions, on alternating shifts as coordinated with the operations supervisor. This service shall be completed in accordance with the following schedule: 1. 1 trip two (2)-8 hour days per trip exclusive of travel time.

D. The equipment manufacturer shall provide suitable spare parts for the pumps. At a minimum, the spare parts shall include: 1. One complete set of mechanical seals. 2. One complete set of impeller and casing wear rings. 3. One complete set of bearings. 4. One O-Ring set.

END OF SECTION

332119 - 8 CECO TO CHERRY HILL CONNECTION CABINETS, CONTROL SYSTEM AND DEVICES

SECTION 406700 - CABINETS, CONTROL SYSTEM, AND DEVICES

PART 1 - GENERAL

A. System Requirements

This section includes requirements for materials, and installation of the cabinets, control panels and Main Service Enclosures (MSE) to be provided as described within the Contract Documents. All control panels shall be UL Custom Assembly rated.

B. Integration

The Systems Integrator/ Subcontractor shall coordinate all materials, systems and assembly in accordance with manufacturer’s recommendations.

PART 2 - MATERIALS

A. Cabinets, Panels and Enclosures

1. The enclosures shall be floor, wall or post-and-backboard mounted as indicated on the Drawings. Interior enclosures shall be NEMA 12 for dry locations unless otherwise specified or indicated on the drawings. All panels mounted within a service enclosure shall be a minimum NEMA 1 enclosure. Provide NEMA 4X, stainless steel enclosures for exterior locations unless otherwise noted. Access door shall have continuous hinges with neoprene gaskets. Cabinets shall be constructed from formed 14-gauge materials. All exposed edges and welds on the enclosure shall be ground smooth. All exterior mounted panels are to include a clasp for County pad locks.

2. The interior and exterior of steel enclosures shall be painted with a rust-inhibiting primer and two coats of epoxy gray paint or gray polyester powder paint over phosphatized surfaces. Stainless steel enclosures shall not be painted.

3. The interior of standard enclosures shall be provided with a formed 14-gauge subpanel for attaching surface mounted components and a hinged subpanel for front panel mounted hardware. All components shall be attached with screws and the subpanel shall be threaded. Rivets or back of panel nuts shall not be allowed. Each interior shall be equipped with lighting, duplex GFI receptacle and circuit breakers where shown on the drawings. Circuit breakers shall be furnished for control and instrumentation equipment as indicated on the Contract Drawings. The interior shall be painted with two coats of white enamel paint. Refer to instrumentation drawing for enclosure size and installation details. Enclosures shall be a Hoffman, or equal.

B. Panel Control Circuit Devices and Components

1. General: All components, except those on the front panels, shall be mounted behind on fixed or swing-out panels; terminal blocks for field connections shall be mounted on fixed channels located near the bottom of the sections but clear of the conduit entry area. Fixed panels shall be located so as not prevent access within the cabinets to other components, wiring, and terminal blocks on fixed panels or front panels.

406700-1 CECO TO CHERRY HILL CONNECTION CABINETS, CONTROL SYSTEM AND DEVICES

2. Control Relays: Control relays shall have either 24-volt d-c or 120-volt a-c coils. Control relays shall be 10-ampere, 300-volt, DC relays shall be blade type and AC relays shall be pin type with dust cover, LED indication, and sockets. All relays shall be of one manufacturer, IDEC Series RR3, Square D 8501K Series, or equal.

3. Circuit Breakers: Circuit breakers shall be single-pole, 120-volt, with ampere rating as shown on drawings or sized per NEC code.

4. Wire marking: Each signal and circuit conductor connected to a given electrical point shall be designated by a single unique number which shall be shown on all shop drawings. These numbers shall be marked on all conductors at every terminal using white numbered wire markers which shall be Thomas & Betts sleeve markers, T&B Shrink-Kon, or equal.

5. Terminal Blocks: Terminal block shall be high-density type molded plastic with barriers and box lug terminals and shall be rated at 300-Volts. White marking strips, fastened securely to the molded sections shall be provided with printed wire numbers or circuit identifications. Terminal screws will be accessible with a standard size narrow blade screwdriver. Provide all required terminal blocks and 25% spare numbered terminal blocks. Terminal blocks shall be Phoenix Contact Type UK with mounting rack or equal.

6. D-C Power Supplies: Provide d-c power supplies as required for analog loops and d-c circuits. Each power supply shall be enclosed and include internal short-circuit protection. Current requirements shall not exceed 75% of manufacturer maximum rating. All power supplies shall provide a regulated DC output voltage within +/- 3% and shall be suitable for DIN rail mounting.

7. Receptacles: Duplex receptacles shall be molded composition, ivory, specification grade. Duplex receptacles for 120-volt, single-phase, 3-wire service to be rated 20-amperes, 125- volts, back or side wired, NEMA Type 5-20R. Provide ground fault interrupter type where indicated.

8. DC Signal Conditioner: Provide a DC Signal Conditioner where required to drive or isolate loads. The signal conditioner shall have input and output ranges compatible with the associated equipment. The DC input/output isolation shall allow up to 600 V differences between grounds. The conditioner shall have an accuracy of +/-0.1% of input span, a zero and span adjustment and a maximum response time of 100msec. The operating temperature range shall be 0 to 60 degrees C. Power for the signal conditioner shall be 120 VAC at 60 Hz. Provide an Action Instruments Action Pak Model 4300, or equal.

9. Push Buttons, Selector Switches, and Indicating Lights: Push buttons, Selector Switches, and Indicating Lights shall be 30.5-mm, round, heavy duty, oil tight type with synthetic rubber boots and include any special gasketing required to make the installation watertight. Indicating lights shall be push-to-test LED type.

10. AC Power Line Protector: The AC power line protector shall be a solid state low pass nonlinear filter to protect I/O cabinet equipment from spikes, transients, and noise on incoming AC power lines. The protector shall be rated 120-volts A-C, 15 amps, 60 Hz. The response time shall be 5 nanoseconds nominal with maximum attenuation and sinusoidal restoration through 50 microseconds. The protector load regulation shall be 1% or better across the range. The operating temperature range of the protector shall be -40 to +70

406700-2 CECO TO CHERRY HILL CONNECTION CABINETS, CONTROL SYSTEM AND DEVICES

degrees C. The AC power line protector shall be an Islatrol manufactured by Control Concepts Corporation, or equal.

11. Cycle Timer: For fan controls, provide a cycle timer with a 120 VAC motor, timing range of 1.2 seconds to 300 hours, 5 amp contacts, and a repeat accuracy of +/- 0.31%. The cycle timer shall be manufactured by Omron, model H3CR-F8-300AC100-240, or equal.

12. Intrinsically Safe Relays (ISR) a. Where indicated, intrinsically safe relays shall be provided with an energy barrier limiting the available voltage and current in the Hazardous Location. The relays shall interface with non-explosion proof field devices which are mounted in the hazardous Locations. The circuits shall be rated and suitable for field device protection in Class I, Division I, Group D Hazardous Locations.

b. The relay shall be constructed of plastic and glass reinforced nylon and suitable for back plate or DIN rail mounting. Terminals shall have captive screws with self-lifting clamps.

c. Intrinsically safe relays shall be single channel, accepting a dry contact input. The relay shall operate on either a 24VDC or 120VAC power supply and shall be provided with one SPDT programmable output relay to obtain (1) N.O. or (1) N.C. contact. Operation voltage shall be as indicated on the drawings.

C. Panel Control Circuit Wiring

1. Instrumentation signal cables shall be of the type used for process control with shielded pairs or triads with polyvinyl jacket and overall shield over the multiple pairs or triads. The instrumentation cable shall be rated 300 volts at 90 C or better. The size of the instrumentation cable shall be AWG No. 16 with seven strands minimum, unless otherwise specified elsewhere. All instrumentation cables shall meet all the requirements of IPCEA S-61-402 and shall be UL listed.

2. 120-volt a-c wiring within the panel shall be AWG No. 14 MTW or THHN. Main power (120- volt a-c) to the panels shall be wired using color coded AWG No. 12.

Wires shall be color coded in accordance with the following table:

BLACK L1 (hot) WHITE L2 (neutral) RED A-C control circuits BLUE D-C circuits YELLOW Interlock control circuits wired from an external power source GREEN Equipment ground

*All conductors in this section shall be stranded.

a. All interfacing between the cabinet and the field shall be accomplished at a terminal strip (TB). No internal panel wiring shall be connected to terminals on the “field side” of the TB. Likewise, no field wiring shall be connected to terminals on the "panel side"

406700-3 CECO TO CHERRY HILL CONNECTION CABINETS, CONTROL SYSTEM AND DEVICES

of the TB. DC and AC voltage circuits shall be separated utilizing independent terminal strips and wireway duct.

b. Wiring run from components on a swing-out panel to other components on a fixed panel shall be made up in tied bundles. These shall be tied with nylon wire ties and shall be secured to panels at both sides of the hinge loop so that conductors are not strained at terminals.

c. Wiring run to control devices on the front panels shall be tied together at short intervals and secured to the inside face of the panel using Panduit adhesive mounts with Eastman No. 910 adhesive.

d. Wiring to rear terminals on panel-mount instruments shall be run in plastic wireways secured to horizontal brackets run above or below the instruments in about the same plane as the rear of the instruments.

e. Conformance to the above wiring installation requirements shall be reflected by details shown on the shop drawings for the Engineer’s review.

f. Signal conditioners and control interface relays shall be provided wherever proper instrument interfacing dictates use of these components. Each auxiliary device shall be assigned a tag number and shall appear on the panel shop drawings.

g. All electrical devices with in the panel shall be identified by tag number, machine printed on a label visible from the panel interior. Labels shall be laminated plastic with an adhesive backing. The labels shall be consistent in size throughout the panel.

h. When input connections are made to existing circuits, the Contractor shall verify the control voltage. Provide power for the existing circuits compatible with the existing controls for dry contact inputs, powered outputs, and analog circuits as required.

i. All components and devices shall be wired to terminal blocks. Each terminal block shall include a unique number. This is to include all contacts from relays in the control cabinet.

END OF SECTION

406700-4 CECO TO CHERRY HILL CONNECTION INSTRUMENTATION

SECTION 407000 - INSTRUMENTATION

PART 1 - GENERAL

A. Description

1. This section includes requirements for supplying and testing calibrated field-mounted transmitters, and associated equipment to be provided.

2. Contractor is to coordinate Generator controls, ATS, and fuel oil systems in accordance with the contract documents.

B. Submittals

1. Submit shop drawings for the instrumentation in accordance with specifications.

2. Submit certified dimensional drawings and catalog cuts for each size and type of instrument specified herein. Catalog cuts are to be highlighted to define specific materials of construction and features specified herein. Show tag number of each applicable instrument.

3. Submit instruction bulletins for each type of instrument specified herein. Show tag number for each applicable instrument. The instruction bulletin shall include installation instructions, wiring diagrams, power requirements, maintenance instructions, and any other details of a specialized nature to the instruments furnished.

4. Submit certificates of compliance that the instruments satisfy the requirements stipulated in this section.

5. Submit Operating and Maintenance Data.

6. Submit Manufacturer's Certification that equipment has been installed properly and observed to function properly when operated

PART 2 - MATERIALS

A. Limit (Hatch) Switch:

1. Provide heavy-duty, precision turret head type limit switch with one normally open and one normally closed contact along with an adjustable lever arm with oil-impregnated sintered iron roller.

2. The switch shall be interfaced with the ventilation controls, or as shown on the drawings.

3. Provide a Square D, Class 9007, Type C switch or equal.

4. For switches in hazardous locations provide intrinsically safe relays, and switches rated for explosion proof areas.

407000-1 CECO TO CHERRY HILL CONNECTION INSTRUMENTATION

PART 3 - EXECUTION

A. Contractor responsibilities, integration and coordination tasks are:

1. Ventilation controls: Including control panels, relays, selectors, meters and interlocks shown on the instrumentation drawings.

2. Integration: integration of generators, controls and ATS equipment.

3. Miscellaneous: pump controls.

4. Main Service Enclosure: exterior power distribution systems as outlined in drawings.

5. RTU Panel: alarms integration as shown on the contract drawings.

6. The Contractor shall deliver to the County all the required spare parts upon conditional acceptance of the work. The spare parts shall not be used as replacement parts during the guarantee or startup period.

B. Execution

1. Uniformity Of Components

Components which perform the same or similar functions shall, to the greatest degree possible, be of the same or similar type, the same manufacture, the same grade of construction, the same size, and have the same appearance.

2. Mounting Of The Equipment And Instruments

a. Mount the equipment and instruments in accordance with the installation detail drawings as prepared by the Contractor and reviewed by the Engineer. Install equipment so that it is rigidly supported, level and plumb, and in such a manner as to provide accessibility; protection from damage; isolation from heat, shock, and vibration; and freedom from interference with other equipment, piping, and electrical work. Cabinets shall not be installed until heavy construction work adjacent to panels has been completed to the extent that there shall be no damage to the equipment.

b. All devices, including accessories, shall be located where they shall be accessible from grade, except as shown otherwise.

c. Mount all equipment in cabinets as specified under this contract. Associated terminals shall be mounted on a common panel or rack; mounting panels and rack shall be constructed as described herein.

d. Coordinate the installation of the electrical service to the components related to the system to assure a compatible and functionally correct system. All accessories shall be coordinated and installation supervised by the Contractor.

e. Test the completed system after installation to assure that all components are operating within the specified range and all interlocks are functioning properly. 407000-2 CECO TO CHERRY HILL CONNECTION INSTRUMENTATION

C. Calibration

1. Each instrument requiring factory calibration shall be furnished with a calibration data sheet. The calibration data shall be factory certified to NIST standards and a copy of the calibration data sheets included with the O&M manuals.

2. In addition to factory calibration, calibrate systems after installation in conformance with the component manufacturer’s instructions. This shall provide that those components having adjustable features are set carefully for the specific conditions and applications of this installation and that the components and/or systems are within the specified limits of accuracy. Defective elements which cannot achieve proper calibration and accuracy, either individually or within a system, shall be replaced. Accomplish this calibration work by a technical field representative of the single instrument supplier. He shall certify in writing to the Engineer that all calibrations have been made and that all systems are ready to operate. All tagging shall be complete prior to system startup.

D. Factory Testing

1. Operational tests shall be performed prior to shipping the control system to the jobsite to demonstrate that the hardware and configuration is correct and will perform each operation required for all specified conditions. The connections and wiring to all open bus communications modules shall be performed at the factory test with the specified components. The Engineer and a representative from the County shall have the right to witness the tests. After the testing is completed, provide a certification and log of all tests to the County for review and comment. The panel wiring shall be checked against the submittal drawings.

2. The factory witness test shall take as long as necessary to demonstrate to the County and the Engineer that the hardware performs each operation as required per the specifications. The control system equipment shall not be shipped to the site until the factory test is successfully completed and approved by the County.

3. Fourteen days prior to testing, submit a written detailed test procedure for review by the Engineer and County. Notify the County in writing four weeks in advance of the scheduled testing.

E. Preliminary Inspection/Testing

1. For each test the Instrument System Subcontractor shall submit for approval a test protocol a minimum of 14 days prior to the test. The protocol shall include a list of each I/O point, instrument, device, and control panel in tabular format. Contract drawings and shop drawings are not acceptable.

2. After the control system installation is complete, all instruments are calibrated, and all wiring is installed and connected, a preliminary test shall be performed by the Contractor.

3. All hardware and configuration software shall be exercised through point to point tests, including the factory test procedure by the Instrument System Subcontractor, in the presence of the Engineer, in order to demonstrate achievement of the specified performance.

407000-3 CECO TO CHERRY HILL CONNECTION INSTRUMENTATION 4. All radio equipment, communications, and complete system operation will be tested by the contractor to demonstrate system operation.

5. Schedule tests among all parties involved so that the tests may proceed without delays or disruptions by uncompleted work. Coordinate operational tests dependent upon completion of work specified elsewhere.

F. Conditional Acceptance Inspection/Test

1. When hardware and system configuration is assessed to have been successfully carried through a preliminary test and the County concurs in this assessment, a date for Conditional Acceptance Testing, involving the County’s operating personnel will be agreed upon.

2. The complete control system and instrumentation shall be rechecked by the contractor as required in the preliminary inspection test at this time to verify proper operation, and final adjustments shall be made. The Instrument System Subcontractor shall submit the results for approval, prior to scheduling and starting the conditional acceptance testing.

3. Upon completion of the preliminary test and approval by the County and Engineer, the system Conditional Acceptance start-up testing shall commence and consist of 14 consecutive days of system testing. The operational tests shall have a success factor of 99% system uptime. If the instrumentation, hardware control system, cabling, or configuration should fall below the 99% factor, the system problems shall be corrected by the Contractor and the system start-up shall start over again from day one. This will continue until the system functions for 14 consecutive days with a 99% uptime success factor. The contractor is responsible for all hardware operation of the system, and the initial determination of the problem.

G. Operator Training (On-Site)

1. Provide the County’s operation and maintenance personnel and/or the Engineer with one (1) day of formal instruction in the functions and operations of the hardware, system configuration, and overall system operation as provided under this contract, prior to the Conditional Acceptance Inspection/Test. The training shall cover overall system theory, hardware architecture, system configuration and diagnostics. Emphasis shall also be placed on safety features, maintenance and features, which may require readjustment, resetting or checking and recalibration.

2. The training shall include operations, instrument indication, and control. The training sessions shall be provided at the County’s facilities and on the equipment furnished under this contract. The approved final O&M manual shall be utilized as a guide for the training sessions. The education and instruction of operating personal shall be a qualified instructor familiar with the requirements for this project. Session dates shall be directed by the County.

3. A detailed training session curriculum shall be provided to the Engineer a minimum of four weeks prior to the start of the training session.

END OF SECTION

407000-4 CECO TO CHERRY HILL CONNECTION PUMP CONTROL & SCADA SYSTEM

SECTION 408000 - PUMP CONTROL & SCADA SYSTEM 1.0 GENERAL A. The requirements of Division 16 - Electrical shall apply to all work specified under this section. B. The work includes labor, materials, equipment and services necessary for and incidental to the complete and satisfactory installation of the Remote Telemetry Control Panel {RTU). This RTU shall become an integral part of the complete SCADA system and provide for alarm annunciation, system monitoring, data collection, and remote and automatic control of pumping station equipment. C. Systems Integrator 1. The Contractor shall utilize a Systems Integrator as a subcontractor for this work experienced in integrating PLC Systems for pump control and SCADA. The County reserves the right to accept or reject the integrator listed and request additional information, if necessary, to determine the acceptability of the integrator. System Integrator/Supplier shall be M. Davis & Sons, 200 Hadco Road, Wilmington, Delaware, 19804, (302)218-4666, contact is Ed Harrison, or approved equal. D. Description 1. Furnish and install a complete and operable RTU Pump Control Panel as hereinafter specified. 2. The RTU shall be integrated with other remote stations to communicate between the sewage pumping station and the Main Telemetry Unit (MTU) located at the Northeast River Wastewater Treatment Facility. Communication shall be via radio signal. 3. The RTU equipment (PLC, I/O, OIT, terminals, etc.) shall be furnished within an enclosure with interior mounting panel and hinged door with latch assembly. 4. The Wastewater Pumping Station controls consist of submersible raw sewage pumps (RSP); wet well; level controls; pump controls; motor starters; and other appurtenances. 5. All equipment shall have a local Hand-Off Automatic selector switch. Automatic and Remote control through the RTU and SCADA control system shall only be enabled when the respective local HOA selector switch is in the Automatic position. In addition to the automatic controls described within, all equipment shall have the ability to be controlled in the local manual mode through a hard- wired HOA connection, independent of the PLC. 6. The RTU pump controller as hereinafter specified shall be SCADA Pack type "P1," as manufactured by Control Microsystems. THE Operator Interface Terminal (OIT) shall be SCADAPack "Vision." SCADAPack is the standard SCADA System utilized by Cecil County; thus, no substitutions will be allowed. 7. The SCADA System shall provide for transmission of remote alarms and equipment status, as well as control and level monitoring functions.

408000 - 1 CECO TO CHERRY HILL CONNECTION PUMP CONTROL & SCADA SYSTEM

2.0 PRODUCTS A. Operator Interface Terminal Control Functions 1. The OIT will be programmed such that the system operator shall be able to perform the following functions: a. Set Lead Pump Start set point b. Set Lead Pump Stop set point c. Set Lag Pump Start set point d. Set Lag Pump Stop set point e. Enter the High/Low Wet Well Level alarm set points f. Acknowledge PUMP FAILURE alarms

2. The OIT will be programmed such that the following alarms and status information will be displayed: a. Wet Well level in feet b. High Level Alarm c. Low Level Alarm d. VFD Run/Fail Status e. Pump Run Time in Hours f. Pump Temperature Alarm g. Seal Leak Failure Alarm h. Miscellaneous Alarms (generator status, power fail, etc.)

3. PLC Control Algorithms a. Wet well level set points shall be programmed in the programmable controller for the following wet well levels: 1. Lead Pump Start 2. Lead Pump Stop 3. Lag Pump Start 4. Lag Pump Stop 5. Wet Well High Level 6. Wet Well Low Level

b. The programmable controller shall be programmed with level control logic to control the sewage level in the wet well between the operational set points. When the sewage level rises above the "lead pump start" set point the controller will start the lead pump. When the sewage level in the wet well is drawn down to the "pump stop" level set point, the programmable controller shall stop the lead pump. c. If the lead pump maximum flow rate cannot keep up with the influent flow and the sewage level in the wet well continues to rise to the "lag pump start" level set point, a start delay timer in the programmable controller shall be started. When this timer times out, the programmable controller shall start the lag pump. As long as the sewage level is above the Lag pump stop level, both pumps shall run continuously. When the sewage level in the wet

408000 - 2 CECO TO CHERRY HILL CONNECTION PUMP CONTROL & SCADA SYSTEM

well is pumped down to the "lag pump stop" level set point, the programmable controller shall shut down the lag pump. d. When the Pump Alternate (1-BOTH-2) selector switch is in the "BOTH" position, the lead/lag status of the pumps shall be automatically alternated at the end of every pump cycle. e. Motor Overload, High Temperature, Seal Fail Contacts: Individual normally closed alarm contacts for the Current Overload, High Temperature and Seal Fail for each pump shall be wired to the programmable controller. If one of these pump failures occurs, the programmable controller shall stop the pump and index the lead/lag assignment of the pumps so this pump now becomes the lag pump. Automatic operation of this pump shall be locked out until its alarm condition is corrected. f. Provide a discrete input to the PLC, which shall activate an alarm in the event of a power failure. B. UPS Unit 1. A UPS unit shall be supplied in the RTU panel. The unit shall be 330-watt capacity, 120 volt with six outlets, four with battery back- up and surge protection. Furnish INVENSYS Powerware 3110, Model No. PW3110550VA. C. Submersible Transducer 1. A stainless steel submersible level transducer shall be provided for water level sensing. Transducer shall be KPSI Series 750 with stainless steel support cable suspension kit, or equal by U.S. Filter (1000i). D. Floats 1. Floats for back-up high and low level alarm shall be mercury-free stainless steel with Teflon coating, U.S. Filter Model 9G-EF or equal. 3.0 EXECUTION A Installation 1. The RTU panel and all appurtenances shall be installed in accordance with the Manufacturer's recommendations. B. Testing 1. The System Integrator shall perform a factory test on the RTU panel to insure the performance integrity of equipment prior to shipment. 2. Upon installation of the SCADA, the System shall be tested, deficiencies resolved and retested, as required, to satisfactorily demonstrate the following. a. Test the communications system between the remote RTU's and the MTU. Verify proper functioning of the communication network. b. Test all PLC input devices to verify operability and calibration.

408000 - 3 CECO TO CHERRY HILL CONNECTION PUMP CONTROL & SCADA SYSTEM

c. Test all PLC pump controls (automatic and manual) to verify proper operation. C. Training 1. The RTU supplier shall provide and/or arrange for training of personnel at the job site. The training shall occur after successful startup of the system. The training program shall include operator training, programming and maintenance courses in conjunction with pump station definition.

END OF SECTION 40800

408000 - 4 APPENDIX A – Geotechnical Report This Page Intentionally Left Blank

Geotechnical Engineering Report

CECO TO CHERRY HILL WWTP CONNECTION

Town of Elkton, Cecil County, Maryland

KCI Project No. 13146752.CECO

Prepared For Cecil County Department of Public Works

Prepared By KCI Technologies, Inc.

January 2019

122 C Street, NW Suite 500 Washington, DC 20001 Phone (202) 470-6382 FAX (202) 204-6832

January 31, 2019

Cecil County Department of Public Works Engineering and Construction Division 200 Chesapeake Blvd. Suite 2400A Elkton, Maryland 21921

Attention: Jonathan Pohlman, PE, Project Manager

Subject: Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Cecil County Department of Public Works Town of Elkton, Cecil County, Maryland KCI Project No. 13146752.CECO

Greetings Mr. Pohlman:

KCI Technologies, Inc. (KCI) has completed the requested subsurface explorations, and geotechnical engineering evaluations and design services for the proposed CECO to Cherry Hill Waste Water Treatment Plant (WWTP) Connection in the Town of Elkton, Cecil County, Maryland.

The attached report presents a review of the project information provided to us, a description of the site and subsurface conditions encountered, as well as geotechnical evaluations, foundation and earthwork recommendations for the design and construction of the proposed pump station and sanitary sewer forcemain and gravity lines. The Appendices to the report contain site and boring locations plan, and the results of our field and laboratory testing.

KCI appreciates the opportunity to provide geotechnical engineering consulting services for this project and looks forward to completing it successfully. Please contact us if you have any questions regarding the information presented.

Sincerely,

KCI TECHNOLOGIES, INC.

Matthew W. Wager, PE Kofi B. Acheampong, PhD, PE, ENV SP Senior Project Manager Chief Geotechnical Engineer “PROFESSIONAL CERTIFICATION: I HEREBY CERTIFY THAT THESE DOCUMENTS WERE PREPARED OR APPROVED BY ME, AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDER THE LAWS OF THE STATE OF MARYLAND, LICENSE Lynnea S. Tapp, M.Eng NO.:_33722__ EXPIRATION DATE:__12/18/2020___” Geotechnical Designer Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

CONTENTS

1.0 INTRODUCTION...... 1

1.1 GENERAL ...... 1 1.2 PROPOSED CONSTRUCTION ...... 1 1.3 SCOPE OF SERVICES ...... 2

2.0 SITE DESCRIPTION and GEOLOGic setting ...... 3

2.1 EXISTING SITE CONDITIONS ...... 3 2.2 GEOLOGIC SETTING ...... 3

3.0 SUBSURFACE CONDITIONS ...... 4

3.1 SUBSURFACE EXPLORATION PROGRAM ...... 4 3.2 SUBSURFACE CONDITIONS ...... 6 3.3 GROUNDWATER AND CAVE-IN DEPTH CONDITIONS ...... 7 3.4 LABORATORY TESTING RESULTS ...... 7

4.0 GEOTECHNICAL EVALUATIONS AND RECOMMENDATIONS...... 9

4.1 GEOTECHNICAL ISSUES ...... 9 4.2 DIRECTIONAL DRILLING DESIGN RECOMMENDATIONS ...... 11 4.3 JACK-AND-BORE DESIGN RECOMMENDATIONS ...... 12 4.4 BEARING STRATA AND SUBGRADE PREPARATION FOR PIPE TRENCHES ...... 14 4.5 PUMP STATION FOUNDATION RECOMMENDATIONS ...... 15 4.5.1 General ...... 15 4.5.2 Generator Foundation Recommendations ...... 15 4.5.3 Wet Well Foundation Recommendations...... 16 4.5.4 Valve Vault Room Foundation Recommendations ...... 17

5.0 CONSTRUCTION RECOMMENDATIONS ...... 18

5.1 GENERAL SITE PREPARATION ...... 18 5.2 SUBGRADE PREPARATION ...... 18 5.3 TEMPORARY EXCAVATION SUPPORT ...... 18

Page i

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

5.4 FILL SELECTION, PLACEMENT AND COMPACTION ...... 19 5.5 CONSTRUCTION WATER CONTROLS ...... 20 5.6 ADDITIONAL SERVICES ...... 21

6.0 GEOTECHNICAL LIMITATIONS ...... 22

APPENDICES

APPENDIX A – FIGURES

Figure 1: Site Vicinity Map Figures 2: Boring Location Plan Figures 3A & 3B: Subsurface Profiles

APPENDIX B – TEST BORING LOGS

Test Boring Logs Field Classification System for Soil Exploration Soil Classification Chart “USCS” Field Exploratory Procedures

APPENDIX C – LABORATORY TESTING DATA

Summary of Laboratory Test Results Laboratory Test Results Laboratory Testing Procedures

Page ii

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

1.0 INTRODUCTION

1.1 GENERAL

This is the geotechnical engineering report for the proposed pump station and sanitary sewer forcemain as part of the existing CECO to Cherry Hill Waste Water Treatment Plant Connection Project located in the Town of Elkton, Cecil County, Maryland. The site vicinity map is included on Figure 1 (Appendix A).

This report contains the results of our subsurface explorations, soils laboratory testing results, and geotechnical recommendations for design and construction of the new pump station wet well, sanitary sewer forcemain and gravity pipelines.

1.2 PROPOSED CONSTRUCTION

Our understanding of the project follows discussions with and review of information provided by Ms. Nicky Davis and Mr. Jason McClafferty of KCI. This information included the Plan View and Profile Plans entitled “Construct of CECO to Cherry Hill WWTP Connection” (dated October 30, 2018; and 12/21/2018) as part of the 90% design submittal. We understand that Cecil County Department of Public Works (DPW) Engineering and Construction Division plans to install a pump station, and underground pipes including about 1 mile of sewer forcemain and about 0.3 mile of gravity pipelines, and ancillary manhole structures along Academy Drive, Singerly Road (State Route MD-213) and Johnstown Road and Highland Avenue in Cecil County, Maryland.

Sewer Forcemain: The proposed sewer forcemain is a 4-inch diameter High-Density Polyethylene Pipe (HDPE) SD-R spanning an alignment of approximately 5,400-linear feet from the proposed Pump Station valve vault (Sta. 0+00) and connecting the existing 6-inch diameter forcemain dissipater Sta. 54+06) on Academy Drive. The HDPE pipeline will be located approximately 3.5 feet (minimum cover) to 12 feet below finished site grades (existing and proposed), with inverts varying between approximate Elevation (El.) 151.3 and El. 227.15.

We understand that construction of the sewer forcemain pipeline will be predominantly via conventional cut-and-cover excavations; however, several sections will require trenchless technology installation methods such as horizontal directional drilling (HDD) below existing underground utilities and crossing wetlands and streams/water bodies (e.g., Waters of the US, WUS). The proposed pipe sections requiring directional drilling installations include:

 Sta. 6+40 to Sta. 17+98: An approximately 1214.7-foot section along Johnston Rd and bypassing WUS, crossing Singerly Rd, and bypassing existing 48-inch reinforced concrete pipes (RCP). The proposed pipe inverts at the beginning and end of the HDD are about 5 to 6 feet below existing ground surfaces. Thus, sending and receiving pits will be required at approximate Sta. 17+98 and Sta. 6+40, respectively.

 Sta. 36+22 to Sta. 40+72: An approximately 545.5-foot section along Singlerly Rd bypassing WUS and an existing 48-inch RCP. The proposed pipe inverts at the beginning and end of the HDD are about 4 to 5 below existing ground surfaces. Thus, sending and receiving pits will be required at approximate Sta. 36+22 and Sta. 6+40, respectively.

Page 1

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

Gravity Sewer Pipelines: Proposed construction also includes approximately 1,460-linear feet of 8-inch and 10-inch diameter Polyvinyl Chloride (PVC) and Ductile Iron Pipe (DIP) gravity sewer lines, along Highland Ave and through wetlands and woods. The proposed PVC and DIP sewer lines will be located approximately 4 feet to 13.5 feet below existing and proposed site grades, with inverts varying between approximately El. 156.6 and El. 172.2 as follows: 8” PVC from El. 172.2 to 166.6; 10-inch DIP from El. 157.3 to 162.6; and 10-inch PVC from El. 155.9 to 157.2. We understand that construction of the gravity sewer pipelines will include both conventional cut-and-cover excavations, and trenchless technology methods to bypass existing underground utilities and WUS and wetlands.

A 300-foot section of the 8-inch PVC alignment starts from Highland Ave and connects to the 10-inch DIP. A 10-inch PVC pipe begins at the pump station and connects the 8-inch PVC pipe via a manhole in a wooded area. The approximately 500-linear foot long 10-inch DIP crosses existing wetlands adjacent to the existing lagoon on the south, and will be installed between three drop manhole structures through a 20-inch steel casing pipe using Jack-and-Bore drilling methods to bypass the wetlands and below an existing 24-inch CMP. Jack-and-Bore will require jacking/sending and receiving pits set at depths of about 10 to 16 feet below existing ground surfaces.

Pump Station Facility: The proposed pump station will be located in a fenced-in gravel paved compound with an approximate footprint of approximately 36 feet by 40 feet. The pump station will include a below-grade 6-foot diameter precast concrete wet well structure and an adjacent 9-ft by 12-ft precast concrete valve vault structure (2 to 3 feet edge separation distance); a generator, a service/control enclosure, manhole and below-grade piping enclosures.

Based on our review of available project drawings, the base of the wet well will set at approximately 16- feet below finished site grade with invert at approximate El. 154 to El. 155; and the valve vault set at about 6 feet below grade with invert at approximate El. 164. The generator pad will be located near the north end of the pump station facility, and supported by an at-grade concrete slab (pad) with approximate dimensions of 4 feet wide by 8 feet long.

1.3 SCOPE OF SERVICES

The purpose of the geotechnical subsurface exploration was to investigate the site-specific subsurface conditions data for the design and construction of the proposed sanitary sewer pipelines and pump station facility. The scope of services included the following:

 A brief review and description of the field and laboratory test procedures and their results;  A review of area and site geologic conditions;  A review subsurface conditions encountered including soil types and physical properties, borings logs, and depths to groundwater and/or bedrock (if encountered);  Recommendations for the proposed pump station wet well foundation and bearing strata;  Sewer forcemain and gravity lines construction recommendations including trenchless installations, pipe bedding in trenches, and influence of foundations on other structures, utilities, and streets;  General construction recommendations including re-use of on-site soils, subgrade preparation, potential excavation difficulties, and temporary groundwater control.

Assessments of site environmental conditions or for the presence or absence of pollutants in the soil, rock, surface water, or groundwater of the site were beyond the proposed objectives of our exploration. Page 2

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

2.0 SITE DESCRIPTION AND GEOLOGIC SETTING

2.1 EXISTING SITE CONDITIONS

KCI conducted site reconnaissance on October 31, 2018 and December 11, 2018 to observe and document surficial site features and conditions. Information gathered during the site visit was used to help us interpret the subsurface data and to detect conditions that could affect our evaluations and recommendations.

The project site extends along Singerly Road between Academy Drive and Johnstown Road in the Town of Elkton in Cecil County, Maryland. The general project area consists of one-story to two-story single- family homes, cultured farmland, and a commercial building. There are existing lagoons and delineated wetland areas. The site topography is generally level to gently sloping. Singerly Road is an existing asphalt paved two-lane roadway traversing north and south. We also observed evidence of a buried telephone line near the project site.

During our visit, we did not observe any evidence of rock outcrop; however, we noted localized soft areas within the grassy areas. There are no sidewalks or curb-and-gutters in the general area.

2.2 GEOLOGIC SETTING

Our review of the Physiographic Provinces and Their Subdivisions in Maryland (2001) indicates that the project area is located within the Perry Hall Upland Section of the Piedmont Plateau Province. The Perry Hall Upland Section is located within the transition between the crystalline Piedmont Plateau Province and the unconsolidated Coastal Plain Province. The soils within this region generally consists of unconsolidated (mainly Cretaceous) sands, gravels, silts, and clays.

A review of the Geologic Map of Maryland (1986) indicates that the project site is mapped within the Potomac Group, including Raritan and Patapsco Formations, Arundel Clay, and Patuxent Formation. These soils generally consists of interbedded quartzose gravels, protoquartzitic to orthoquartzitic argillaceous sands, and white, dark gray, and multicolored silts and clays.

According to the Natural Resources Conservation Service (NRCS) Web Soil Survey, the site soils are mapped as part of several units consisting of the following:

 Beltsville silt loam, 2 to 5 percent slopes (BeB) – consisting of moderately well drained, interbedded layers of silt loam, loam and sandy clay loam soils up to 80 inches.  Bultertown silt loam, slopes up to 5 percent (BuC, BuB and BuA) – generally consisting of moderately well drained, silt loam overlying loamy fine sand up to 80 inches.  Mattapex-Urban land complex, 0 to 5 percent slopes (MuB) – consisting of moderately well drained, silt loam and sandy loam overlying loamy sand up to 80 inches.  Nassawango silt loam, 2 to 5 percent slopes (NsB) – consisting of well drained, silt loam and loamy sand overlying sandy loam up to 80 inches.  Chillum silt loam, slopes up to 10 percent (CbC, CbB) – consisting of well drained, interbedded layers of silt loam, gravelly loam, clay loam and loamy sand up to 80 inches.  Mount Lucas silt loam, 3 to 8 percent slopes (MzB) – consisting of moderately well drained, silt loam and clay loam overlying gravelly sandy loam up to 80 inches. Page 3

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

Due to previous site developments including underground utility mains, construction of roadways, and other urbanization activities, we anticipate the likely presence of existing artificial or man-made fill materials along the existing roadways and within footprint of existing underground utilities within the general project area.

3.0 SUBSURFACE CONDITIONS

3.1 SUBSURFACE EXPLORATION PROGRAM

KCI’s subcontractor, CenKen Group, LLC (CenKen), performed eight soil test borings using a CME 45 track-mounted drill rig at the project site on December 11 and 12, 2018. We performed the explorations in general accordance with ASTM procedures presented in Appendix B. We drilled the borings to pre- determined depths between 10 and 25 feet as indicated in the summary Table 3-1 below. We have shown the approximate boring locations on Figure 2 (Appendix A), provided the boring logs in Appendix B.

Standard Penetration Test (SPT) Borings: We performed SPT borings in general accordance with ASTM D 1586. SPT consists of advancing a two-inch diameter sampling spoon to depths of 18 inches by driving it with a 140-pound hammer falling 30 inches. The values reported on the boring logs are the blows required to advance three successive six-inch increments. The first six-inch increment is considered as seating. The sum of the number of blows for the second and third increments is the SPT "N" value. We used the SPT "N" values to determine the relative density or compactness of the soil strata.

Jar Soil Samples: We obtained representative soil samples during SPT tests to classify the soils encountered, and placed recovered disturbed soil samples in five-inch glass jars for laboratory testing. A KCI field engineer and/or geotechnical engineer visually classified the recovered soil samples in general accordance with ASTM D 2488 Standard Practice for Description and Identification of Soils. We classified soil samples with respect to texture based on the Unified Soil Classification System (USCS) in accordance with ASTM D 2487. Boring logs describing the subsurface soils and groundwater conditions encountered at each of the boring locations are presented in Appendix B.

Bulk Soil Sampling: We obtained bulk samples within the upper five feet of Borings SB-1, SB-3, and SB-5. We collected auger cuttings brought to the surface by the HSA and placed them in water-resistant plastic bags for testing. The sample locations are indicated on the appropriate boring logs.

Page 4

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

Table 3-1: Summary of As-Drilled Test Borings

Est. Ex. Groundwater Depths (ft) Ground Boring Surface During Completion Cave-in Remarks Proposed Boring Depth Elevation(1) Drilling of Drilling Depth Structure No. (ft) (ft) (in augers) (0-hr) (ft) Sewer FM & Wet spoon at SB-1 25 170 8.5 NE 14 Pump Station 8.5’ Sewer FM SB-2 10 162 NE NE 7.0 (HDD) Sewer FM SB-3 10 163 NE NE 6.5 (HDD) Sewer FM SB-4 10 185 NE NE 8.0 (HDD) Wet soil Sewer FM SB-5 10 191 NE NE 8.0 after 5’ Sewer FM SB-6 10 215 NE NE 8.0 (HDD) Gravity Sewer SB-7 12 170 4.0 5.0 5.0 (Jack & Bore) SB-8* 5 NE NE 5.0 Moist to wet Gravity Sewer SB-8a* 6 6.0 NE 6.0 171 soil samples (Jack & Bore) SB-8b* 3 NE NE 3.0 after 5’ SB-8c 15 10 NE 11 NOTES: (1) Approximate Ground Surface Elevation interpolated from topographic plans, and estimated from Google Earth Pro© NE = Groundwater Not Encountered * AR=Auger refusals encountered at approximately 3 to 6 feet bgs on possible boulders and/or rock ridge. Borehole offset 3 times towards the east to reach depth of 15 feet at SB-8c.

Page 5

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

3.2 SUBSURFACE CONDITIONS

The subsurface conditions encountered at the boring locations are shown on the test boring logs in Appendix B. Generalized subsurface profiles are attached as Figures 3A and 3B in Appendix A. The boring logs and profiles represent our interpretation of the subsurface conditions based on visual examination of field samples. Stratification lines indicating interfaces between various strata represent approximate boundaries between material types. In-situ conditions will vary, and actual transitions between strata will be gradual.

In general, we encountered existing Fill materials overlying interbedded Natural Soils below topsoil or existing asphalt pavement as discussed below.

Existing Asphalt Pavement: We encountered approximately 3 to 4.5-inches of asphalt overlying 6- inches of stone subbase at borings SB-2 and SB-3.

Subsurface Profile:

 Topsoil: We encountered 3 to 5 inches of topsoil at several boring locations as summarized in Table 3-2.

Table 3-2: Summary of In-situ Topsoil Boring Number Topsoil (inches) SB-1 3 SB-4 5 SB-5 5 SB-6 4 SB-7 5 SB-8 4

 Stratum I – Existing FILL: We encountered existing Fill materials below the existing asphalt in Borings SB-2, SB-3, SB-4 and SB-5 below the existing asphalt pavement or topsoil to about 2.5 to 5 feet bgs. The Fill materials consisted of moist, light brown, brown, and dark brown, fine grained, Silty CLAY (CL-ML) with varying amounts of Sand and trace Gravel. The SPT-N values ranged from 7 to 19 blows per foot (bpf) indicating stiff to very stiff consistencies. The samples we tested have moisture contents ranging from 14 to 23 percent.

 Stratum II - Natural Soils: Below the existing asphalt pavement, topsoil or Fill (Stratum I), we encountered natural cohesive and granular soils extending to depths between 10 and 15 feet. Existing natural soils indicates interbedded layers of clayey and silty cohesive soils (Stratum IIa), and sandy soils (Stratum IIb) as discussed below:

o Stratum IIa (Natural Cohesive Soils) – CLAY (CL), SILT (ML), Silty CLAY (CL-ML): We encountered natural cohesive soils in borings SB-1, SB-2, SB-6 and SB-8 below the existing Fill soils or topsoil to approximately 10 feet depth bgs. Generally, the natural soils consisted of an interbedded mixture of moist to wet, tan, gray, brown, and dark brown, Silty CLAY (CL-ML), Sandy CLAY (CL), and Sandy SILT (ML). The SPT N-values ranged from 3 to Page 6

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

32 bpf indicating very soft to hard consistencies. The samples we tested have slight to medium plasticity with moisture contents ranging from about 14 to 29 percent.

o Stratum IIb (Natural Sandy Soils) – Silty SAND (SM), Clayey SAND (SC): We encountered natural sandy soils in each boring, except Boring SB-2, below the existing Fill and/or Stratum IIa soils to approximately 15 feet depth bgs. Stratum IIb soils consisted of moist to wet, white, gray, tan, light brown, brown, and dark brown, fine to medium grained, Silty SAND (SM), and Clayey SAND (SC). The SPT-N values ranged from 8 to 54 bpf indicating loose to very dense compactness, typically medium dense. The sample we tested was non-plastic with moisture contents from about 12 to 24 percent

 Stratum III – Elastic SILT (MH): Locally in boring SB-1, we encountered natural silty soils below the natural sandy soils at a depth of 13.5 feet and extending to the boring termination depth of 25 feet. Stratum III soils consisted of moist to wet, white, gray, Elastic SILT (MH) with traces of fine Sand. The SPT-N values ranged from 11 to 16 bpf indicating stiff to very stiff consistencies. The sample tested had medium plasticity with a moisture content of 37 percent.

3.3 GROUNDWATER AND CAVE-IN DEPTH CONDITIONS

As provided in Table 3-1, we monitored short-term groundwater levels in the test borings during drilling and immediately after pulling the augers. Boreholes were backfilled immediately after drilling. As a result, we did not obtain 24-hour groundwater readings. We encountered groundwater levels at depths of between 4 to 10 feet in the augers during drilling at borings SB-1, SB-7 and SB-8a and SB-8c, all located adjacent to the existing lagoons. We encountered groundwater in boring SB-7 at a depth of approximately 5 feet bgs after completion of drilling. Encountered groundwater levels varied between approximate El. 161 to El. 165. We did not encounter groundwater in the remainder of the borings drilled at the site.

The boreholes caved-in between 5 and 14 feet below the existing ground surface. Cave-in may be due typically to collapse of soils after removing augers at the completion of drilling. However, in granular soils, cave-in depths may be due to presence of saturated soil conditions arising from groundwater and/or perched-water (trapped) conditions.

Fluctuations in groundwater level and perched water can occur due to in-situ soil types and properties, ground cover conditions, presence of adjacent lagoons, wetlands, flood plains and other water bodies, seasonal variations, rainfall, surface runoff, evaporation, construction activity, and other site-specific factors not present at the time of drilling.

3.4 LABORATORY TESTING RESULTS

KCI’s subcontractor, Jay Kay Testing, performed laboratory testing on representative soil samples in general accordance with ASTM standards to confirm visual soils classifications and determine soil parameters. The laboratory tests consisted of the following:

LABORATORY TEST NO. OF TESTS

 Moisture Content Determination (ASTM D-2216) 11  Grain-Size Determination (Full Sieve) (ASTM D-1140) 4 Page 7

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

 Atterberg Limits (Liquid and Plastic Limits) (ASTM D-4318) 4  Moisture-Density Relationship (Std. Proctor) (ASTM D-698) 1

Details of general laboratory testing procedures and the laboratory test results are presented in Appendix C. Tables 3-3 and 3-4 provide summaries of the laboratory testing results.

Table 3-3: Summary of Soil Gradation and Index Test Results

BORING/ DEPTH LL PI NMC DESCRIPTION Fines USCS SAMPLE (ft) (%) (%) (%) (%) SB-1/BULK 1.0-5.0 Sandy Lean CLAY 37 15 16 59 CL SB-1 18.5-20 Elastic SILT with Sand 63 17 37 83 MH SB-2 5-6.5 Silty CLAY 29 7 21 94 CL-ML SB-3 5-6.5 *Silty Sand - - 24 - sm SB-4 2.5-4 *Silty Clay - - 23 - cl-ml SB-4 5-6.5 Poorly Graded SAND with Silt NV NP 12 10 SP-SM SB-5 2.5-4 *Silty Clay - - 14 - cl-ml SB-5 5-6.5 *Silty Sand - - 18 - sm SB-6 5-6.5 *Sandy Clay - - 15 - cl SB-7 10-12 *Sandy Silt - - 28.5 - ml SB-8c 7-8.5 *Sandy Silt - - 20 - ml NOTES: PI: Plasticity Index Limit; LL: Liquid Limit; NMC: Natural Moisture Content; USCS: Unified Soil Classification System; NP = Non-Plastic, NV = Non-Viscous *Based on visual classifications

Lab testing results indicate that the site soils have low to medium plasticity with low to high fines content. The laboratory testing results were consistent with the visual observations and published geology of the project area.

Moisture-Density Test: We performed a standard moisture-density test on one bulk sample to determine compaction characteristics, consisting of the maximum dry density and optimum moisture content. We performed the tests in general accordance with Standard Proctor (ASTM D 698 or AASHTO T-99), with a summary provided Table 3-4 below.

Table 3-4: Summary of Standard Moisture-Density Relationship Proctor Test Boring Sample Sample Depth NMC MDD OMC USCS No. No. (ft) (%) (pcf) (%) SB-1 BULK 1.0 – 5.0 117.7 12.8 15.6 CL NOTES: MDD = Maximum Dry Density; OMC = Optimum Moisture Content

Page 8

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

4.0 GEOTECHNICAL EVALUATIONS AND RECOMMENDATIONS

4.1 GEOTECHNICAL ISSUES

We have identified the following geotechnical issues based on the described project characteristics, existing site conditions, laboratory test results, subsurface conditions encountered at the project site on December 11, 2018 and December 12, 2018 and our experience with similar projects.

 Existing Fill materials  Natural Elastic Silt  High groundwater conditions (near existing lagoons)  Trenchless Technology (HDD and Jacking and Receiving Pits)  Presence of Existing Buried Utilities  Potential Ground Movements

Existing Fill Materials: We encountered existing Fill materials in the locations of the proposed HDPE jack-and-bore trenches between 2.5 to 5 feet bgs. Generally, the fill materials consisted of medium stiff to very stiff, Silty CLAY (CL) with varying amounts of Sand and Gravel. We do not have fill placement and compaction records; however, fill materials were likely placed as part of the previous site developments including asphalt paved roadways and the general project area.

We anticipate that the top one to two-feet of fill below the asphalt roadway may be engineered as characterized by the medium dense to dense compactness. However, as is typical, existing fills will likely contain localized undesirable or deleterious materials such as organics, pockets of voids, and unstable zones characteristic of inadequate compaction. Problems associated with uncontrolled fills include unpredictable and potentially excessive settlements and sudden collapse, potential for corrosion of metallic and steel structures, and unknown contamination.

We anticipate that as a matter of course, existing fill materials will be partially removed during construction to achieve proposed pipe inverts. However, if encountered at proposed pipe inverts, we recommend that the Engineer evaluate the exposed fill subgrade. Unsuitable existing fill conditions characterized by loose/soft and disturbed (pumping and shifting under load) and/or presence of deleterious materials, should be improved via in-situ densification, where feasible, and/or partially excavated during construction to a suitable bedding depth and replaced with compacted engineered fill.

On-site fill materials desired to be re-used as compacted backfill should be evaluated and tested to meet the project requirements discussed in Section 5.4 Fill Selection, Placement and Compaction of this report.

Natural Elastic Silt: Locally at the boring SB-1, located within the proposed pump station, we encountered natural moist to wet, stiff Elastic SILT (MH) stratum beginning at a depth of about 13.5 ft bgs (approximate El. 156 to El. 157) to the boring termination depth. This stratum appears to be at/near the invert of the proposed wet well structure, and thus will likely be encountered during construction excavations.

The in-situ MH soils appeared to be stiff to very stiff consistency with moderate plasticity (PI=17%); however, they have relatively high in-situ moisture content of 37 percent and liquid limit of 63 percent. Due to high fines contents and moderate to high plasticity, such cohesive soils have typically low

Page 9

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO permeability with poor drainage characteristics, tend to hold water and become wet or saturated under elevated groundwater conditions. We anticipate that the MH stratum will have moderate to high swell potential when water content increases. In addition, such soils are susceptible to disturbance and loss of shear strength when exposed during construction excavations to prolonged moisture environments and adverse weather conditions.

Cohesive soils under elevated groundwater conditions will also be subjected to long-term consolidation settlements under new structural loading, with potential for non-uniform differential settlements and associated structural distresses. Therefore, shallow foundations for support of the proposed structures should not be placed directly on the natural Elastic Silt stratum. If encountered at footing bearing levels, the in-situ elastic silt should be field evaluated by the Geotechnical Engineer and undercut a minimum of 6 to 12 inches below the bottom of footings, and replaced with compacted structural fill.

High Groundwater Conditions: We encountered elevated groundwater conditions during drilling locally within the vicinity of the existing lagoons near the proposed pump station area. Groundwater depths ranged from 4 to 10 feet below existing ground surfaces (bgs). Note that groundwater levels can vary due to perched water, in-situ soil types, variations in rainfall and surface runoff, and construction activity. Based on our review of project drawings, the proposed invert of the wet well will be approximately 16 feet bgs, and valve vault room approximately 6 feet bgs. Therefore, we anticipate that groundwater may be encountered during excavations for the proposed wet well facility. The Contractor should provide adequate drainage and dewatering measures to control stormwater runoff and groundwater within the construction site.

Trenchless Technology: As discussed preciously, several sections of the proposed sewer alignments will require trenchless installation techniques to avoid existing site obstructions and constraints such as crossing or bypassing existing underground utilities and other site features including roadways (Singerly Road and Johnstown Road), wetlands and water bodies. Trenchless pipe installation techniques include horizontal directional drilling and Jack-and-Bore. Approximately 1,760-linear feet of the 4” HDPE sewer forcemain will be installed bsing directional drilling techniques. Additionally, about 500-linear feet section of the 10” DIP gravity sewer line will be installed within 20-inch steel casing using Jack-and-Bore methods.

Due to the anticipated pipe inverts at depths of 5 to 15 feet below existing grades, jacking/sending and receiving pits will be required for each method. The installation of jacking/sending pits will consist of vertical excavations supported with temporary shoring and bracing support systems. Temporary excavation support and bottom of pit preparations and stabilization are discussed in sections below. Trenchless design and installation of the sewer pipes should be performed by a specialty contractor with the requisite experiences. In addition, the sending and receiving pits should be designed by a Professional Engineer registered in the State of Maryland.

Presence of Existing Buried Utilities: Existing overhead utilities, and underground water and sewer mains and appurtenant structures are present along the proposed sewer alignment. We recommend that all active utility lines on site be located and clearly identified prior to construction of the proposed sewer main. The Contractor should provide approved means/methods and measures to remove, bypass or penetrate any inactive utilities and foundations and substructures if encountered during excavations work. In addition, all abandoned utilities left in place should be sealed filled using flowable fill or cement grout.

Page 10

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

Potential Ground Movements: Construction activities during trenchless installations and open cut excavations have the potential to cause ground movements affecting the existing roadways and underground utilities and substructures. We recommend that the Contractor monitor and control construction activities to mitigate potential adverse impacts on existing facilities.

4.2 DIRECTIONAL DRILLING DESIGN RECOMMENDATIONS

We understand that construction of the 4” HDPE sewer forcemain pipeline will be predominantly via conventional cut-and-cover excavations. However, several sections (totaling about 1,760 linear feet) of the pipeline will require the use of trenchless technology installation methods such as horizontal directional drilling (HDD) below existing underground utilities and crossing wetlands and streams/water bodies (e.g., Waters of the US, WUS). The proposed trenchless design and installation of the sewer pipes should be performed by a specialty contractor with the requisite experiences. In addition, temporary excavation support systems for the sending and receiving pits should be designed by a Professional Engineer registered in the State of Maryland.

There are several critical elements to ensuring that the HDD process is successfully implemented as required. These general elements include the following:

1. Determining subsurface soil conditions 2. Establishing limiting or allowable drilling fluid pressures; and monitoring drilling fluid pressures 3. Establishing appropriate depths of cover over the pipeline 4. Establishing appropriate setback distances (entry and exit locations) 5. Controlling speed of drilling. 6. Evaluating effects of groundwater. 7. Prevention of seepage and erosion Establishing the appropriate parameters for these key elements depends on site-specific geotechnical information. Therefore, the contractor/specialty contractor should evaluate and design the proposed HDD installation of the HDPE pipe consistent with the encountered subsurface conditions and bearing strata including the presence of existing clayey fill materials and natural silty and sandy soils.

Drilling Fluid Pressures: Directional drilling and installation methods, including drilling fluid for the bore should be consistent with the anticipated variable subsurface conditions and along the pipe alignment. For small diameter and short length bore HDD applications, bentonite-based drilling fluid systems (or equivalent) designed to readily disperse, provide suspension, and maintain low fluid loss can be used.

Reasonable limits must be placed on the drill mud pressures to prevent borehole collapse at low pressures or the risk of uncontrolled expansion or hydraulic fracturing at high pressures. Hydraulic fracturing is the process of initiating and subsequently propagating a fracture in a soil or rock layer using fluid pressure. Some of the consequences of hydraulic fracturing include: damage to structure components; creation of seepage paths within the embankment ensuing increased underseepage; and the adverse effects of inadvertent release of drilling fluid to the environment. Thus, an upper limit must be placed on the fluid pressures in the annular space of the bore to prevent fluid returns and hydraulic fracturing. However, it is equally important that the drilling pressures remain sufficient to maintain borehole stability.

Groundwater Impacts: The designed depths of the proposed HDPE pipe may locally be below the groundwater table. Therefore, groundwater may be encountered during the HDD operations. In general, Page 11

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO the effects of groundwater on the HDD operation includes the development of excess pore water pressures in cohesive soils (i.e., silt and clay) beneath structures and roadways during the bore drilling. Consequences of excess pore water pressures include the increase in uplift pressures which could damage existing substructures/structures and utility lines. However, the presence of groundwater pressures tend to counter balance drilling fluid pressures and reduce the potential for hydraulic fracturing and thus decreases the potential for inadvertent returns to the surface.

Reducing Seepage and Erosion along Pipe: We anticipate that the HDD process will create a borehole (via a pilot bore and ream diameter) that is larger in diameter than the 4” HDPE pipe. With diameters less than 12 inches, this project can be classified as belonging to the Mini-HDD category. The oversized borehole is necessary to allow the pipe to be pulled back from the exit side of the crossing. Typically, the borehole is filled with drilling fluid-soil mixture (mixture of bentonite, water and excavated soil) during the entire drilling process of pilot hole drilling, reaming, and pullback. The drilling fluid-soil mixture typically has low permeability. The potential for piping as high hydrostatic head and gradients can cause the soils to be flushed out of the annulus space resulting in soil erosion around the pipe. However, due to the anticipated limited annular space for this project, it may not be possible to displace the fluid mix in the annulus. Therefore, we do not anticipate any significant development of preferential seepage pathways along the pipeline.

If required, we recommend grouting the annular space around the in-place pipe to minimize or eliminate the potential for unacceptable seepage along the pipeline. Grouting of the annular space can be accomplished using appropriate materials such as cement grout or bentonite-cement grout mixture. Grout will expel the drilling fluid-soil mixture and provide a solid barrier against piping along the annulus. Grouting pressures must be carefully controlled to minimize risks of hydraulic fracturing.

4.3 JACK-AND-BORE DESIGN RECOMMENDATIONS

The approximately 500-lianear foot long 10-inch DIP crosses existing wetlands adjacent to the existing lagoon on the south, and will be installed between three drop manhole structures through a 20-inch steel casing pipe using Jack-and-Bore drilling methods to bypass the wetlands and below an existing 24” CMP. Jack-and-Bore will require installation of jacking/sending and receiving pits set at depths of about 10 to 16 feet below existing ground surfaces.

The proposed trenchless design and installation of the sewer pipes should be performed by a specialty contractor with the requisite experiences. In addition, the sending and receiving pits should be designed by a Professional Engineer registered in the State of Maryland. Temporary excavation support systems and bottom of pit preparations for the sending and receiving pits are discussed below as:

 Temporary Excavation Supports: Pit excavations will encounter existing Fill and natural soils. Groundwater may also be encountered. The pit excavations may be supported using soldier piles and lagging or sheet piling with internal bracing or steel plate systems with steel rib supports. If required, pre-drilling may be used to provide sufficient embedment for the lateral support system.

 Bottom of Pit Preparations: We anticipate that the exposed subgrade at the bottom of the sending and receiving pits will consist of natural and fill soils (see Figure 3A in Appendix A). Following excavations, subgrades should be proof-rolled compacted to ensure stable conditions. The purpose of this is to achieve in-situ densification of the upper zone and prevent or minimize

Page 12

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

potential blow up of soft/loose soils due to buoyant uplift hydrostatic forces, and also create a more uniform bearing conditions at the base of the pit. Due to anticipated groundwater conditions, we recommend that a layer of crushed stone and/or lean concrete mat be placed over firm subgrade for the equipment to rest on. As discussed below, construction dewatering may be required.

The pipe jacking operations will require proper alignment of the equipment and pipe sections. The alignment can be best achieved by installing guide rails in the bottom of the sending pit. The Contractor should consider setting the rails in a working concrete slab placed over the crushed stone subgrade at the bottom of each pit. The working slab will provide stable support for construction operations and to resist hydrostatic uplift pressures.

In addition, we recommend that design of the sending pit should incorporate among others the following features:

 A thrust wall (including reaction blocks and backstop) and sidewalls capable of withstanding loading from jacking operation. Backstops in pits must be strong and large enough to distribute the maximum capacity of the jacks against the soil behind the backstops.

 Firm subgrade at the bottom of pit to provide stable support for construction and ensure proper alignment.

 Temporary groundwater dewatering and surface water control systems to permit relatively dry working conditions within the pit and for subsequent pipe.

 Earth pressure calculations should consider live load traffic. We recommend traffic surcharge load equivalent to 2 feet of soil or 250 psf per foot length.

Potential Ground Movements: As previously discussed, we recommend that the Contractor monitor and control construction activities to mitigate potential adverse impacts on existing facilities. Construction activities include the following:

 Installation of the walls forming the pits - we recommend using appropriate earth support systems to reduce the risk of overexcavation or localized ground collapse.

 Bulk excavation of the pits - observe and monitor movements of the excavation support system to ensure they are within the anticipated range of the project’s requirements.

 Pipe Trenchless Operation - will require careful control of the excavation face to reduce overexcavation and ground movement into the pipe jacking sleeve with associated settlement and lateral movement. It is also important to carefully control the pressures applied in relation to in-situ soil pressures in order to minimize loss of ground and surface settlement. If the overburden pressure is exceeded, heave of the ground surface may occur causing damage to nearby structures and utilities.

Trenchless installations through saturated granular soils may present some difficulties including potential flow into the pipe. This can lead to reduced soil densities above and

Page 13

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

around the pipe. Therefore, we recommend that disturbed zones be restored by pumping grout into the void spaces to create contact with the surrounding soils.

We recommend existing buried utility mains adjacent to the trenchless technology section be monitored during construction.

4.4 BEARING STRATA AND SUBGRADE PREPARATION FOR PIPE TRENCHES

Bearing Strata: As indicated by the test borings, the project site is underlain by existing Fill and inorganic Natural Soils consisting of interbedded fine-grained and coarse-grained soils. Based on the proposed pipe and manhole inverts, with embedment depths ranging between 3.5 and 13.5 feet bgs, we anticipate that the sewer main will be located predominantly within both existing Fill and natural soils consisting of Silty Clay (CL-ML), Sandy Clay/Sandy Silt (CL/ML), Silty Sand (SM), and Clayey Sand (SM) strata.

For the pipe alignment sections requiring conventional cut-and-cover pipe installations, we recommend that the pipelines with bedding materials should be placed on firm or densified inorganic subgrade soils, and/or on compacted No. 57 stone aggregate bedding in accordance with approved design plans, latest edition of the Cecil County DPW Standards.

Subgrade Preparation: The pipe main bedding and subgrade preparations should conform to the Cecil County DPW Standards. The backfill materials should be placed with proper compaction and temporary water controls. We recommend the following general guidelines be followed for subgrade preparation:

 Locate the sewer pipe in firm soils with a minimum 6 inches of compacted No. 57 stone aggregate or AASHTO #6 fine aggregate bedding. If loose/soft and disturbed soil zones or pockets of unsuitable fill materials (e.g., organic soils, compressible soils, etc.) are encountered at the pipe invert subgrade levels, they should be improved/densified in-place and/or undercut and replaced with compacted backfill and/or compacted No. 57 stone aggregate materials to provide a firm subgrade. The depths of undercutting should extend a minimum of 12 inches below the pipe invert.

 Due to the presence of soils with moderate to high fines content, prolong exposure to moisture and adverse weather conditions will weaken the site soils at the bedding levels if the excavations remain open for a long time period. Therefore, the pipes should be laid and backfilled after the trenches are excavated, preferably the same day. If the trench cannot be backfilled the same day as the excavation, then the excavation should be protected. If exposed soils are frozen or softened by water intrusion, it must be evaluated by a Geotechnical Engineer. If the soils are deemed disturbed or overly saturated, they should be removed from the excavation bottom and replaced with compacted No. 57 stone aggregate prior to placement of the pipes.

 We encountered groundwater and/or perched water conditions (characterized by wet soil conditions) at several boring locations at depths in excess of 5 feet below ground surface during drilling. Since fluctuations in groundwater levels can occur due to presence of in-situ soils with high fines contents, we recommend that temporary water control measures should be implemented to minimize disturbance of subgrade soils during construction.

Page 14

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

4.5 PUMP STATION FOUNDATION RECOMMENDATIONS

4.5.1 General As discussed previously, the proposed pump station includes precast concrete structures such as a wet well and valve vault connected by three 4-inch DIP; a generator pad, a service/control enclosure, and below grade piping. Based on our review of available project drawings, the below-grade wet well structure will be 16 feet below finished site grade with invert at approximate El. 155. The valve vault room will be at approximately El. 164. The generator will be placed on a concrete pad with proposed finished top of slab at El. 171.77. We have provided foundation recommendations for the proposed generator pad, wet well, and valve vault room below.

4.5.2 Generator Foundation Recommendations

We understand that the proposed generator foundation concrete pad will be approximately 8-feet long by 4-feet wide. The generator will have an estimated total weight of approximately 3,000 pounds.

Foundation Type: Based on our review of the proposed structure type, subsurface conditions encountered at the site, the proposed generator facility can be effectively supported on slab-on-grade construction (concrete pad) placed on firm inorganic natural Sandy Lean Clay (Stratum IIa) or on compacted structural fill placed on firm inorganic natural soil.

Foundation Bearing Strata and Subgrade Preparation: Based on the proposed site grading, the proposed finished grade level within the footprint of the generator pad is at/near the existing grade. Thus, we anticipate that the new foundation will bear on natural Sandy Lean Clay (Stratum IIa). However, we recommend that the concrete slab should not be placed directly on the clay stratum due to poor drainage characteristics, as well as to mitigate potential differential settlements of the subgrade. Surficial soils including topsoil and soft/disturbed soils should be removed as a matter of course. We recommend the following subgrade preparation to provide firm and stable bearing conditions and minimize potential differential settlements for the concrete pad foundation:

 Following site stripping of existing asphalt pavement and/or subsoils/topsoil, organics and other unsuitable or deleterious materials, excavate an additional minimum one foot of the natural clayey soils during construction.

 Evaluate and proof compact the exposed subgrade to determine unsuitable and unstable zones characterized by pumping and/or shifting soils. If encountered, remove up to 12 inches of additional unstable soils and place geosynthetic fabric (MDSHA Class ST or Mirafi 600X or equivalent) to limit excavation of unstable fill materials. Replace excavated soils with compacted granular structural fill or No. 57 stone aggregates to the required grade.

Concrete Slab-on-Grade Construction: The subgrade preparation recommendations discussed above should be adhered to prior to construction of the grade slabs. In addition, we recommend the following:

 Place and compact a minimum six-inch layer of free-draining stone such as No. 57 aggregates or gravel beneath the grade slab to provide a level bearing surface and to permit lateral drainage beneath the slab.

Page 15

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

 A modulus of subgrade reaction of 120 psi/in (120 pci) may be used for properly placed and compacted aggregate base course material founded on competent subgrade.

 Where slab on grade is below the existing adjacent exterior grade, provide a perimeter site sloping and/or drainage system to remove ground water from the area immediately adjacent to the foundation.

4.5.3 Wet Well Foundation Recommendations

Foundation Type: Based on our review of site development plans, the proposed structure type (precast concrete well), subsurface conditions encountered, the proposed pumping station wet well can be supported on a mat foundation system on properly prepared subgrade conditions.

Bearing Strata: The proposed well finished floor is at approximate El. 155, and will require excavations in excess of 16 feet to achieve the desired foundation levels. Thus, we anticipate that the foundation will bear on the natural Elastic SILT (Stratum III) soils. We recommend that a minimum 6-inch to 12-inch layer of compacted free-draining stone (e.g., No. 57 stone aggregates or gravels) be placed beneath the mat slab (with underslab waterproofing membrane) to provide a level bearing surface and to permit lateral drainage.

Foundation Subgrade Preparation: Following excavations to the required grades, and prior to placing new structural fills, the exposed soils be should be proof compacted and densified in-place. However, considering the high fines contents of site soils, where unstable conditions are encountered (i.e., characterized by shifting, movement and pumping, etc.) at foundation bearing levels, we recommend removing the top 1 to 2 feet of the existing soft and unsuitable fill materials within the footprints of the structures. Place and compact structural fill to achieve the required foundation bearing levels. Structural backfill below the proposed foundation bearing levels shall be compacted No, 57 stone aggregate or compacted granular soil to achieve minimum relative densities equivalent to 95 percent of the Modified Proctor (ASTM D 1557) maximum dry density.

The wet well construction will require temporary cut back slopes or installation of temporary excavation support system such as steel sheeting or soldier pile and lagging wall system, and should be designed and sealed by a Professional Engineer. When groundwater is encountered, we anticipate the use of a large pump (minimum of 500 gallons per minute) and possibly a well point system for temporary control of groundwater levels below the design base elevation of the proposed mat foundation. This will keep excavation area relatively dry during construction of the wet well foundation. Additionally, the base of the excavation should be backfilled with up to 12 inches of No. 57 Stone aggregates to allow the foundation system to be constructed in a dry condition and create a stable platform for labor and equipment during the construction.

Bearing Capacity: Provided the excavation, placement of a minimum 6-inch layer of No. 57 Stone, dewatering and compaction recommendations presented in this report are properly performed, we recommend that the precast concrete wet well be supported on concrete mat foundation. The mat foundation should be designed for net allowable soil pressures which do not exceed 3,000 pounds per square foot (psf).

Uplift Pressures: As previously discussed, the wet well exterior finished grade will be at approximate El. 171.77. We encountered groundwater levels between 5 and 10 feet bgs (corresponding to approximate El. Page 16

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

161 to El. 165) during drilling at the project site. For design purposes, assume groundwater level at El. 165. As a result and based on our experience with similar structures and subsurface conditions, we anticipate that potential uplift pressures from hydrostatic buoyant forces could be imposed on the wet well structure, and can control design. We recommend that the Structural Engineer determine uplift loads acting on the wet well structure to ensure that it will be stable and safe against buoyant pressures due to elevated groundwater conditions.

Mat Dimensions - The mat should be a minimum of 12-inches thick reinforced concrete. The actual mat foundation design should be performed by a Professional Structural Engineer when the allowable maximum loads are determined.

Estimated Settlements – We anticipate that the total settlement of the wet well foundation will be less than one-inch. The estimated settlement is dependent on the placement and compaction of structural fill and foundation subgrade preparations recommended below. Settlements of these magnitudes are usually considered tolerable for the anticipated construction; however, the tolerance of the proposed structure to the predicted settlements should be confirmed by the Structural Engineer.

4.5.4 Valve Vault Room Foundation Recommendations

Bearing Stratum: The finished floor of the proposed valve vault room is at EL. 165, with the base slab around approximate El. 164. Thus, the bearing stratum will be in-situ natural medium stiff Sandy Lean Clay (CL) and/or medium dense Clayey Sand (SC).

Foundation Subgrade Preparation: Following site stripping of subsoils/topsoil and organics and other unsuitable or deleterious materials, and prior to placing new structural fills, the exposed in-situ subgrade soils be should be proof compacted and densified in-place. We recommend removing the top 1 to 2 feet of the surficial clayey soils. Place and compact structural fill to achieve the required foundation bearing levels. Structural backfill below the proposed foundation bearing levels shall be compacted No, 57 stone aggregate or compacted granular soil to achieve minimum relative densities equivalent to 95 percent of the Modified Proctor (ASTM D 1557) maximum dry density.

We recommend that a minimum 12-inch layer of compacted free-draining stone (e.g., No. 57 stone aggregates or gravels) be placed beneath the precast concrete vault structure (with an underslab 10 mil waterproofing membrane) to provide a level bearing surface and to permit lateral drainage.

Bearing Capacity: Provided the excavation, placement of No. 57 Stone Aggregate layer, dewatering (if required) and adequate compaction is achieved, we recommend that the proposed structure be designed based on a net allowable soil bearing capacity of 2,000 psf.

Estimated Settlements: Following excavations and recommended subgrade preparations, we anticipate total settlements will be less than one-inch and differential settlement less than 50 percent of the total. The total settlement of this magnitude is usually considered tolerable for the anticipated construction; however, the tolerance of the structure and piping connections to the predicted settlements should be confirmed by the Structural Engineer.

Page 17

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

5.0 CONSTRUCTION RECOMMENDATIONS

5.1 GENERAL SITE PREPARATION

The Contractor should locate and take precautions to protect below grade existing utilities such as water, sewer, communications, gas and stormwater mains services within the vicinity of the proposed construction. The minimum clearance from existing utility mains should be 12 inches.

The proposed construction footprint should be cleared, grubbed and stripped of asphalt pavement, topsoil, vegetation, stumps, and other unsuitable or objectionable materials including organics. We recommend that, prior to placing new fill, the exposed subgrade be proof-rolled compacted with appropriate construction equipment. The intent is to collapse near surface voids, densify loose/soft surface soils and/or detect unsuitable soil conditions, which may be present. If unstable and unsuitable conditions are encountered at the subgrade level, they should be undercut and replaced with compacted structural fill and/or No. 57 stone aggregate. Unsuitable excavated materials may be placed in non-structural areas.

Following removal of any existing structures including buried utilities and substructures, graded or disturbed areas should be protected during clearing/excavations and construction in accordance with an approved sediment control plan and the Cecil County Standards and Specifications for Soil Erosion and Sediment Control until they are permanently stabilized. During the stripping and rough grading, the contractor should maintain positive surface drainage to prevent the accumulation of water. If the exposed subgrade becomes excessively wet or frozen, or if conditions are encountered different from those described previously in this report, the geotechnical engineer should be contacted.

5.2 SUBGRADE PREPARATION

Slab-on-grade and foundation bearing strata will include excavations into existing fills and natural in-situ soils. We recommend that the exposed subgrade soils be proof compacted to collapse near surface voids, densify any loose/soft surface soils and/or detect unsuitable soil conditions. The exposed subgrades and proof compaction operations should be observed and documented by the geotechnical engineer or his representative. If unsuitable conditions are encountered at the subgrade level, recommendations for dealing with the conditions should be provided to the owner's representative by the geotechnical engineer or his representative.

5.3 TEMPORARY EXCAVATION SUPPORT

Construction excavations and temporary cut slopes should conform to OSHA Standards for the Construction Industry (29 CFR Part 1926 Subpart P) and in general conformance to Cecil County DPW Standards. The overburden soils encountered appear similar to those classifies as Type C as defined in OSHA Standards for the Construction Industry (29 CFR Part 1926 Subpart P). Although, we recommend flatter slopes of 2:1 or sidewall shoring if perched surface water, ground water or granular material such as silty sand are encountered.

Due to anticipated deep cuts and site constraints including existing underground utilities, cut back slopes will be limited and not feasible. Pipe installations will require both conventional cut-and-cover trenching and trenchless technology methods. Thus, temporary excavation support such as trenching shoring and shield protection systems, sheet piling and/or soldier pile and lagging may be required during pipe

Page 18

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO installations and other construction. Pipe trenching for utilities should be installed in accordance with the requirements of Cecil County DPW Standard Details and Specifications. All trench bracing or support systems shall comply with the latest requirements of MOSHA and OSHA. The Contractor shall be responsible for the design, installation and maintenance of safe temporary construction slopes and excavation supports in accordance with project’s specifications. Temporary earth support and construction slopes should be designed by a Maryland Registered Professional Engineer in compliance with the most recent governing regulations.

5.4 FILL SELECTION, PLACEMENT AND COMPACTION

The selection of fill materials used as compacted fill, and the methods of placement and compaction and field density testing should be in accordance with the project requirements, the general specifications provided in the Cecil County DPW Standard Specifications and Details for Water Mains & Sewer Mains (November 3, 2009), and our recommendations provided below.

For pipe installations requiring trench-like conditions where compaction is obtained by hand, or walk- behind equipment, or by saturation and vibration, backfill materials should be clean, non-plastic materials that require little compactive effort (Unified Soils Classification GP or SP), or well graded granular material classified as GW, SW, GM, SM, or GC. Particles larger than three inches in diameter should not be included within two feet of final roadway subgrade. Backfill from top of bedding to two feet below final roadway subgrade should contain no rock particles greater than three inches in dimension. Where ground water is encountered above or at proposed invert levels, we recommend using No. 57 Stone aggregate or any other suitable material approved by the geotechnical engineer.

Structural fill material should have a Unified Soils Classification of GW, GP, GM, GC, SW, SP, SM, having fines content less than 25 percent, liquid limits less than 40 and plastic indices less than 10. Particles larger than six inches in diameter should not be included in the compacted fill. We recommend that compacted fill be constructed by spreading the soil in loose layers not more than 8-inch thick for heavy compactors and 6-inch for hand-operated compactors.

A review of test boring records and laboratory test results indicate that limited portions of the site soils may be suitable for re-use as compacted structural fill. Following excavations and removal, the existing on-site soils meeting the requirements discussed below may be re-used as compacted fill. We recommend that stockpiles of suitable excavated site soils be protected from contamination from organics and other deleterious materials, and be protected from prolonged exposure to moisture conditions. In addition, further laboratory testing should be performed on excavated soils to confirm their suitability for re-use. Where fines content exceed the 20 percent, we recommend mixing site soils with more granular borrow materials to achieve project fill requirements.

We recommend that an area on which fill is to be placed be proof-rolled compacted prior to fill placement. The fill surface must be adequately maintained during construction in order to achieve an acceptable compacted fill. We recommend that the fill surface be sloped to prevent water from ponding on the fill. If the surface soil becomes excessively wet or frozen, fill operations should be halted, and the geotechnical engineer or his representative consulted for guidance.

Fill placement and compaction should be observed and documented by the geotechnical engineer or his representative. Field density tests should be performed as needed to verify the specified degree of

Page 19

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO compaction as summarized below in Table 5-1.

Table 5-1: Fill Placement and Compaction Requirements Compaction Recommendation Moisture Content Areas of Fill Placement (AASHTO T 180 or (Percent of Optimum) ASTM D 1557 Modified Proctor) Granular cushion beneath Floor Slab and 95% As necessary to obtain density over Footings Structural fill supporting Footings & 95% -2 to +2 percent Pavement Structures Structural fill placed within 5 feet beyond 95% -2 to +2 percent the perimeter of the building pad Utility Trenches 92% -2 to +2 percent Beneath Landscaped/Grass Areas 90% As necessary to obtain density

Within all County and State road right-of-ways, areas extending from 2 feet above a pipe to the subgrade should be refilled in layers not to exceed 8 inches. The refill shall be compacted to a minimum of 92 percent of the AASHTO T-180 to within the top one foot of subgrade. The top one foot of subgrade shall be compacted to 95 percent of the maximum density AASHTO T-180. The moisture content of the fill should be maintained within three percentage points of the optimum moisture content determined from the laboratory moisture density relation.

In unimproved areas outside the existing or proposed road right-of-way, compaction should be accomplished for the remaining trench depths by placing backfill materials in 12-inch layers and compacting in such a manner that a completely dense refill is obtained which is free of voids and not susceptible to settlement.

5.5 CONSTRUCTION WATER CONTROLS

We encountered groundwater locally at depths between 5 and 10 feet below ground surface during drilling. Also, due to relatively high fines content, site soils are susceptible to disturbance and softening when exposed to prolong moisture and construction equipment. As such, the Contractor should anticipate the potential for such variations and provide positive drainage and dewatering measures to control surficial water and groundwater (if encountered) within construction excavations and the project site. The Contractor is completely responsible for adequately controlling water present in the excavation. This will ensure that the foundation excavation is kept free of standing water and in relatively dry conditions, and minimize disturbance of the exposed foundation subgrade soils during construction. Dewatering can be handled with ditching, sumps, and pumping. Run-off from adjacent areas should be diverted away from the excavation to prevent ponding of water in the excavation.

Design plans and specifications should accommodate the potential for groundwater and/or perched water fluctuations, and that construction planning should be based on the assumption that such variations can occur.

Page 20

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

5.6 ADDITIONAL SERVICES

The recommendations presented in this report are contingent on KCI Geotechnical Engineers observing and/or monitoring earthwork construction activities during pipe installations as part of QA/QC including:

 Excavations and subgrade evaluations, including proof-rolling and in-situ densification where applicable;  Evaluating suitability of in-situ materials re-use and off-site borrow fill materials;  Fill placement, compaction and testing as; and  Evaluating contractors design for trenchless installation techniques  General compliance with the geotechnical engineering recommendations provided herein in this report, as well as during construction based on actual site conditions encountered.

Page 21

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

6.0 GEOTECHNICAL LIMITATIONS

General

1. This report has been prepared to aid in the evaluation for the proposed construction described in this report. Adequate recommendations have been provided to serve as a basis for design and preparation of plans and specifications. The opinions, conclusions, and recommendations contained in this report are based upon our professional judgment and generally accepted principles of geotechnical engineering. Inherent to these are the assumptions that the earthwork construction should be monitored and tested under the guidance of a geotechnical engineer licensed in the State of Maryland or his representative.

Explorations

2. The analyses and recommendations provided are, of necessity, based on project information available at the time of the actual writing of this report, including existing site, surface and subsurface conditions that existed at the time the exploratory borings were drilled. Further assumption has been made that the limited exploratory borings, in relation to both the lateral extent of the site and to depth, are representative of general conditions across the site.

The nature and extent of variations between these explorations may not become evident until further explorations and construction. If variations from anticipated conditions then appear evident, it will be necessary to revise the recommendations in this report.

3. The generalized soil profiles described in the text and indicated on the subsurface profiles logs are intended to convey trends in subsurface conditions encountered at the project site at a specific time. The boundaries between strata are approximate and idealized, and have been developed by interpretations of widely spaced explorations and samples; actual soil transitions are probably more erratic. Refer to boring profiles log for specific information at the boring profile log.

4. Groundwater level readings were made in the drill holes at times and under conditions stated on the boring profile log. These data have been reviewed and interpretations have been made in this report. Fluctuations in the level of the ground water may occur due to variations in rainfall, temperature, and other factors occurring since the time measurements were made.

Review

5. This report has been prepared based on plans and description of the proposed construction cited herein. In the event that any changes in the nature, design or location of the proposed sewer main relocation are planned, the conclusions and recommendations contained in this report shall not be considered valid unless the changes are reviewed and conclusions of this report modified or verified in writing by KCI.

Uses of Report

6. This report has been prepared for the exclusive use of Cecil County DPW and other members of the design team for specific application to the proposed Cecil County DPW, Construct CECO to

Page 22

Geotechnical Engineering Report CECO to Cherry Hill WWTP Connection Elkton, Cecil County, Maryland 01/31/2019 - KCI Project No. 13146752.CECO

Cherry Hill WWTP Connection in Cecil County, Maryland. Our professional services were performed in accordance with generally accepted geotechnical engineering principles and practices; no other warranty, expressed or implied, is made. KCI assumes no responsibility for interpretations made by others on the work performed by KCI.

7. This report is for design purposes only and is not sufficient to prepare an accurate bid. Contractors wishing a copy of the report may secure it with the understanding that its scope is limited to design considerations only. We recommend that this report be made available in its entirety including attachments and appendices to contractors for informational purposes only. The project plans or specifications should include the following note:

A geotechnical report has been prepared for this project by KCI Technologies, Inc. This report is for informational purposes only and shall not be considered as part of the contract documents. The opinions and conclusions of KCI represent our interpretation of the subsurface conditions and the planned construction at the time of the report preparation. The data in this report may not be adequate for contractors estimating purposes.

V:\_ENVIRONMENTAL\Greater_Mid_Atlantic\Geotechnical\Projects\2018\Cherry Hill WWTP-13146752.CECO\Reports\GER Cherry Hill WWTP -CECO 1-31-2019.doc

Page 23

FIGURES

Appendix A N

PROJECT SITE

SITE LOCATION MAP Figure No.

CONSTRUCT CECO TO CHERRY HILL WWTP

TOWN OF ELKTON, CECIL COUNTY, MD 1 DRAWN BY APPROVED BY SCALE DATE KCI PROJECT NUMBER SAD MW NTS JAN 2019 13146752.CECO BORING LOCATION PLAN Figure No. CONSTRUCT CECO TO CHERRY HILL WWTP 2 TOWN OF ELKTON, CECIL COUNTY, MARYLAND DRAWN BY APPROVED BY SCALE DATE KCI JOB NUMBER SAD MW NTS JAN 2019 13146752.CECO 0 500 1,000 1,500 2,000 2,500 3,000 3,500 4,000 4,500 220 SB-6 220 EL 215.0 N nmc Stratum I - Ex. FILL Prop. Pipe. Inv. ~El. 211 7 Stratum IIa - Silty CLAY (CL-ML), Sandy CLAY (CL) 210 22 210 14.7% 21 ? Stratum IIb - Silty SAND (SM), Clayey SAND (SC) IIa 2310.0' Stratum III - Elastic SILT (MH)

200 200 ? IIb SB-5 EL 191.0 N nmc HDD ~El. 182-183 190 190 9 SB-4 Prop. Pipe. Inv. ~El. 187 14% EL 185.0 19 N nmc 19 18% I 7 23% 180 5410.0' IIb 11 180 35 12% I 710.0' SB-1 EL 170.0 170 HDD ~El. 155 N nmc 170 7 16% IIb SB-3 SB-2 ? EL 163.0 20 Prop. Pipe. Inv. ~El. 166 N nmc EL 162.0 N nmc 15 I IIa 160 12 15 160 10 13 32 8 24% Prop. Pipe. Inv. ~El. 157 19 21% IIb 16 1110.0' ? 2610.0' 150 11 37% 150 ? III 12 ? 25.0' 140 140 0 500 1,000 1,500 2,000 2,500 3,000 3,500 4,000 4,500 Title: Figure No. GW SW ML OL Subsurface Profile GP SP MH OH Sewer Force Main 3A GM SM CL FILL CECO to Cherry Hill WWTP GC SC CH SANDSTONE Drawn: Approved: Date: KCI Job No. USCS SOIL KEY SOIL USCS LST KA 1/9/19

KCI PLOG 8.5X11 FENCE/LOGO/SOIL KEY CHERRY HILL LOGS MWW.GPJ MD SHA REVISED TEMPLATE.GDT 1/9/19 13146752.CECO 0 20 40 60 80 100 120 140 160 180 200 220 172 SB-8 SB-8c 172 EL 171.0 EL 171.0 N nmc N nmc SB-7 EL 170.0 170 N nmc 8 170

9

168 168 Stratum IIb - Silty SAND (SM) 13 Stratum IIa - Sandy SILT (ML)

17 166 5.0' 166 5.0' 5.0' ? ?

164 14 164 20%

6 Stratum IIa - Sandy SILT (ML) 162 162 6

3 160 160 29% 11 Stratum IIb - Silty SAND (SM) 4

158 158 12.0'

11 156 156 0 20 40 60 80 100 120 140 160 180 20015.0' 220 Title: GW SW ML OL Subsurface Profile Figure No. GP SP MH OH Proposed Pump Station & Gravity Sewer 3B GM SM CL FILL CECO to Cherry Hill WWTP GC SC CH SANDSTONE Drawn: Approved: Date: KCI Job No. USCS SOIL KEY SOIL USCS LST KA 1/9/19

KCI PLOG 8.5X11 FENCE/LOGO/SOIL KEY CHERRY HILL LOGS MWW.GPJ MD SHA REVISED TEMPLATE.GDT 1/9/19 13146752.CECO

TEST BORING LOGS

Appendix B PROJECTCECO to Cherry Hill TEST BORING LOG WWTP PROJECT NO. 13146752.CECO SB-1

Surface Elevation 170 (ft) SHEET 1 OF 1 Driller: Method: Casing Length: Groundwater Levels (feet) Cenken HSA Date Begun: 12/11/2018 0 hour: NE KCI Representative: Hammer Type: Casing Diameter: SD Automatic 3.25" Date Completed: 12/11/2018 24 hours: SOIL CLASSIFICATION SAMPLES PLASTIC M.C. LIQUID AND REMARKS N-COUNT FINES (%) 4th 6" 3rd 6" 1st 6" 1st SEE KEY SYMBOL SHEET FOR EXPLANATION 2nd 6" SPT (bpf) TYPE ELEV (ft) IDNET

DEPTH (ft) OF SYMBOLS AND ABBREVIATIONS BELOW.

LITHOLOGY REC RQD 20 40 60 80 100 3" Topsoil S-1 2-3-4 Moist, light brown, gray, medium stiff, fine N = 7 Sandy Lean CLAY, trace Gravel (CL) REC=15"

S-2 7-9-11 N = 20 REC=18" 5 165 5 Moist, tan, gray, medium dense, Clayey S-3 5-8-7 fine SAND (SC) N = 15 REC=18"

S-4 4-7-8 N = 15 10 160 REC=18" 10

Moist, light brown, white, gray, very stiff, S-5 5-7-9 elastic SILT, trace fine SAND (MH) N = 16 15 155 REC=18" 15

S-6 3-4-7 N = 11 20 150 REC=18" 20

S-7 4-6-6 N = 12 25 145 REC=18" 25

Boring terminated at 25 ft. bgs Notes: 1) We encountered wet spoon conditions in augers at 8.5 feet bgs during drilling. 0-hr (at completion): NE 30 2) Cave-in depths: 140 30 0-hr (at completion): 14 feet bgs 3) Bulk sampled taken from 1 to 5 feet bgs 3) Borehole backfiled with auger cuttings upon completion. KCI-KOA PLOG CHERRY HILL LOGS MWW - COPY.GPJ MD SHA REVISED TEMPLATE.GDT 1/31/19 PROJECTCECO to Cherry Hill TEST BORING LOG WWTP PROJECT NO. 13146752.CECO SB-2

Surface Elevation 162 (ft) SHEET 1 OF 1 Driller: Method: Casing Length: Groundwater Levels (feet) Cenken HSA Date Begun: 12/11/2018 0 hour: NE KCI Representative: Hammer Type: Casing Diameter: SD Automatic 3.25" Date Completed: 12/11/2018 24 hours: SOIL CLASSIFICATION SAMPLES PLASTIC M.C. LIQUID AND REMARKS N-COUNT FINES (%) 4th 6" 3rd 6" 1st 6" 1st SEE KEY SYMBOL SHEET FOR EXPLANATION 2nd 6" SPT (bpf) TYPE ELEV (ft) IDNET

DEPTH (ft) OF SYMBOLS AND ABBREVIATIONS BELOW.

LITHOLOGY REC RQD 20 40 60 80 100 3" Asphalt 6" Gravel Subbase Possible Fill Material Sampled As: Moist, S-1 15-7-6 brown, gray, stiff, Silty CLAY, trace Gravel 160 N = 13 (CL-ML) REC=16" Moist, brown, hard to very stiff, Silty CLAY, S-2 7-13-19 trace fine Sand (CL-ML) N = 32 REC=13"

5 5

S-3 4-9-10 N = 19 REC=15" 155

S-4 8-12-14 N = 26 10 REC=7" 10

Boring terminated at 10 ft. bgs

150 Notes: 1) We did not encounter groundwater during drilling. 0-hr (at completion): NE 2) Cave-in depths: 0-hr (at completion): 7 feet bgs. 15 3) Borehole backfilled with auger cuttings 15 upon completion.

145

20 20

140 KCI-KOA PLOG CHERRY HILL LOGS MWW - COPY.GPJ MD SHA REVISED TEMPLATE.GDT 1/31/19 PROJECTCECO to Cherry Hill TEST BORING LOG WWTP PROJECT NO. 13146752.CECO SB-3

Surface Elevation 163 (ft) SHEET 1 OF 1 Driller: Method: Casing Length: Groundwater Levels (feet) Cenken HSA Date Begun: 12/12/2018 0 hour: NE KCI Representative: Hammer Type: Casing Diameter: SD Automatic 3.25" Date Completed: 12/12/2018 24 hours: SOIL CLASSIFICATION SAMPLES PLASTIC M.C. LIQUID AND REMARKS N-COUNT FINES (%) 4th 6" 3rd 6" 1st 6" 1st SEE KEY SYMBOL SHEET FOR EXPLANATION 2nd 6" SPT (bpf) TYPE ELEV (ft) IDNET

DEPTH (ft) OF SYMBOLS AND ABBREVIATIONS BELOW.

LITHOLOGY REC RQD 20 40 60 80 100 4.5 Asphalt 6" Gravel Subbase Fill Material Sampled As: Moist, brown, S-1 7-6-6 gray, white, stiff, fine Sandy Silty CLAY N = 12 (CL-ML) REC=14" Moist, light brown, loose to medium dense, 160 S-2 5-5-5 Silty fine to medium SAND, some Quartz N = 10 (SM) REC=12"

5 5

S-3 3-4-4 N = 8 REC=18"

155

S-4 5-5-6 N = 11 10 REC=17" 10

Boring terminated at 10 ft. bgs

Notes: 1) We did not encounter groundwater during drilling. 150 0-hr (at completion): NE 2) Cave-in depths: 0-hr (at completion): 6.5 feet bgs 15 3) Bulk sample taken from 1 to 5 feet bgs. 15 4) Borehole backfiled with auger cuttings upon completion.

145

20 20

140 KCI-KOA PLOG CHERRY HILL LOGS MWW - COPY.GPJ MD SHA REVISED TEMPLATE.GDT 1/31/19 PROJECTCECO to Cherry Hill TEST BORING LOG WWTP PROJECT NO. 13146752.CECO SB-4

Surface Elevation 185 (ft) SHEET 1 OF 1 Driller: Method: Casing Length: Groundwater Levels (feet) Cenken HSA Date Begun: 12/12/2018 0 hour: NE KCI Representative: Hammer Type: Casing Diameter: SD Automatic 3.25" Date Completed: 12/12/2018 24 hours: SOIL CLASSIFICATION SAMPLES PLASTIC M.C. LIQUID AND REMARKS N-COUNT FINES (%) 4th 6" 3rd 6" 1st 6" 1st SEE KEY SYMBOL SHEET FOR EXPLANATION 2nd 6" SPT (bpf) TYPE ELEV (ft) IDNET

DEPTH (ft) OF SYMBOLS AND ABBREVIATIONS BELOW.

LITHOLOGY REC RQD 20 40 60 80 100 5" Topsoil S-1 2-3-4 Fill Material Sampled As: Moist, dark N = 7 brown, brown, medium stiff to stiff, Silty REC=18" CLAY, trace fine SAND (CL-ML)

S-2 2-4-7 N = 11 REC=18"

5 180 5 Moist, orange- brown, dense to loose, Poorly Graded fine to medium SAND with S-3 7-17-18 N = 35 Silt (SP-SM) REC=16"

Material included trace Clay

S-4 2-3-4 N = 7 10 175 REC=18" 10

Boring terminated at 10 ft. bgs

Notes: 1) We did not encounter groundwater during drilling. 0-hr (at completion): NE 2) Cave-in depths: 0-hr (at completion): 8 feet bgs 15 3) Borehole backfiled with auger cuttings 170 15 upon completion.

20 165 20 KCI-KOA PLOG CHERRY HILL LOGS MWW - COPY.GPJ MD SHA REVISED TEMPLATE.GDT 1/31/19 PROJECTCECO to Cherry Hill TEST BORING LOG WWTP PROJECT NO. 13146752.CECO SB-5

Surface Elevation 191 (ft) SHEET 1 OF 1 Driller: Method: Casing Length: Groundwater Levels (feet) Cenken HSA Date Begun: 12/12/2018 0 hour: NE KCI Representative: Hammer Type: Casing Diameter: SD Automatic 3.25" Date Completed: 12/12/2018 24 hours: SOIL CLASSIFICATION SAMPLES PLASTIC M.C. LIQUID AND REMARKS N-COUNT FINES (%) 4th 6" 3rd 6" 1st 6" 1st SEE KEY SYMBOL SHEET FOR EXPLANATION 2nd 6" SPT (bpf) TYPE ELEV (ft) IDNET

DEPTH (ft) OF SYMBOLS AND ABBREVIATIONS BELOW.

LITHOLOGY REC RQD 20 40 60 80 100 5" Topsoil S-1 1-3-6 Fill Material Sampled As: Moist, dark 190 N = 9 brown, light brown, stiff to very stiff, Silty CLAY, trace fine Sand (CL-ML)

S-2 5-9-10 N = 19

5 5 Moist to wet, dark brown, medium dense to very dense, Silty fine to medium SAND, S-3 7-9-10 N = 19 some Quarz (SM) 185

S-4 25-28-26 N = 54 10 10

Boring terminated at 10 ft. bgs 180

Notes: 1) We did not encounter groundwater during drilling. 0-hr (at completion): NE 2) Cave-in depths: 0-hr (at completion): 8 feet bgs 15 3) Bulk sampled taken from 1 to 5 feet bgs. 15 4) Borehole backfiled with auger cuttings upon completion. 175

20 20

170 KCI-KOA PLOG CHERRY HILL LOGS MWW - COPY.GPJ MD SHA REVISED TEMPLATE.GDT 1/31/19 PROJECTCECO to Cherry Hill TEST BORING LOG WWTP PROJECT NO. 13146752.CECO SB-6

Surface Elevation 215 (ft) SHEET 1 OF 1 Driller: Method: Casing Length: Groundwater Levels (feet) Cenken HSA Date Begun: 12/12/2018 0 hour: NE KCI Representative: Hammer Type: Casing Diameter: SD Automatic 3.25" Date Completed: 12/12/2018 24 hours: SOIL CLASSIFICATION SAMPLES PLASTIC M.C. LIQUID AND REMARKS N-COUNT FINES (%) 4th 6" 3rd 6" 1st 6" 1st SEE KEY SYMBOL SHEET FOR EXPLANATION 2nd 6" SPT (bpf) TYPE ELEV (ft) IDNET

DEPTH (ft) OF SYMBOLS AND ABBREVIATIONS BELOW.

LITHOLOGY REC RQD 20 40 60 80 100 4" Topsoil S-1 2-2-5 Moist, brown, medium stiff to very stiff, Silty N = 7 fine to medium Sandy CLAY, trace mica, REC=18" trace Quartz (CL)

S-2 6-10-12 N = 22 REC=18"

5 210 5

S-3 6-10-11 N = 21 REC=18"

Moist, tanish-brown, white, medium dense, Silty fine to medium SAND, trace Quartz, S-4 6-12-11 N = 23 trace Mica (SM) 10 205 REC=18" 10

Boring terminated at 10 ft. bgs

Notes: 1) We did not encounter groundwater during drilling. 0-hr (at completion): NE 2) Cave-in depths: 0-hr (at completion): 8 feet bgs 15 3) Borehole backfiled with auger cuttings 200 15 upon completion.

20 195 20 KCI-KOA PLOG CHERRY HILL LOGS MWW - COPY.GPJ MD SHA REVISED TEMPLATE.GDT 1/31/19 PROJECTCECO to Cherry Hill TEST BORING LOG WWTP PROJECT NO. 13146752.CECO SB-7

Surface Elevation 170 (ft) SHEET 1 OF 1 Driller: Method: Casing Length: Groundwater Levels (feet) Cenken HSA Date Begun: 12/11/2018 0 hour: 5.0 KCI Representative: Hammer Type: Casing Diameter: SD Automatic 3.25" Date Completed: 12/11/2018 24 hours: SOIL CLASSIFICATION SAMPLES PLASTIC M.C. LIQUID AND REMARKS N-COUNT FINES (%) 4th 6" 3rd 6" 1st 6" 1st SEE KEY SYMBOL SHEET FOR EXPLANATION 2nd 6" SPT (bpf) TYPE ELEV (ft) IDNET

DEPTH (ft) OF SYMBOLS AND ABBREVIATIONS BELOW.

LITHOLOGY REC RQD 20 40 60 80 100 5" Topsoil S-1 2-5-4 Moist, grey, tan, loose, Silty fine SAND, N = 9 trace Clay (SM) REC=18"

S-2 5-7-10 N = 17 REC=8"

5 165 5 Moist to wet, brown, tan, gray, stiff to soft, fine Sandy SILT, trace Mica (ML) S-3 7-7-7 N = 14 REC=18"

S-4 1-2-1 N = 3 10 160 REC=0" 10

S-5 2-2-2-3 N = 4 REC=18"

Boring terminated at 12 ft. bgs

Notes: 1) We encountered groundwater at 4 feet 15 bgs during drilling. 155 15 0-hr (at completion): 5 feet bgs 2) Cave-in depths: 0-hr (at completion): 5 feet bgs 3) Borehole backfiled with auger cuttings upon completion.

20 150 20 KCI-KOA PLOG CHERRY HILL LOGS MWW - COPY.GPJ MD SHA REVISED TEMPLATE.GDT 1/31/19 PROJECTCECO to Cherry Hill TEST BORING LOG WWTP PROJECT NO. 13146752.CECO SB-8

Surface Elevation 171 (ft) SHEET 1 OF 1 Driller: Method: Casing Length: Groundwater Levels (feet) Cenken HSA Date Begun: 12/11/2018 0 hour: NE KCI Representative: Hammer Type: Casing Diameter: SD Automatic 3.25" Date Completed: 12/12/2018 24 hours: SOIL CLASSIFICATION SAMPLES PLASTIC M.C. LIQUID AND REMARKS N-COUNT FINES (%) 4th 6" 3rd 6" 1st 6" 1st SEE KEY SYMBOL SHEET FOR EXPLANATION 2nd 6" SPT (bpf) TYPE ELEV (ft) IDNET

DEPTH (ft) OF SYMBOLS AND ABBREVIATIONS BELOW.

LITHOLOGY REC RQD 20 40 60 80 100 4" Topsoil S-1 3-4-4 Moist, tan, grey, medium stiff to stiff, fine 170 N = 8 Sandy SILT, trace Clay, trace Mica (ML) REC=8"

S-2 4-6-7 N = 13 REC=18"

5 5

Boring terminated at 5 ft. bgs 165

Notes: 1) We did not encounter groundwater during drilling. 0-hr (at completion): NE 2) Cave-in depths: 0-hr (at completion): 5 feet bgs 10 3) Encountered obstruction at 5 feet bgs 10 possible rock, boring offset to SB-8a 5 feet east. 160 4) Borehole backfilled with auger cuttings upon completion.

15 15

155

20 20

150 KCI-KOA PLOG CHERRY HILL LOGS MWW - COPY.GPJ MD SHA REVISED TEMPLATE.GDT 1/31/19 PROJECTCECO to Cherry Hill TEST BORING LOG WWTP PROJECT NO. 13146752.CECO SB-8a

Surface Elevation 171 (ft) SHEET 1 OF 1 Driller: Method: Casing Length: Groundwater Levels (feet) Cenken Date Begun: 12/12/2018 0 hour: NE KCI Representative: Hammer Type: Casing Diameter: SD Automatic 3.25" Date Completed: 12/12/2018 24 hours: SOIL CLASSIFICATION SAMPLES PLASTIC M.C. LIQUID AND REMARKS N-COUNT FINES (%) 4th 6" 3rd 6" 1st 6" 1st SEE KEY SYMBOL SHEET FOR EXPLANATION 2nd 6" SPT (bpf) TYPE ELEV (ft) IDNET

DEPTH (ft) OF SYMBOLS AND ABBREVIATIONS BELOW.

LITHOLOGY REC RQD 20 40 60 80 100 4" Topsoil Moist to wet, tan, grey, medium dense, 170 Silty fine SAND, trace Quartz (SM)

5 5 S-1 5-8-10/1" >> N = 108 165 REC=13"

Boring terminated at 6 ft. bgs

Notes: 1) We encountered groundwater at 6 feet bgs during drilling. 0-hr (at completion): NE 10 2) Cave-in depths: 10 0-hr (at completion): 6 feet bgs 3) Encountered obstruction at 6 feet bgs 160 possible rock, boring offset to SB-8b 12 feet east. 4) Borehole backfilled with auger cuttings upon completion.

15 15

155

20 20

150 KCI-KOA PLOG CHERRY HILL LOGS MWW - COPY.GPJ MD SHA REVISED TEMPLATE.GDT 1/31/19 PROJECTCECO to Cherry Hill TEST BORING LOG WWTP PROJECT NO. 13146752.CECO SB-8b

Surface Elevation 171 (ft) SHEET 1 OF 1 Driller: Method: Casing Length: Groundwater Levels (feet) Cenken Date Begun: 12/12/2018 0 hour: NE KCI Representative: Hammer Type: Casing Diameter: SD Automatic 3.25" Date Completed: 12/12/2018 24 hours: SOIL CLASSIFICATION SAMPLES PLASTIC M.C. LIQUID AND REMARKS N-COUNT FINES (%) 4th 6" 3rd 6" 1st 6" 1st SEE KEY SYMBOL SHEET FOR EXPLANATION 2nd 6" SPT (bpf) TYPE ELEV (ft) IDNET

DEPTH (ft) OF SYMBOLS AND ABBREVIATIONS BELOW.

LITHOLOGY REC RQD 20 40 60 80 100 4" Topsoil Moist to wet, tan, grey, medium dense, 170 Silty fine SAND, trace Quartz (SM)

Boring terminated at 3 ft. bgs

5 5 Notes: 1) We did not encounter groundwater during drilling. 165 0-hr (at completion): NE 2) Cave-in depths: 0-hr (at completion): 3 feet bgs 3) Encountered obstruction at 3 feet bgs possible rock, boring offset to SB-8c 10 feet east. 4) Borehole backfilled with auger cuttings 10 upon completion. 10

160

15 15

155

20 20

150 KCI-KOA PLOG CHERRY HILL LOGS MWW - COPY.GPJ MD SHA REVISED TEMPLATE.GDT 1/31/19 PROJECTCECO to Cherry Hill TEST BORING LOG WWTP PROJECT NO. 13146752.CECO SB-8c

Surface Elevation 171 (ft) SHEET 1 OF 1 Driller: Method: Casing Length: Groundwater Levels (feet) Cenken Date Begun: 12/12/2018 0 hour: NE KCI Representative: Hammer Type: Casing Diameter: SD Automatic 3.25" Date Completed: 12/12/2018 24 hours: SOIL CLASSIFICATION SAMPLES PLASTIC M.C. LIQUID AND REMARKS N-COUNT FINES (%) 4th 6" 3rd 6" 1st 6" 1st SEE KEY SYMBOL SHEET FOR EXPLANATION 2nd 6" SPT (bpf) TYPE ELEV (ft) IDNET

DEPTH (ft) OF SYMBOLS AND ABBREVIATIONS BELOW.

LITHOLOGY REC RQD 20 40 60 80 100 4" Topsoil Auger Cuttings Sampled As: Moist to wet, 170 grey, white, fine Sandy SILT (ML)

5 5

165

Moist to wet, grey, white, medium stiff, fine Sandy SILT (ML) S-1 4-3-3 N = 6 REC=18"

S-2 2-3-3 N = 6 10 REC=18" 10 Wet, light brown, medium dense, Silty fine to medium SAND (SM) 160 S-3 4-6-5-8 N = 11 REC=18"

S-4 4-4-7-8 N = 11 REC=18" 15 15

Boring terminated at 15 ft. bgs 155

Notes: 1) We encountered groundwater at 10 feet bgs during drilling. 0-hr (at completion): NE 2) Cave-in depths: 0-hr (at completion): 11 feet bgs 20 3) Borehole backfilled with auger cuttings 20 upon completion. 150 KCI-KOA PLOG CHERRY HILL LOGS MWW - COPY.GPJ MD SHA REVISED TEMPLATE.GDT 1/31/19 FIELD CLASSIFICATION SYSTEM FOR SOIL EXPLORATION

NON-COHESIVE SOILS (Sand, Gravel, and Combinations)

Density Particle Size Identification Very Loose - 4 blows/ft. or less Boulders - 12 inch diameter or more Loose - 5 to 10 blows/ft. Cobbles - 12 to 3 inch diameter Medium Dense- 11 to 30 blows/ft. Gravel -Coarse - 3 to 0.75 inch diameter Dense - 31 to 50 blows/ft. Fine - 0.75 to 0.19 inch diameter Very Dense - 51 blows/ft. or more Sand -Coarse - 4.75 to 2 mm diameter (dia. of pencil lead) Medium - 2 to 0.425 mm diameter Relative Proportions (dia. of broom straw) Descriptive Term Percent Fine - 0.425 to 0.075 mm diameter Trace 1 to 10 (dia. of human hair) Little 11 to 20 Fines -Silt & - less than 0.075 mm diameter Some 21 to 35 Clay (Cannot see particles) And 35 to 50

COHESIVE SOILS (Clay, Silt, and Combinations)

Consistency Plasticity Very Soft - 2 blows/ft. or less Degree of Plasticity Plasticity Index Soft - 3 to 4 blows/ft. None to Slight 0 - 4 Medium Stiff - 5 to 8 blows/ft. Slight 5 - 7 Stiff - 9 to 15 blows/ft. Medium 8 - 22 Very Stiff - 16 to 30 blows/ft. High to Very High over 22 Hard - 31 blows/ft. or more

Classification on Records of Soil Exploration are made by visual inspection of samples and laboratory testing.

Standard Penetration Test - Driving a 2.0" - O.D., 1 3/8" - I.D. sampler a distance of 1.0 foot into undisturbed soil with a 140-pound hammer free falling a distance of 30.0 inches. It is required to drive the spoon 6.0 inches to seat into undistured soil, then perform the test. The number of hammer blows for seating and making the test are recorded each 6.0 inches of penetration on the Record of Soil Exploration (Example: 6-8-9). The standard penetration test result can be obtained by adding the last two figures. (i.e. 8+9=17 blows/ft.) (ASTM D-1586).

Strata Changes - In the column "Soil Descriptions" on the Record of Soil Exploration the horizontal lines represent estimated strata changes.

Ground Water - Observations were made at the times indicated. Porosity of soil strata, weather conditions, site topography, etc. may cause changes in the water levels indicated on the Record of Soil Exploration.

Figure No. FIELD CLASSIFICATION SYSTEM FOR SOIL EXPLORATION GENERAL

Drawn: DPC Approved: KO-A Date: GENERAL KCI Job No. GENERAL USCS SOIL CLASSIFICATION CHART

SYMBOLS TYPICAL MAJOR DIVISIONS GRAPH LETTER DESCRIPTIONS

WELL-GRADED GRAVELS, GRAVEL - CLEAN GW SAND MIXTURES, LITTLE OR NO GRAVEL GRAVELS FINES AND GRAVELLY (LITTLE OR NO FINES) POORLY-GRADED GRAVELS, GP GRAVEL - SAND MIXTURES, LITTLE SOILS OR NO FINES

COARSE GRAVELS WITH SILTY GRAVELS, GRAVEL - SAND - GM SILT MIXTURES GRAINED MORE THAN 50% FINES SOILS OF COARSE FRACTION RETAINED ON NO. (APPRECIABLE AMOUNT CLAYEY GRAVELS, GRAVEL - SAND - 4 SIEVE OF FINES) GC CLAY MIXTURES

WELL-GRADED SANDS, GRAVELLY CLEAN SANDS SW SANDS, LITTLE OR NO FINES SAND MORE THAN 50% AND (LITTLE OR NO FINES) OF MATERIAL IS POORLY-GRADED SANDS, LARGER THAN NO. SANDY SP GRAVELLY SAND, LITTLE OR NO 200 SIEVE SIZE SOILS FINES

SILTY SANDS, SAND - SILT MORE THAN 50% SANDS WITH SM MIXTURES OF COARSE FINES FRACTION PASSING ON NO. 4 CLAYEY SANDS, SAND - CLAY SIEVE (APPRECIABLE AMOUNT OF FINES) SC MIXTURES

INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SILTY OR ML CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY INORGANIC CLAYS OF LOW TO SILTS MEDIUM PLASTICITY, GRAVELLY AND LIQUID LIMIT CL CLAYS, SANDY CLAYS, SILTY FINE LESS THAN 50 CLAYS, LEAN CLAYS GRAINED CLAYS SOILS ORGANIC SILTS AND ORGANIC OL SILTY CLAYS OF LOW PLASTICITY

INORGANIC SILTS, MICACEOUS OR MH DIATOMACEOUS FINE SAND OR MORE THAN 50% SILTY SOILS OF MATERIAL IS SMALLER THAN NO. 200 SIEVE SIZE SILTS LIQUID LIMIT INORGANIC CLAYS OF HIGH AND GREATER THAN 50 CH PLASTICITY CLAYS

ORGANIC CLAYS OF MEDIUM TO OH HIGH PLASTICITY, ORGANIC SILTS

PEAT, HUMUS, SWAMP SOILS WITH HIGHLY ORGANIC SOILS PT HIGH ORGANIC CONTENTS USCS LEGEND 2/7/13 NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS

FIELD EXPLORATORY PROCEDURES

The general field procedures employed by KCI are summarized in ASTM specification D 420 entitled “Investigating and Sampling Soils and Rocks for Engineering Purposes”. This recommended practice lists recognized methods for determining soil and rock distribution and ground water conditions. These methods include geophysical and in-situ borings.

Borings are advanced to obtain subsurface samples using one of several techniques depending upon the site and subsurface conditions. These techniques are:

1. Continuous hollow-stem augers; 2. Wash borings using roller cone or drag bits (mud or water); 3. Continuous flight augers (ASTM D 1452); 4. Continuous sampling using a Tripod-mounted drill rig.

The standard penetration test (SPT) borings are performed in accordance with ASTM D 1586. The SPT method consisted of advancing a two-inch outside diameter sampling spoon to a depth of 18 inches by driving it with a 140-pound hammer falling 30 inches. The values reported on the boring logs are the blows required to advance three successive six-inch increments. The first six-inch increment is considered as seating. The sum of the number of blows for the second and third increments is the “N” value. The “N” value is used to determine the relative density of the soil. KCI obtained soil samples using the SPT method and sampling was performed at two and half-foot intervals to a depth of ten feet bgs and every five feet thereafter to boring terminations depth. Representative soil samples are obtained during these tests and used to classify the soils encountered. We place the recovered representative soil samples in six- inch glass jars and transport them to the laboratory for testing.

These drilling methods are not capable of penetrating through material designated as “refusal materials.” Refusal may result from hard cemented soil, soft watered rock, coarse gravel or boulders, thin rock seams, or the upper surface of sound continuous rock. Core drilling procedures are required to determine the character and continuity of refusal materials.

The Driller reports the subsurface conditions encountered during drilling on a field test boring record. The record contains information concerning the boring method, samples attempted and recovered, indications of the presence of various materials such as coarse gravel, cobbles, etc., and observation of ground water. It also contains the driller’s interpretation of the soil conditions between samples. Therefore, these boring records contain both factual and interpretive information.

A geotechnical engineer reviews the soils samples plus the field boring records. The engineer classifies the soils in general accordance with the procedures outlined in ASTM Specification D 2488 and prepares the final boring records, which are the basis for all evaluations and recommendations.

The final test boring records represent our interpretation of the contents of the field records based on the results of the engineering examination and tests of the field samples. These records depict subsurface conditions at the specific locations and at the particular time when drilled. Soil conditions at other locations may differ from conditions occurring at these boring locations. Also, the passage of time may result in a change in the subsurface soil and ground water conditions at these boring locations. The lines designating the interface between soil or refusal materials on the records and on profiles represent approximate boundaries. The actual transition between materials may be gradual. The final Test Boring Records are included in Appendix B.

LABORATORY TESTING DATA

Appendix C SUMMARY OF LABORATORY TESTING CECIL COUNTY CECO - PUMP STATION WET WELL / FORCE MAIN DESIGN

PROJECT NO. 13146752.CECO SAMPLE DATE - JAY KAY TESTING, INC. SAMPLES: 11 LOCATION: - 5233 Lehman Road, Suite 110 Spring Grove, PA 17362 REPORT: 12/20/18 REMARKS: - Phone: (814) 404-9283

BORING SAMPLE DEPTH MC % OM % LL PL PI % FINES USCS SB-1 Bulk 0-5 15.6 - 37 22 15 59.1 CL SB-1 S-6 18.5-20 36.9 - 63 46 17 82.8 MH SB-2 S-3 5-6.5 21.3 - 29 22 7 93.8 CL-ML SB-3 S-3 5-6.5 24.3 ------SB-4 S-2 2.5-4 23.0 ------SB-4 S-3 5-6.5 12.2 - NP NP NP 9.7 SP-SM SB-5 S-2 2.5-4 14.0 ------SB-5 S-3 5-6.5 18.2 ------SB-6 S-3 5-6.5 14.7 ------SB-7 S-5 10-12 28.5 ------SB-8 S-4 7-8.5 19.9 ------Jay Kay Testing, Inc. (AASHTO-Accredited)

12/20/18 TESTED BY: ST/JT REVIEWED BY: KA PAGE 1 OF 6 CECIL COUNTY CECO - PUMP STATION WET WELL / FORCE MAIN DESIGN

Boring: SB-1 Project No.: 13146752.CECO JAY KAY TESTING, INC. Sample: Bulk Sample Date: - 5233 Lehman Road, Suite 110 Spring Grove, PA 17362 Depth: 0-5' Location: - Phone: (814) 404-9283

Diameter U.S. Standard Sieve Hydrometer GRAVEL SAND SILT OR CLAY

3 3/4 3/8 #4 #10 #40 #60 #100 #200 100 0

90 10

80 20

70 30

60 40 COARSER PERCENT

50 50 PERCENT FINER 40 60

30 70

20 80

10 90

0 100 100 GRAIN SIZE (mm) 10 1 0.1 0.01 AASHTO T-88 0.001

GRAIN SIZE ANALYSIS

Diameter 75.0 50.8 37.5 25.4 19.0 12.7 9.51 4.75 2.0 0.42 0.25 0.147 0.074 Sieve Size 3" 2" 1.5" 1" 3/4" 1/2" 3/8" #4 #10 #40 #60 #100 # 200 % Passing - - - 100.0 99.3 98.9 98.5 96.7 93.4 82.7 75.1 67.0 59.1

% GRAVEL % SAND Coarse Gravel Fine Gravel Coarse Sand Medium Sand Fine Sand CC CU 3.3 37.6 0.7 2.6 3.3 10.7 23.6 - -

AASHTO T-89/T-90 90 Moisture Content 15.6 Organic Content - 80 pH - Other - 70

60 ATTERBERG LIMITS CLASSIFICATION 50 Liquid Limit 37 AASHTO A-6 40 Plastic Limit 22 USCS CL 30 Plasticity Index 15 20

SOIL DESCRIPTION 10 0 Light brown sandy lean CLAY 0 20 40 60 80 100 120 140

12/20/18 TESTED BY: ST/JT REVIEWED BY: KA PAGE 2 OF 6 CECIL COUNTY CECO - PUMP STATION WET WELL / FORCE MAIN DESIGN

Boring: SB-1 Project No.: 13146752.CECO JAY KAY TESTING, INC. Sample: S-6 Sample Date: - 5233 Lehman Road, Suite 110 Spring Grove, PA 17362 Depth: 18.5-20' Location: - Phone: (814) 404-9283

Diameter U.S. Standard Sieve Hydrometer GRAVEL SAND SILT OR CLAY

3 3/4 3/8 #4 #10 #40 #60 #100 #200 100 0

90 10

80 20

70 30

60 40 COARSER PERCENT

50 50 PERCENT FINER 40 60

30 70

20 80

10 90

0 100 100 GRAIN SIZE (mm) 10 1 0.1 0.01 AASHTO T-88 0.001

GRAIN SIZE ANALYSIS

Diameter 75.0 50.8 37.5 25.4 19.0 12.7 9.51 4.75 2.0 0.42 0.25 0.147 0.074 Sieve Size 3" 2" 1.5" 1" 3/4" 1/2" 3/8" #4 #10 #40 #60 #100 # 200 % Passing ------100.0 99.1 98.4 95.1 91.4 87.1 82.8

% GRAVEL % SAND Coarse Gravel Fine Gravel Coarse Sand Medium Sand Fine Sand CC CU 0.9 16.3 - 0.9 0.7 3.3 12.3 - -

AASHTO T-89/T-90 90 Moisture Content 36.9 Organic Content - 80 pH - Other - 70

60 ATTERBERG LIMITS CLASSIFICATION 50 Liquid Limit 63 AASHTO A-7-5 40 Plastic Limit 46 USCS MH 30 Plasticity Index 17 20

SOIL DESCRIPTION 10 0 Light brown elastic SILT with sand 0 20 40 60 80 100 120 140

12/20/18 TESTED BY: ST/JT REVIEWED BY: KA PAGE 3 OF 6 CECIL COUNTY CECO - PUMP STATION WET WELL / FORCE MAIN DESIGN

Boring: SB-2 Project No.: 13146752.CECO JAY KAY TESTING, INC. Sample: S-3 Sample Date: - 5233 Lehman Road, Suite 110 Spring Grove, PA 17362 Depth: 5-6.5' Location: - Phone: (814) 404-9283

Diameter U.S. Standard Sieve Hydrometer GRAVEL SAND SILT OR CLAY

3 3/4 3/8 #4 #10 #40 #60 #100 #200 100 0

90 10

80 20

70 30

60 40 COARSER PERCENT

50 50 PERCENT FINER 40 60

30 70

20 80

10 90

0 100 100 GRAIN SIZE (mm) 10 1 0.1 0.01 AASHTO T-88 0.001

GRAIN SIZE ANALYSIS

Diameter 75.0 50.8 37.5 25.4 19.0 12.7 9.51 4.75 2.0 0.42 0.25 0.147 0.074 Sieve Size 3" 2" 1.5" 1" 3/4" 1/2" 3/8" #4 #10 #40 #60 #100 # 200 % Passing ------100.0 99.7 97.9 96.5 95.1 93.8

% GRAVEL % SAND Coarse Gravel Fine Gravel Coarse Sand Medium Sand Fine Sand CC CU - 6.2 - - 0.3 1.8 4.1 - -

AASHTO T-89/T-90 90 Moisture Content 21.3 Organic Content - 80 pH - Other - 70

60 ATTERBERG LIMITS CLASSIFICATION 50 Liquid Limit 29 AASHTO A-4 40 Plastic Limit 22 USCS CL-ML 30 Plasticity Index 7 20

SOIL DESCRIPTION 10 0 Brown SILTY CLAY 0 20 40 60 80 100 120 140

12/20/18 TESTED BY: ST/JT REVIEWED BY: KA PAGE 4 OF 6 CECIL COUNTY CECO - PUMP STATION WET WELL / FORCE MAIN DESIGN

Boring: SB-4 Project No.: 13146752.CECO JAY KAY TESTING, INC. Sample: S-3 Sample Date: - 5233 Lehman Road, Suite 110 Spring Grove, PA 17362 Depth: 5-6.5' Location: - Phone: (814) 404-9283

Diameter U.S. Standard Sieve Hydrometer GRAVEL SAND SILT OR CLAY

3 3/4 3/8 #4 #10 #40 #60 #100 #200 100 0

90 10

80 20

70 30

60 40 COARSER PERCENT

50 50 PERCENT FINER 40 60

30 70

20 80

10 90

0 100 100 GRAIN SIZE (mm) 10 1 0.1 0.01 AASHTO T-88 0.001

GRAIN SIZE ANALYSIS

Diameter 75.0 50.8 37.5 25.4 19.0 12.7 9.51 4.75 2.0 0.42 0.25 0.147 0.074 Sieve Size 3" 2" 1.5" 1" 3/4" 1/2" 3/8" #4 #10 #40 #60 #100 # 200 % Passing ------100.0 99.9 67.0 19.2 11.3 9.7

% GRAVEL % SAND Coarse Gravel Fine Gravel Coarse Sand Medium Sand Fine Sand CC CU - 90.3 - - 0.1 32.9 57.3 1.94 3.35

AASHTO T-89/T-90 90 Moisture Content 12.2 Organic Content - 80 pH - Other - 70

60 ATTERBERG LIMITS CLASSIFICATION 50 Liquid Limit NP AASHTO A-3 40 Plastic Limit NP USCS SP-SM 30 Plasticity Index NP 20

SOIL DESCRIPTION 10 0 Dark orange-brown poorly graded SAND with silt 0 20 40 60 80 100 120 140

12/20/18 TESTED BY: ST/JT REVIEWED BY: KA PAGE 5 OF 6 CECIL COUNTY CECO - PUMP STATION WET WELL / FORCE MAIN DESIGN

Boring: SB-1 Project No.: 13146752.CECO JAY KAY TESTING, INC. Sample: Bulk Sample Date: - 5233 Lehman Road, Suite 110 Spring Grove, PA 17362 Depth: 0-5' Location: - Phone: (814) 404-9283

STANDARD PROCTOR TEST RESULTS MAXIMUM DRY UNIT WEIGHT OPTIMUM MOISTURE CONTENT TEST METHOD: AASHTO T-99 (C) 117.7 12.8

PCF %

122

121

120

119

118

117

116

115

114

113

112

DRY UNIT WEIGHT (PCF) 111

110

109

108

107

106

105 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20

MOISTURE CONTENT (%)

MC LL PL PI USCS AASHTO FINES SOIL DESCRIPTION 15.6 37 22 15 CL A-6 59.1 Light brown sandy lean CLAY

12/20/18 TESTED BY: ST/JT REVIEWED BY: KA PAGE 6 OF 6

LABORATORY TESTING PROCEDURES

Natural Moisture Content - The natural moisture content (NMC) of selected samples was determined in accordance with ASTM D 2216. The moisture content of the soil is the ratio, expressed as a percentage, of the weight of water in a given mass of soil to the weight of the soil particles. The laboratory test results are summarized in Table 3-2 of the report.

Percent Fines - The percentage of fine-grained particles present in selected samples was determined by passing the samples through a No. 200 mesh sieve. The percent by weight passing the sieve is the percentage of fines or portion of the sample in the silt and clay size range. This test was conducted in accordance with ASTM D 1140. The results are shown on the attached Grain Size Distribution sheets.

Grain Size Distribution - Grain size tests were performed on representative soil samples washed over a U. S. standard No. 200 sieve to remove the fines. The samples were then dried and sieved through a standard set of nested sieves. This test was performed in general accordance with ASTM D 422. The results are presented as percent finer by weight versus particle size curves on the attached Grain Size Distribution sheets.

Atterberg Limits - Representative samples of the site soils were selected for Atterberg Limits testing to determine their soil plasticity characteristics. The soil's Plasticity Index (PI) is representative of this characteristic and is bracketed by the Liquid Limit (LL) and the Plastic Limit (PL). These characteristics are determined in accordance with ASTM D 4318. The LL is the moisture content at which the soil will flow as a heavy viscous fluid. The PL is the moisture content at which the soil begins to lose its plasticity. The data obtained are presented on the attached Grain Size Distribution sheets and summarized in Table 3-2 of this report.

Certain soils swell and shrink with increases and decreases in soil moisture. The PI is related to this potential volume change ability. When such volume changes occur in soils confined beneath foundations, floor slabs and pavements, structural deformations can be produced. Past experience has shown that soils having a PI of less than 30 are only slightly susceptible to volume changes. Soils having a PI greater than 50 are generally very susceptible to this volume changes. Soils with a PI between these limits have moderate volume change potential.

Moisture-Density Relationship Test - The moisture-density relationship of the selected soil sample was determined in general accordance with ASTM D 698 (Standard Proctor). The test method is generally performed as follows:

1. Mix water with soil to a selected water content. 2. Place the soil into a mold of given dimensions. The soil is placed in three equally thick layers, with each layer compacted by 25 blows of a 5.5-lb rammer dropped from of distance of 12 inches. 3. Determine the resulting dry unit weight of the soil sample. 4. Repeat the above procedure for a sufficient number of water contents to establish a relationship between dry unit weight and the water content for the soil.

A graph of dry unit weight and water content, called “compaction curve”, is plotted. The values of optimum water content and standard maximum dry unit weight are determined from the compaction curve. The results are summarized in the Table 3-3 of this report.

ERT, Inc. 14401 Sweitzer Lane, Suite 300 Laurel, MD 20707 Phone: 301-361-0620 | Fax: 301-361-0659 www.ertcorp.com

March 21, 2019

TO: Kofi B. Acheampong, PhD, PE, ENV SP Senior Associate & Chief Geotechnical Engineer KCI Technologies, Inc. 936 Ridgebrook Road Sparks, Maryland 21152

RE: Geophysical Survey of proposed Gravity Sewer, CECO to Cherry Hill Connection, Elkton, Cecil County, Maryland

Dear Mr. Acheampong,

ERT, Inc. (ERT) is pleased to submit to KCI Technologies, Inc. this report summarizing the instrumentation, field design, and results of seismic surveys conducted on March 15, 2019, in Elkton, Maryland, for the Gravity Sewer Wastewater Treatment Plant Connection. The objective of the survey was to map the variation in thickness of overburden materials using the standard refraction seismic technique. Estimates of bedrock depth will be used to plan the final design of a gravity sewer passing north of an existing water treatment lagoon.

1.0 Geologic Setting

The investigation area is within the Piedmont Physiographic Province of Maryland. The area of investigation is underlain by the Paleozoic Port Deposit Gneiss, which is described as “Moderately to strongly deformed intrusive complex composed of gneissic biotite quartz diorite, hornblende-biotite quartz diorite, and biotite granodiorite; all rocks foliated and some strongly sheared.” (Geologic Map of Maryland, by K. N. Weaver, et al., 1968). A thin layer of unconsolidated Cretaceous Potomac Group deposits, described as “interbedded quartzose gravels; protoquartzitic to orthoquartzitic argillaceous sands; and white, dark gray, and multicolored silts and clays,” may be present in the western project area, but they may have been removed locally by the existing stream or by construction of the lagoon.

For purposes of determining rippability of the near surface materials, the bedrock is assumed to be “granite.”

2.0 Field Methods

The locations of the seismic lines were placed with reference to existing features such as the lagoon and boreholes, as directed by KCI personnel on site with ERT.

A seismic refraction survey involves the transmission of sound waves into the Earth and recording the acoustic responses using a seismograph at set distances from a seismic energy source (e.g. hammering on an aluminum plate). The seismograph measures the time it takes for a compressional sound wave (P- wave) generated by the seismic energy source to travel down through the layers of the Earth and back up to detectors (called geophones) placed on the surface. By measuring the travel time of the sound wave and applying the laws of physics that govern the propagation of sound, the subsurface geology can be inferred. Because sound waves travel at different velocities through dissimilar materials (i.e., faster through denser, more rigid materials), interpretations related to the depth, morphology and integrity of the bedrock surface can be made using various computer-aided processing techniques, such as the intercept

ERT is a Woman-Owned Business ISO 9001:2008 • SEI CMMI-Level 2 ERT, Inc. 14401 Sweitzer Lane, Suite 300 Laurel, MD 20707 Phone: 301-361-0620 | Fax: 301-361-0659 www.ertcorp.com time method, the generalized reciprocal method (GRM), tomographic inversion, and inversion and optimization techniques.

The data were collected using a Geometrics SmartSeis 24-channel seismograph with 4.5-Hertz geophones. Each spread, consisting of up to 24 geophones, was arranged at a constant geophone interval of 10 feet along a straight line on the ground, yielding a geophone array length of up to 230 feet. A 16-lb sledgehammer struck against an aluminum plate placed on the ground was used as the seismic source. To generate and stack the energy, the hammer was swung to strike the aluminum plate 3 to 10 times at each shot point. Multiple strikes with the hammer at a single location (“stacking”) were used to improve the signal-to-noise ratio for the records. The record length of the seismograph was set at 128 milliseconds (ms), and the sample interval was set at 31.25 microseconds (μs). 5 to 7 shots were made for each geophone spread: a midpoint shot (between geophones 12 and 13), quarter shots (between midpoint and endpoints), two endpoint shots (between geophones 1 and 2 and between 23 and 24), and two far shots, offset up to 40 feet from each endpoint of the spread.

The quarter shots were added because the seismic noise level at the site was higher than anticipated. Noise was caused by a distant highway, a passing train (although no data were collected when the train was nearby), fountains within the lagoon, and wind.

3.0 Data Processing

The following assumptions were made for the interpretation of seismic refraction data: 1) seismic velocity (the speed at which a compressional sound wave travels through a given medium, such as schist) increases with depth; 2) each successive layer is at least as thick as the layer above it; and 3) the thickness of each layer is greater than the wavelength of the compressional wave.

Data were processed with seismic data processing software distributed by Optim Software. The first step involved using SeisOpt Picker software to pick the first arrivals of P-waves at geophone trace and to input topographic data for the shots and geophones. The data were then further processed using SeisOpt 2D (v 6.0) Inversion and Optimization software in order to generate a velocity model and depth profile. This processing method allows the user to identify zones of subsurface velocity that gradually change laterally and with depth. Velocity and depth data generated from the model were contoured to produce 2-D profiles using the Surfer (v 9.0) contour package from Golden Software.

An example of the first part of data processing is shown in Figure 1. A through E show the upper part of raw seismic records as displayed on the seismograph and in the processing software for five shots (two far, two end, and one midpoint) of a single 24-geophone spread. The numbers on the Y-axis represent the time in ms for the seismic wave to travel from the shot to each geophone; while the numbers on the X- axis represent the geophone number (with a 10-ft geophone spacing). In C, the actual first break picks (the time at which the seismic energy from the hammer strike arrives at the geophone) are shown as blue horizontal marks. Selection of the first arrivals was performed for all records.

In instances where data recorded by a geophone were too noisy to recognize a first break, that channel was not used during further processing stages.

First break picks in milliseconds (ms), geophone locations (horizontal station, elevation), and shot locations (also horizontal station, elevation) were entered into SeisOpt Pro software (OBS, REC, and SRC files). Iterative inversion in SeisOpt 2D was used to process the data in order to develop a subsurface velocity model that matches the first arrival picks without layer assignments. The velocity models consist of hundreds of blocks of approximately 1/3 the geophone spacing in width, and each block has a velocity

ERT is a Woman-Owned Business ISO 9001:2008 • SEI CMMI-Level 2 ERT, Inc. 14401 Sweitzer Lane, Suite 300 Laurel, MD 20707 Phone: 301-361-0620 | Fax: 301-361-0659 www.ertcorp.com in feet per second (ft/s). Successive iterations in the software model ray paths from shots to geophones through the model blocks, and improve the velocities to reduce error in the modeled first break picks versus the actual ones. The fit is measured as a least-square error in ms2, with a low number indicating a better fit and greater reliability of the processed data.

Topographic data were provided by KCI via PDF file. Line locations were plotted and elevation data were extracted from the topographic contour lines.

Table 1 summarizes data processing.

Table 1: Summary of seismic refraction data processing Profile Length Shots Model No. Iter- Max. Min. Least- (feet) block size Model ations Velocity Velocity square (ft) Blocks (ft/s) (ft/s) error (horiz. x (ms2) vert.) L1 410 12 3.69 x 1.84 136 x 51 118685 12620 1209 1.466 L2 110 4 3.59 x 1.79 45 x 31 78422 11717 1269 0.718

Model block data (files showing horizontal distance, elevation, and P-wave velocity in ft/s) were contoured for display using Surfer v9.0.

4.0 Results

A map of seismic refraction lines is shown in Figure 2, with Lines 1 and 2 shown in blue. The engineering stations of the start, bend in section, and end of each line are shown. The location of the lines assumes that the borehole SB-7 is at the location shown as WE-04 on the topographic map of the site provided by KCI, and that the lines collected follow the proposed centerline as shown on the map. The centerline of the western segment (Line 2) was marked by an orange flag in the field.

The seismic refraction profile is displayed in Figure 3 as a contoured P-wave velocity cross-section. Contoured values represent wave velocities in feet per second. The solid thick black line along the top of each section represents the ground surface. Zones of rippability, based on the Caterpillar Performance Handbook (CAT, 1999. Edition 30, Pages 1-72 to 1-76.), are indicated as rippable, marginally rippable, or non-rippable, based on 1) the rock type (granite, schist, sandstone, etc.), and 2) the type of ripper (D8R, D9R, etc.). In Figure 3, the rock type is granite and the smallest ripper (D8R) is assumed. The rippable zone of a larger ripper would extend into higher velocity rock. The bend in the profile at station 4+67/WE-04/SB-7 shows a discontinuity in the velocity contours. This is a result of the need to process Line 1 and 2 separately.

Line 1 and Line 2 show variation in thickness in rippable materials. The thickness across most of Line 2 is approximately 10 feet, with a sharp increase at the bend in section (station 4+67) to over 30 feet. This thick zone extends to the east for approximately 100 feet from the bend. A zone of thin rippable material is present between stations 5+70 and 6+70. The thickness increases to approximately 25 feet between 6+70 and 7+60, with a pinnacle centered at 7+65. Between the pinnacle and nearly to the end of the line the thickness is over 30 feet.

Boreholes SB-8 through SB-8c were drilled within the zone of thin rippable material between stations 5+70 and 6+70. All boreholes were shallow. SB-8, SB-8a, and SB-8b hit obstructions at 6 feet or less. If the obstructions are assumed to indicate top of bedrock, the seismic velocity indicative of top of rock is

ERT is a Woman-Owned Business ISO 9001:2008 • SEI CMMI-Level 2 ERT, Inc. 14401 Sweitzer Lane, Suite 300 Laurel, MD 20707 Phone: 301-361-0620 | Fax: 301-361-0659 www.ertcorp.com approximately 4300 ft/s. Note that this top-of-rock velocity is defined differently than the top of marginally rippable material and they need not necessarily agree. The 4300 ft/s contour is shown in red on the profiles.

5.0 Closing

The field procedures and interpretative methodologies used in this project are consistent with standard, recognized practices in similar geophysical investigations. The correlation of geophysical responses with probable subsurface features is based on the past result of similar surveys although it is possible that some variation could exist at this site. This warranty is in lieu of all other warranties either implied or expressed. ERT assumes no responsibility for interpretations made by others based on work performed by or recommendations made by ERT.

Sincerely, Earth Resources Technology, Inc.

James L. Stuby, M.S., P.G. Senior Geophysicist

ERT is a Woman-Owned Business ISO 9001:2008 • SEI CMMI-Level 2 geophone 123456789101112131415161718192021222324 0

20 A: Forward Far Shot (40 ft offset) 40 time (ms)

60

0

20 B: Forward End Shot (between geophone 1 & geophone 2) 40 time (ms)

60

0

20 C: Midpoint Shot (between geophone 12 & geophone 13) 40 time (ms) Example "first break picks" shown in blue 60

0

20 D: Reverse End Shot (between geophone 23 & geophone 24) 40 time (ms)

60

0

20 E: Reverse Far Shot (27 ft offset) 40 time (ms)

60

Example of Raw Seismic Refraction Data FIGURE 1 from single 24-geophone setup revised July 2014 geophone interval: 10 feet (note: data not from this site) SCALE: As shown 4+67 Line 2 3+57

Lin e 1

8 +20 8 +77

0 50 100 150 200 Feet

1. Topographic data and engineering station information provided by KCI, "Major Site Plan" drawing, sheets CS-02 and CS-03, dated 12-21-2018. 2. Seismic refraction Line 1 and Line 2 shown in blue.

Map of Survey Area FIGURE 2 Gravity Sewer, CECO to Cherry Hill Connection Elkton, Cecil County, Maryland March 2019 Scale: 1" = 80' Approximate West Approximate East

P-wave Caterpillar velocity D8R Bend in section ft/s Ripper in Line 2 Line 1 granite WE-04 1000 SB-7 SB-8 SB-8a SB-8b SB-8c WE-05 2000 360 380 400 420 440 460 480 500 520 540 560 580 600 620 640 660 680 700 720 740 760 780 800 820 840 860 3000 rippable 180 180 4000

000 5000 43 4000 4000 2 2000 5000 00 4300 160 5800 5000 5800 4300 160 6000 4300 4000 marginally 8 5000 5000 000 7000 rippable 5 8 0 5800 0 8000 140 1 140 0000 9000 5800 10000

elevation (feet) elevation 120 120 11000 12000 13000 100 100 non- 14000 rippable 15000 16000 17000 18000 19000 20000

1. Data collected on March 15, 2019, using Geometrics SmartSeis seismograph with 4.5 Hz geophones. 2. Data processed using SeisOpt 2D v6.0.

Seismic Refraction Profile FIGURE 3 Gravity Sewer, CECO to Cherry Hill Connection March 2019 Elkton, Cecil County, Maryland Scale: 1" = 40' APPENDIX B – MDE Construction Permit This Page Intentionally Left Blank APPENDIX C – Maryland Department of the Environment General Permit for Stormwater Associated with Construction Activity (Notice of Intent) This Page Intentionally Left Blank Larry Hogan, Governor

Boyd K. Rutherford, Lt. Governor

Ben Grumbles, Secretary

Horacio Tablada, Deputy Secretary

2/19/2019

Cecil County Department of Public Works 200 Chesapeake Blvd Suite 2400A Elkton, Maryland 21921

RE: MDRCH048G

Dear Mr. Jonathan Pohlman:

Please fi nd enclosed documentation of coverage under the 2014 General Permit for Stormwater Associated with Construction Activity (MDRC) for: CECO to Cherry Hill WWTP Connection issued to Cecil County Department of Public Works Please note that the effective date of coverage under the General Permit is the date on the attached cover sheet. If the current erosion and sediment control plan approval covers only part of the entire site covered by this permit, be advised that this permit does not authorize discharges from the other portions of the site until the appropriate erosion and sediment control approval authority approves the erosion and sediment control plan for those portions. The permit also requires that the site have an approved stormwater management plan (unless exempt or waived by the stormwater approval authority) prior to earth disturbance. Part IV.C.3 of the permit requires the permittee to use the standard written report form as provided by MDE. The form is available on MDE’s website at the following location both as a fi llable Microsoft Word form and as an Adobe Acrobat fi le. http://mde.maryland.gov/programs/water/Compliance/Pages/gp_construction.aspx

Print this letter and the cover sheet and keep them with your permit fi le. In addition, download the 2014 General Permit from the above website, print it for your permit fi le, and refer to it to ensure compliance with its terms. Submit any modifi cations to this coverage, Transfers of Authorization, or Notices of Termination via the ePermits portal. If your contact information changes, update it through the ePermits portal.

Your cooperation in this matter is appreciated. If you have any questions, please call the administrative team for the General Permit at (410) 537-3019.

Sincerely,

D. Lee Currey, Director Water and Science Administration

1800 Washington Boulevard | Baltimore MD 21230 | 1-800-633-6101 | 410-537-3000 | TTY Users 1-800-735-2258 www.mde.maryland.gov GENERAL PERMIT FOR STORMWATER ASSOCIATED WITH CONSTRUCTION ACTIVITY

State Discharge Permit Number: Eff ective Date: 2/19/2019 MDRCH048G Expiration Date: 12/31/2019

NOTE: If site work is complete per Part II. I. prior to the expiration date, the permittee must submit a Notice of Termination and terminate the permit.

Pursuant to the provisions of Title 9 of the Environment Article, Annotated Code of Maryland, and regulations promulgated thereunder, and the provisions of the Clean Water Act, 33 U.S.C., Section 1251 et. seq., and implementing regulations 40 CFR Parts 122, 123, 124 and 125, the Department of the Environment hereby establishes conditions and requirements pertinent to stormwater associated with construction activity at the site described below and authorizes: Cecil County Department of Public Works 200 Chesapeake Blvd Suite 2400A Elkton, Maryland 21921

TO DISCHARGE STORMWATER FROM: CECO to Cherry Hill WWTP Connection construction project on 5.16 acres at property located at South of Cherry Hill, Johnstown Road, Elkton, Maryland 21921

If the current erosion and sediment control plan approval covers only part of the entire site covered by this permit, this permit does not authorize discharges from the other portions of the site until the appropriate erosion and sediment control approval authority approves the erosion and sediment control plan for those portions. TO: A municipal separate storm sewer system -- Cecil County DPW, Big Elk Creek

which is Waters protected for Support of Estuarine and Marine Aquatic Life and Shellfish Harvesting in accordance with the 2014 General Permit. Th e vicinity map submitted with the Notice of Intent is considered incorporated herein and made a part hereof. APPENDIX D – MDE SRF State Insert This Page Intentionally Left Blank February 2019

REQUIREMENTS AND CONTRACT PROVISIONS FOR THE TREATMENT WORKS PROJECTS

FINANCED THROUGH THE MARYLAND WATER QUALITY REVOLVING LOAN FUND

AND THE MARYLAND DRINKING WATER REVOLVING LOAN FUND

DEPARTMENT OF THE ENVIRONMENT

STATE OF MARYLAND

The project or segment thereof to be constructed in accordance with these contract documents is subject to the following requirements. In the event of conflict with other requirements of the contract documents, the following requirements control unless the requirement is a minimum requirement. Nothing in this document shall be construed to prohibit the owner from requiring additional assurances, guarantees, indemnities, or other contractual requirements from any other party to this agreement.

I. ASSURANCES FOR COMPLIANCE WITH THE FOLLOWING FEDERAL AND STATE LAWS AND REGULATIONS:

1. NON-DISCRIMINATION IN EMPLOYMENT

2. DEBARMENT

3. ANTI-KICKBACK

4. CONTRACT WORK HOURS AND SAFETY STANDARDS.

5. COMPLIANCE WITH CFR 40 247– 254 (RCRA - SECTION 6002)

6. COMPLIANCE WITH PREVAILING FEDERAL WAGE RATES UNDER THE DAVIS- BACON AND RELATED ACTS IN ACCORDANCE TO SECTION VI OF THIS DOCUMENT

7. MARYLAND ANTIDEGRADATION IMPLEMENTATION PROCEDURES

8. USE OF AMERICAN IRON AND STEEL

II. DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION

 GUIDANCE DOCUMENTS AND FORMS (EPA & STATE FORMS)

(Performance of the good faith steps are required, regardless of goal achievement. All information is to be submitted to the owner, prior to the owner’s award of the contract, UNLESS OTHERWISE DIRECTED BY THE OWNER).

III. PRESIDENTIAL DOCUMENTS

 ATTACHMENT II

EXECUTIVE ORDER 13202 of February 17, 2001

EXECUTIVE ORDER 13208 of April 8, 2001

IV. SEVERABILITY

V. PROJECT SIGN

VI. FEDERAL WAGE RATE REQUIREMENTS UNDER THE DAVIS-BACON AND RELATED ACTS

1 February 2019

I. ASSURANCES

The contractor is required to comply with the Federal laws and regulations in regard to non-discrimination in employment, debarment, anti-kickback, contract work hours and safety standards, and prevailing Federal wage rates under the Davis-Bacon and related acts as delineated below. 1. Non-discrimination in Employment: The contractor is required to comply with Executive Order 11246 of September 24, 1965 entitled “Equal Employment Opportunity” as amended by Executive Order 11375 of October 13, 1967. The contract for the work under this proposal will obligate the prime contractor and its subcontractors not to discriminate in employment practices. The contractor shall not maintain or provide for his/her employees the facilities, which are segregated on a basis of race, creed, color, or national origin, whether such facilities are segregated by directive or on a de facto basis. The contractor must, if requested, submit a compliance report concerning their employment practices and policies in order to maintain his/her eligibility to receive the award of the contract. The contractor must be prepared to comply in all respects with the Contract Provisions regarding non- discrimination, as stipulated under the Labor Standards. 2. Debarment: Under Executive Order 12549, an individual or organization debarred from participation in Federal assistance or benefit programs may not receive any assistance award under a Federal program, or a sub-agreement thereunder for $25,000 or more. Therefore, the bidder as an individual or as an organization, presently debarred, suspended, proposed for debarment, will be declared ineligible to participate in bidding the proposed contract as a prospective recipient of financial assistance from the Maryland Department of the Environment. The contractor shall not enter into any sub-contract with any individual, firm or organization debarred from Government contracts pursuant to Executive Order 11246. 3. Anti-kickback: The contractor and/or its sub-contractors shall comply with the Copeland “Anti-Kickback” Act (18 U.S.C. 874). Any evident illicit kickback practice in any shapes or forms will cause termination of the contract. 4. Contract Work Hours and Safety Standards: The contractor and/or its sub-contractors shall comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330). 5. Compliance with 40 CFR: 247– 254 (RCRA - Section 6002): The contractor shall comply with the guidelines contained in 40 CFR 247– 254 (Section 6002 of the Resource Conservation and Recovery Act). State and local recipients and sub-recipients of grants, loans, cooperative agreements or other instruments funded by appropriated Federal funds shall give preference in procurement programs to the purchase of recycled products pursuant to the EPA guidelines. 6. Compliance with Prevailing Federal Wage Rates under the Davis-Bacon and Related Acts in accordance to Section VI of this document.

All laborers and mechanics employed by contractors and sub-contractors on projects funded directly by or assisted in whole or in part by and through the Federal Government programs including the State Revolving Loan fund shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. With respect to the labor standards

2 February 2019

specified in this section, the Secretary of Labor shall have the authority and functions set forth in Reorganization Plan Numbered 14 of 1950 (64 Stat. 1267; 5 U.S.C.App.) and section 3145 of title 40, United States Code. Most recent Federal prevailing wages can be obtained from: http://www.wdol.gov/

The prevailing wage determination category that should be used for this project is Heavy Construction (including water and sewer). This determination is based on the Federal Department of Labor Wage and Hour Division classification.

7. Maryland Antidegradation Implementation Procedures:

The Clean Water Act requires three components to water quality standards that set goals for and protect each States’ waters. The three components are: (1) designated uses that set goals for each water body (e.g., recreational use), (2) criteria that set the minimum conditions to support the use (e.g., bacterial concentrations below certain concentrations) and (3) an antidegradation policy that maintains high quality waters so they are not allowed to degrade to meet only the minimum standards. The designated uses and criteria set the minimum standards for Tier I.

Maryland’s antidegradation policy has been promulgated in three regulations: COMAR 26.08.02.04 sets out the policy itself, COMAR 26.08.02.04-1, provides for identification and implementation of Tier II (high quality waters) of the antidegradation policy, and COMAR 26.08.02.04-2 that describes Tier III (Outstanding National Resource Waters or ONRW), the highest quality waters. No Tier III waters have been designated at this time. Any capital funding project occurring within Tier II catchment areas, which are areas that drain to Maryland’s high quality designated Tier II stream segments, must undergo Antidegradation Review.

To determine if your project is located within Tier II catchment area, please visit: http://www.mde.state.md.us/programs/Water/TMDL/Water%20Quality%20Standards/Pages/High QualityWatersMap.aspx

Or contact Ms. Angel Valdez of MDE Environmental Standards and Assessment Program, at (410) 537-3606, or at [email protected].

Please be aware that projects subject to an Antidegradation or Tier II review must adequately address comments that arise during the review before funding can be granted.

How Tier II Stream Segments are Designated

 Currently high quality stream segments are designated for the characteristic of biology using Maryland Biological Stream Survey (or comparable) data  Streams are recorded in Table O (COMAR 26.08.02.04-1) and the pending list of streams awaiting promulgation or corrections is maintained on the MDE website.

The Basic Antidegradation Review Process

Many of the projects funded by the Water Quality Financing Administration (WQFA) at MDE result in a net improvement to water quality. As a result, the antidegradation review process for WQFA generally involves making sure that any land disturbance activities associated with the project includes additional controls. Any other antidegradation reviews specific to project discharges (e.g. end-of-pipe) will be addressed separately through the permitting process.

To help expedite the review process the following list of practices has been provided. These practices include “accelerated stabilization, redundant controls, increased riparian buffers, passive or active chemical treatment, or a reduction in the size of the grading unit” as stated in the 2011 Maryland Standards and Specifications for Soil Erosion and Sediment Control to address Tier II issues. All practices implemented should be evident in plans. When using the list below to aide in planning keep in mind that application and site specifics will ultimately determine each recommendation’s applicability. Also realize that this list is not exhaustive and additional practices may be identified as specific plans become available.

3 February 2019

 Initial Considerations: including limiting vegetative disturbances, phasing and/or sequencing, accelerated stabilization, minimum weekly inspections, and timing of in-stream work to low flow periods or clear weather forecasts

 Expanded Riparian Buffers (for new structures/expansions only): from 100 to 230 feet, depending upon slope and soil composition, on all intermittent and perennial streams within project footprint to help further address direct hydrologic impacts to surface waters. See Table 1 for more details. Table 1

Adjusted Average Optimal Buffer Width Key for HQ Waters (minimum width 100 feet) Slopes (%) Hydrologic Soil Group 0-5% 5-15% 15-25% >25% Ab 100 130 160 190 C 120 150 180 210

D 140 170 200 230

 Streamside Management Zones (buffer areas for utility projects): where disturbance and work cannot be avoided, utilize minimally disturbing & selective vegetative clearing methods, restorative planting (not seeding) for major near-stream clearings totaling 1 acre or more, no mulch placement within the streamside management zones, if possible allow small shrub growth

 Enhanced Buffer Management: including sheetflow of discharge beyond the minimum 100 foot vegetative buffer or implementing redundant mechanisms in dewatering exercises such as devices in manifold, use of chemical filtration aides, combining two practices such as filter bags with vegetated buffers and silt fencing. Also incorporation of super silt fencing or an equivalent practice when working near streams.

 Enhanced Temporary Access Waterways Crossings: including utilizing horizontal directional drilling/jack and bore for all major stream crossings or sensitive crossings, including a frac-out plan; preferential use of partial diversions (where possible); and utilization of temporary access bridges over fords.

 Special Concern- pH and Water Quality: For all activities related to in-stream grout placement, either in bags or as fill:

1. To prevent impacts to in-stream pH, such operations should occur “in-the-dry”. 2. An emergency treatment plan should be in place to address accidental material releases. 3. Cure time allotted should reflect chemically stable grout material and should also represent the most conservative time in the expected cure range. 4. The water quality standard numeric criteria for pH must be met in the ‘first flush’ before diversion is removed.

 Stormwater Management: follow the current guidelines within the Maryland Stormwater Design Manual (2009 Revised), including ESD to the MEP or other non-structural practices

4 February 2019

8. Use of American Iron and Steel

None of the funds made available by a State water pollution control revolving fund as authorized by title VI of the Federal Water Pollution Control Act (33 U.S.C. 1381 et seq.) or made available by a drinking water treatment revolving loan fund as authorized by section 1452 of the Safe Drinking Water Act (42 U.S.C. 300j–12) shall be used for a project for the construction, alteration, maintenance, or repair of a public drinking water system or water quality treatment works unless all of the iron and steel products used in the project are produced in the United States.

In this section, the term ‘‘iron and steel products’’ means the following products made primarily of iron or steel:

. Lined or unlined pipes and fittings . Manhole covers and other municipal castings . Hydrants . Tanks . Flanges . Pipe clamps and restraints . Valves . Structural steel . Reinforced precast concrete . Construction materials

Certification Process:

The final manufacturer that delivers the iron or steel product to worksite, vendor, or contractor, may provide a certification asserting that all manufacturing processes occurred in the US. The certification should include the name of the manufacturer, the location of the manufacturing facility where the product or process took place (not its headquarters), a description of the product or item being delivered, and a signature by a responsible party.

Additional documentation such as Step Certification may be needed if the certification is lacking important information. A Step Certification is a process under which each handler (supplier, fabricator, manufacturer, processor, etc) of the iron and steel products certifies that their step in the process was domestically performed. Each time a step in the manufacturing process takes place, the manufacturer delivers its work along with a certification of its origin.

Waiver:

A request for waiver may be submitted to MDE under at least one of the following waiver categories:

(1) Applying this provision would be inconsistent with the public interest;

(2) Iron and steel products are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or

(3) Inclusion of iron and steel products produced in the United States will increase the cost of the overall project by more than 25 percent.

MDE may agree with the waiver request and submit it to the Administrator of the Environmental Protection Agency for final approval. Alternatively, MDE may, in its sole discretion, reject the waiver request and elect not to fund the project.

5 February 2019

De Minimis Nationwide Waiver:

A De Minimis Nationwide Waiver was issued by EPA, on April 15, 2014, allowing non-AIS miscellaneous, generally low-cost components that are essential for, but incidental to, the construction and are incorporated into the physical structure of the project. The total cost for these incidental components should not exceed 5% of the total cost of the materials used in and incorporated into a project.

To be covered under this waiver, the grant/loan recipient must, in consultation with the contractor, take the following actions:

1. Retain relevant documentation (i.e. invoices) as to those items being covered under this waiver in their project files.

2. Summarize in reports to MDE the types and/or categories of items to which this waiver is applied, including the cost of each category/type. The report must also include the total cost of items covered by the waiver, the total cost of all materials used in and incorporated into the project, and the percentage of covered incidental items calculated by cost.

3. Upon the receipt of the report, MDE, within 30 calendar day of receipt, will accept and file the report, request additional information, or advise the grant/loan recipient that the items cannot be covered under this waiver and a project specific waiver is needed.

4. If no comments are received by MDE within 30 calendar days, the grant/loan recipient would not need to take any further action, unless more incidental items need to be covered, at which time cumulative summary would need to be submitted to MDE.

Within seven (7) days of the bid opening, the apparent low bidder shall sign the form of “Assurances for Compliance with Federal Laws and Regulations” pertaining to non-discrimination in employment, debarment, anti-kickback, contract work hours and safety, compliance with prevailing Federal wage rates under the Davis-Bacon and related acts, and Maryland Antidegradation Implementation Procedures, and use of American iron and steel. The form is appended herewith in Section I.

6 February 2019

ASSURANCES FOR COMPLIANCE WITH FEDERAL LAWS AND REGULATIONS FOR WATER QUALITY-TREATMENT WORKS AND DRINKING WATER PROJECT

Project Name: ______Contract No. (if applicable): ______

The contractor is required to comply with the following Federal laws and regulations:

1. Non-discrimination in Employment in accordance with Executive Order 11246 of September 24, 1965 entitled “Equal Employment Opportunity” as amended by Executive Order 11375 of October 13, 1967.

2. Debarment in accordance with the Executive Order 12549 and Executive Order 11246.

3. Anti-kickback in accordance with the Copeland “Anti-Kickback” Act (18 U.S.C. 874).

4. Contract Work Hours and Safety Standards in accordance with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330).

5. Compliance with Guidelines Contained in 40 CFR 247-254 (RCRA - Section 6002).

6. The prevailing Federal wage rates as determined by the U.S. Department of Labor under the Davis-Bacon and related acts. The prevailing wage determination category that should be used for this project is Heavy Construction (including water and sewer). Available at: http://www.wdol.gov/.

General Decision Number: ______Date: ______

7. Maryland Antidegradation Implementation Procedures as promulgated in three regulations: COMAR 26.08.02.04 sets out the policy itself, COMAR 26.08.02.04-1, provides for identification and implementation of Tier II (high quality waters) of the antidegradation policy, and COMAR 26.08.02.04-2 that describes Tier III (Outstanding National Resource Waters or ONRW), the highest quality waters. No Tier III waters have been designated at this time.

8. Use of American Iron and Steel, as promulgated by H.R. 3547, “Consolidated Appropriations Act, 2014,” Division G, Title IV, enacted on January 17, 2014.

I do solemnly declare and affirm that I am obligated to comply with the above Federal laws and regulations. It is understood that non-compliance with any one of the above Federal laws and regulations will be sufficient reason to cause termination of the contract.

______Contractor

Signed by: ______Authorized Officer Date

______Name (Print) Title (Print)

7 February 2019

II. Maryland Department of the Environment Maryland Water Quality & Drinking Water Revolving Loan Fund Programs Disadvantaged Business Enterprise Program (DBE) Guidance for Prime (Construction & A/E) Contractors

The Maryland Water Quality and Drinking Water Revolving Loan Fund Programs (RLF) receive federal funds from the U.S. Environmental Protection Agency (EPA). The funds are used to provide low interest rate loans to finance water quality and drinking water capital projects. As a condition of federal grant awards, EPA regulations require that loan recipients and sub-recipients (i.e., prime contractors and subcontractors) make a good-faith effort to award a fair share of work to DBEs who are small business enterprises (SBE’s), minority business enterprises (MBE’s) and women’s business enterprises (WBE’s). A/E service consultants who receive loan funds are also considered as prime contractors and must comply with DBE requirements. Additionally, EPA’s DBE rule requires loan recipients and sub-recipients to adhere to the terms and conditions in Appendix A attached hereto.

To ensure compliance with EPA DBE requirements, the MWQFA has developed guidance for both Loan Recipients and Prime Contractors (sub-recipients) to undertake certain good faith efforts to provide opportunities for DBE firms to participate in contracts. EPA regulations require evidence of the demonstration of the six good faith efforts in trying to achieve the DBE participation goals. MDE’s negotiated DBE participation goals with EPA have been approved as of February 6, 2019 and are effective for three years through September 30, 2021. The goals below are not a quota and apply to DBE participation only.

Procurement Category MBE Goal (%) WBE Goal (%) Construction 22 16 Equipment 23 11 Services 25 18 Supplies 23 11

Good Faith Efforts: The following good faith efforts apply to the procurement categories involving EPA financial assistance funds (See Appendix B: EPA Good Faith Efforts):

Step 1: Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities by placing qualified DBEs on solicitation lists whenever they are potential sources.

Step 2: Establishing delivery schedules, where the requirement permits to encourage participation by DBEs. The prime contractor should allow a 30-day minimum advertising period for bidding.

Step 3: Dividing total requirements, when economically feasible, into small tasks or quantities, to permit maximum participation of DBEs.

Step 4: Encourage contracting with a consortium of DBEs, when a contract is too large for one of these firms to handle individually.

Step 5: Using the services and assistance of the Maryland Department of Transportation (MDOT), the United States Small Business Administration (SBA) and the Minority Business Development Agency (MBDA) of the U.S. Department of Commerce (See Appendix C).

Step 6: Require each sub-contractor, if subcontracts are to be let, to take the steps 1- 5.

Please submit all information to: DBE Coordinator, MWQFA 1800 Washington Blvd., Baltimore MD 21230 Phone: 410-537-3146, FAX: 410-537-3968 http://www.mde.state.md.us/programs/Water/QualityFinancing/MinorityandWomensBusinessEnterprises/Pa ges/Programs/WaterPrograms/Water_Quality_Finance/MWBE/index.aspx

8 February 2019

Disadvantaged Business Enterprise Program (DBE)

Guidance for Prime (Construction & A/E) Contractors

Demonstration of the Six Good Faith Efforts. See Appendices A & B for additional bidding instructions and contract administrative provisions.

A: Prime contractors are required to undertake good faith efforts. Steps 1 & 5 can be attained by developing a bidders list of qualified DBE firms that can bid as sub-contractors. The prime contractors should advertise in minority, local and regional newspapers and obtain a bidders list from the loan recipient to supplement their list. The bidders list used during sub-contractor solicitation must be available throughout the project’s construction period.

In developing bidders list of qualified DBE firms for participation as sub-contractors in construction, equipment, services, and supplies, the prime contractors should contact and gather information from different resources (See Appendix C) such as:

 Loan Recipient  U.S. Small Business Administration (US-SBA)  Minority Business Development Agency (MBDA) of the US Department of Commerce  Maryland Department of Transportation (MDOT)

The DBE bidders lists may be classified with Standard Industrial Classification (SIC) or NAICS codes, should be updated periodically, and should be made available to sub-contractors to solicit additional sub-contractors, if necessary. The prime contractor is required to keep the bidders list throughout the project’s construction period.

B: Prime contractors are also required to undertake good faith efforts. Steps 2, 3, & 4, can be utilized during the project planning, design and/or pre-bidding phase, to assure that qualified DBE firms have procurement opportunities in construction, equipment, services, and supplies.

To provide procurement opportunities to DBE firms, the Prime Contractor should undertake the following:

 Conduct pre-bid meetings to inform potential bidders/contractors about DBE requirements and provide guidance in undertaking the required good faith efforts.  Use the bidders list developed in Item A (above) to solicit DBE firms as sub contractors.  Invite DBE firms, where appropriate, to meetings, conferences, etc., to inform them of procurement opportunities and develop, where possible, reasonable contract and delivery schedules that encourage and facilitate participation by DBEs.  Determine if a project can be broken down into smaller components/contracts to allow opportunity for DBE firms to bid as sub-contractors.  For projects broken down into smaller components (e.g., painting, roofing, excavation, pipe laying, etc.) ensure that the delivery schedules are reasonable.  Encourage DBE firms, where appropriate, to apply as a consortium, or as part of a consortium of DBEs, when a contract is too large for one of these firms to handle individually.

9 February 2019

MARYLAND DEPARTMENT OF THE ENVIRONMENT 1800 Washington Boulevard Suite 515 Baltimore MD 21230-1718 410 537 3119 1-800-633-6101 http://www.mde.state.md.us/programs/Water/QualityFinancing/MinorityandWomensBusinessEnterprises/Pages/Pro grams/WaterPrograms/Water_Quality_Finance/MWBE/index.aspx

Disadvantaged Business Enterprise (DBE) Good Faith Efforts Checklist To be completed by Prime (Construction & A/E) Contractor

Project Name:

Procurement Category: Check box for all M/WBE procurement categories being reported under the above referenced project. Construction  Equipment  Services  Supplies 

For each procurement action, please answer the following questions

A: Develop Bidders List of DBE firms A1 Did you develop a Bidders List of DBE firms? Yes  No  A2 Did you advertise in minority, local, regional papers or Dodge Report? Yes  No  A3 Did you send invitation for bids to DBE trade associations? Yes  No  A4 Did you contact US-SBA/MBDA/MDOT? Yes  No  A5 Did you receive Bidders List from Loan Recipient? Yes  No  A6 Did you provide MDE with Bidders List? Yes  No 

B: Smaller work components and delivery schedules B1 Did DBE firms have opportunities to bid as subcontractors? Yes  No  B2 Did you break down the project, where economically feasible, into smaller components for DBE firms to bid as subcontractors? Yes  No  B3 Do project components have reasonable delivery schedules? Yes  No  B4 Did you allow a reasonable time for DBEs to bid? Yes  No  B5 Did you encourage DBEs to bid as a consortium due to project size? Yes  No 

C: Solicitation Summary of DBE firms (Prime Contractor must fill EPA Form 6100-4) C1 Did you use the Bidders List to solicit subcontractors? Yes  No  C2 Did DBE firms bid as subcontractors (provide list, work type, & price)? Yes  No  C3 Did you select any DBE firms as subcontractor? Yes  No  C4 Is the subcontractor using any additional subcontractors? Yes  No 

Prime contractor must provide to loan recipient: (1) list of ALL subcontractors (DBE and non-DBE) with type of work and estimated dollar amounts; (2) completed EPA Form 6100-4; and, (3) completed EPA Form 6100-3 for each DBE subcontractor. Also, EPA Form 6100-2 to each DBE subcontractor.

Supporting Documentation

In support of the actions taken in items A, B, and C, (above), all prime contractors must attach this checklist along with supporting documentation for “Yes” answers and an explanation for “No” answers. Examples of supporting documentation include: (i) Bidders List of DBE firms; (ii) list of sub-contract work elements possible under the prime contract; (iii) proof of contact with DBE firms as potential sub contractors (copies of invitations for bids/RFP, contact letters, faxes and telephone call sheets, etc.; (iv) copies of all procurement advertisements; and, (v) list of all sub contractors that submitted bids/RFP.

______Prime Contractor’s Name and Title Prime Contractor Official’s Signature/ Date

Contact Phone # ______

10 February 2019

11 February 2019

12 February 2019

13 February 2019

14 February 2019

15 February 2019

16 February 2019

APPENDIX A: EPA DISADVANTAGED BUSINESS ENTERPRISE PROGRAM

EPA’s Disadvantaged Business Enterprise Program rule applies to contract procurement actions funded in part by EPA assistance agreements awarded after May 27, 2008. The rule is found at Federal regulation Title 40, Part 33. Specific responsibilities are highlighted below.

Loan Recipient Responsibilities:

 Include MDE’s DBE guidance in each contract with a primary contractor, MDE, October 2008.

 Employ the six Good Faith Efforts during prime contractor procurement (§ 33.301).

 Require prime contractor to comply with the following prime contractor requirements of Title 40 Part 33:

a) To employ the six Good Faith Efforts steps in paragraphs (a) through (e) of § 33.301 if the prime contractor awards subcontracts (§ 33.301(f)).

b) To provide EPA form 6100-2 – DBE Subcontractor Participation Form to all DBE subcontractors (Optional submittal by subcontractors) (§ 33.302(e)).

c) To submit EPA forms 6100-3 – DBE Program Subcontractor Performance Form and 6100-4 – DBE Program Subcontractor Utilization Form with bid package or proposal. (§ 33.302 (f) and (g)).

d) To pay its subcontractor for satisfactory performance no more than 30 days from the prime contractor’s receipt of payment from the recipient (§ 33.302(a)).

e) To notify recipient in writing by its prime contractor prior to any termination of a DBE subcontractor for convenience by the prime contractor (§ 33.302(b)).

f) To employ the six good faith efforts described in § 33.301 if soliciting a replacement subcontractor after a DBE subcontractor fails to complete work under the subcontract for any reason. (§ 33.302(c)).

g) To employ the six good faith efforts described in § 33.301 even if the prime contractor has achieved its fair share objectives under subpart D of Part 33. (§33.302(d)).

h) Provide grant recipient DBE participation achievements with bid proposal

 Maintain records documenting its compliance with the requirements of Title 40 Part 33, including BIDDERS LIST and documentation of its, and its prime contractors’, good faith efforts (§ 33.501(a)).

Prime Contractor Responsibilities:

 Employ the six Good Faith Efforts steps in paragraphs (a) through (e) of § 33.301 if the prime contractor awards subcontracts (§ 33.301(f)).

17 February 2019

 Provide EPA form number 6100-2 – DBE Program Subcontractor Participation Form and form number 6100-3 – DBE Program Subcontractor Performance Form to each DBE subcontractor prior to opening of the contractor’s bid or proposal (§ 33.302(e) and (f)).  Complete EPA form number 6100-4 – DBE Program Subcontractor Utilization Form (§ 33.302(g).  Submit to recipient with it bid package or proposal the completed EPA form number 6100-4, plus an EPA form number 6100-3 for each DBE subcontractor used in the contractor’s bid or proposal (§ 33.302(f) and (g)).  Pay subcontractors for satisfactory performance no more than 30 days from the prime contractor’s receipt of payment from the recipient (§ 33.302(a)).  Notify the recipient in writing prior to prime contractor termination of a DBE subcontractor for convenience (§ 33.302(b)).  Employ the six good faith efforts described in § 33.301 if soliciting a replacement subcontractor after a DBE subcontractor fails to complete work under the subcontract for any reason. (§ 33.302(c)).  Employ the six good faith efforts described in § 33.301 even if the prime contractor has achieved its fair share objectives under subpart D of Part 33. (§33.302(d)).  Provide loan recipient DBE participation achievements with bid proposal: (1) list of ALL subcontractors (DBE and non-DBE) with type of work and estimated dollar amounts; (2) completed EPA Form 6100-4; and (3) completed EPA Form 6100-3 for each DBE subcontractor.  Maintain records documenting its compliance with the requirements of Title 40 Part 33, including BIDDERS LIST documentation of its, and its prime contractors’, good faith efforts (§ 33.501(a)). Subcontractor Responsibilities:

 May submit EPA form 6100-2 – DBE Subcontractor Participation Form to Romona McQueen, EPA Region 3 DBE Coordinator (§ 33.302(e)).

 Must complete EPA form 6100-3 – DBE Program Subcontractor Performance Form, and submit it to the prime contractor soliciting services from the subcontractor prior to the opening of bids for the prime contract.

EPA Form Requirement Provided By Completed By Submitted To

EPA Form Loan Recipients required to Prime DBE Subcontractors EPA Region 3 DBE 6100-2 have prime contractors provide Contractors (Optional) Coordinator form to Subcontractors Romona McQueen EPA Form Loan Recipients required to Prime DBE Subcontractors Loan Recipients as part of 6100-3 have prime contractors provide Contractors with a bid or proposal form to Subcontractors Prime Contractor’s package Signature

EPA Form Loan Recipients required to Loan Prime Contractors Loan Recipients as part of 6100-4 have prime contractors complete Recipients a bid or proposal the form

Source: Federal Requirements and Contract Provisions for Special Appropriation Act Projects, US Environmental Protection Agency, Region III, June 2008

18 February 2019

APPENDIX B: TITLE 40 PART 33 SUBPART C—GOOD FAITH EFFORTS

§ 33.102 When do the requirements of this part apply?

The requirements of this part apply to procurement under EPA financial assistance agreements performed entirely within the United States, whether by a loan recipient or its prime contractor, for construction, equipment, services, and supplies.

§ 33.106 What assurances must EPA financial assistance recipients obtain from their contractors?

The recipient must ensure that each procurement contract it awards contains the term and condition specified in Appendix A to this part concerning compliance with the requirements of this part.

§ 33.206 Is there a list of certified MBEs and WBEs?

EPA OSDBU will maintain a list of certified MBEs and WBEs on EPA OSDBU’s Home Page on the Internet. Any interested person may also obtain a copy of the list from EPA OSDBU. The Maryland Department of Transportation will also have a bidders list.

§ 33.301 What does this subpart require?

A recipient, including one exempted from applying the fair share objective requirements by § 33.411, is required to make the following good faith efforts whenever procuring construction, equipment, services and supplies under an EPA financial assistance agreement, even if it has achieved its fair share objectives under subpart D of this part:

(a) Ensure DBEs are made aware of contracting opportunities fully practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources. (b) Make information on forthcoming opportunities available to DBEs, arrange periods for contracts, and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. (c) Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. (d) Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually. (e) Use the services and assistance of the SBA and the Minority Business Development Agency of the Department of Commerce. (f) If the prime contractor awards subcontracts, require the prime contractor to take the steps in paragraphs (a) through (e) of this section.

19 February 2019

§ 33.302 Are there any additional contract administration requirements?

(a) Loan recipient must require its prime contractor to pay its subcontractor for satisfactory performance no more than 30 days from the prime contractor’s receipt of payment from the recipient. (b) Its prime contractor must notify loan recipient in writing prior to any termination of a DBE subcontractor for convenience by the prime contractor. (c) If a DBE subcontractor fails to complete work under the subcontract for any reason, the recipient must require the prime contractor to employ the six good faith efforts described in § 33.301 if soliciting a replacement subcontractor. (d) A recipient must require its prime contractor to employ the six good faith efforts described in § 33.301 even if the prime contractor has achieved its fair share objectives under subpart D of this part. (e) A recipient must require its prime contractor to provide EPA Form 6100–2—DBE Program Subcontractor Participation Form to all of its DBE subcontractors. EPA Form 6100–2 gives a DBE subcontractor the opportunity to describe the work the DBE subcontractor received from the prime contractor, how much the DBE subcontractor was paid and any other concerns the DBE subcontractor might have, for example reasons why the DBE subcontractor believes it was terminated by the prime contractor. DBE subcontractors may send completed copies of EPA Form 6100–2 directly to the appropriate EPA DBE Coordinator. (f) A recipient must require its prime contractor to have its DBE subcontractors complete EPA Form 6100–3—DBE Program Subcontractor Performance Form. A recipient must then require its prime contractor to include all completed forms as part of the prime contractor’s bid or proposal package. (g) A recipient must require its prime contractor to complete and submit EPA Form 6100–4— DBE Program Subcontractor Utilization Form as part of the prime contractor’s bid or proposal package. (h) Copies of EPA Form 6100–2—DBE Program Subcontractor Participation Form, EPA Form 6100–3—DBE Program Subcontractor Performance Form and EPA Form 6100–4— DBE Program Subcontractor Utilization Form may be obtained from EPA OSDBU’s Home Page on the Internet or directly from EPA OSDBU. (i) A recipient must ensure that each procurement contract it awards contains the term and condition specified in the Appendix A concerning compliance with the requirements of this part. A recipient must also ensure that this term and condition is included in each procurement contract awarded by an entity receiving an identified loan under a financial assistance agreement to capitalize a revolving loan fund.

20 February 2019

§ 33.410 Can a recipient be penalized for failing to meet its fair share objectives?

A recipient cannot be penalized, or treated by EPA as being in noncompliance with this subpart, solely because its MBE or WBE participation does not meet its applicable fair share objective. However, EPA may take remedial action under § 33.105 for a recipient’s failure to comply with other provisions of this part, including, but not limited to, the good faith efforts requirements described in subpart C of this part.

Source: Federal Requirements and Contract Provisions for Special Appropriation Act Projects, US Environmental Protection Agency, Region III, June 2008

21 February 2019

APPENDIX C: RESOURCE LISTING AND CONTACT INFORMATION FOR UTILIZATION OF MINORITY AND WOMEN’S BUSINESS ENTERPRISES

Resource Listing Contact Website if applicable

State of Maryland Governor’s Office of Governor's Office of Minority http://www.oma.state.md.us/ Minority Affairs Affairs The mission of the Governor's Office of Minority Suite 1502 Affairs (GOMA) is facilitating minority business 6 Saint Paul Street enterprise activities through coordinating and Baltimore MD 21202 promoting government programs aimed at 767-8232 strengthening and preserving the state’s minority 1-(877) 558-0998 and women owned businesses. f-(410) 333-7568 [email protected]

U.S. Small Business Administration (SBA) In Website www.sba.gov/category/navigatio addition to the national office, the SBA has local n- district and regional offices to assist small structure/contracting/working- businesses in contracting with the public and with-government private sector.

CCR/Pro-Net is an extensive database that CCR Assistance Center www.ccr.gov/ combines the SBA’s Pro-Net database and the 888-227-2423 Select “Dynamic Small Business DOD’s Central Contractor Registration 269-961-5757 database of small businesses. DSN: 661-5757

U. S. Small Business Administration (SBA) - City Crescent Bld. 6th Floor www.sba.gov/tools/local- MD. District Office 10 South Howard St. assistance/districtoffices Baltimore MD 21201 Phone: 410 962-6195

Minority Business Development 1401 Constitution Ave NW www.mbda.gov/ Administration (MBDA): The MBDA is an Washington, D.C. 20230 agency within the U.S. Dept. of Commerce, Email: [email protected] created to foster the development and growth of 1.888.324.1551 minority businesses in the U.S. and coordinates resources in the public and private sectors to help MBE’s. Recipients and bidders should contact the centers and provide notices of contracting opportunities. Also, see the Phoenix database, which matches minority companies with business opportunities.

Standard Industrial Classification Codes (SIC) or Website www.sba.gov/content/north- North American Industry Classification System american-industry-classification- (NAICS) codes visit the website. system-codes-and-small-business- size-standards Maryland Department of Transportation (MDOT) Office Address www.mdot.maryland.gov/Office and the Minority/Disadvantaged Business 7201 Corporate Drive %20of%20Minority%20Business Enterprise (MDOT – MBE/DBE). Loan Hanover, MD 21076 %20Enterprise/HomePage.html recipients and bidders may locate qualified M/WBE’s through the MBE/WBE Directory. Or http://mbe.mdot.state.md.us/dir

22 February 2019

Mailing Address: ectory/ P.O. Box 548 Click on “Proceed to Directory. Hanover, MD 21076 Select any combination of the fields to identify M/WBE’s for the specific project opportunities. U.S. EPA Office of Small, Disadvantaged US.EPA http://cfpub.epa.gov/sbvps/ Business Utilization (OSDBU) – Office of Small Programs http://www.epa.gov/osdbu/ OSDBU’s mission includes “fostering 1200 Pennsylvania Avenue NW Select “search the OSDBU opportunities for partnerships, contracts, Mail Code 1230T Registry” subagreements, and grants for small and Washington, D.C. 20460 Click on the search criteria of socioeconomically disadvantaged concerns”. interest (ethnicity, size, SIC, etc.) One of the resources to assist prime contractors is a listing of small and disadvantaged businesses (a vendor profile system) registered with OSDBU.

National Black Chamber of Commerce 1350 Connecticut Ave. N.W. www.nationalbcc.org Suite 405 Washington D.C. 20036 Email: [email protected] Phone: 202 466-6888 Fax: 202 466-4918

Virginia Hispanic Chamber of Commerce 8300 Boone Blvd., www.vahcc.com (Northern Va.) 4TH Floor Vienna, VA 22182 Phone: 804.378.4099 Fax: 703 893-1269

U.S. Hispanic Chamber of Commerce 2175 K Street NW Suite 100 www.ushcc.com Washington, D.C. 20037

National Association of Minority Contractors 666 11 Street N.W. www.namcnational.org/ (NAMC) Suite 520 Washington D.C. 20001 Phone: 202 347-8250

Maryland/Washington Minority Contractors 1107 North Point Blvd, Suite 227 www.mwmca.org (MWMCA) Baltimore, MD 21224 410.282.6101 410.282.6102 –fax

National Association of Women’s Business 1760 Old Meadow Rd. Ste 500 www.nawbo.org Owners (NAWBO) – National McLean VA 22102 Phone: 800.556.NAWBO 703.506.3268 703.506.3266-fax

23 February 2019

NAWBO Baltimore Regional Chapter 4404 Silverbrook Lane, www.nawbomaryland.org Suite E-204 Owings Mills MD 21117 Email: Phone: 410 876-0502 [email protected] 410.654.9734-fax

NAWBO Delaware Chapter P.O. Box 4657 www.nawbodelaware.org Greenville Station Greenville, DE 19807-4657 Email: [email protected] Phone: 302 355.9945

MD/DC Minority Supplier Development 10770 Columbia Pike http://mddccouncil.org/ Council (MSDC) Lower Level, Suite L100 Silver Spring MD 20901 Phone: 301 592-6710 Fax: 301 592-6704

National Minority Supplier Development 1040 Avenue of the Americas, 2nd www.nmsdcus.org/ Council, Inc. (NMSDC) Floor New York, New York 10018 Phone: 212 944-2430 212.719.9611-fax

UIDA Business Services is a Native American 86 South Cobb Drive, MZ:0510 Procurement and Technical Assistance Center- Marietta, GA 30063-0510 maintains a comprehensive database of Native Phone, 770 494-0431 American owned firms 770.494.1236-fax or Northeast Region 2340 Dulles Corner Blvd Mail Stop: 1n01 Herndon, VA 20171 Phone: 703.561.3120 703.561.3124-fax

Diversity Business 200 Pequot Avenue www.diversitybusiness.com/ (A multi-cultural online resource) Southport, CT 06890 Phone 203.255.8966 203.255.8501-fax

National Association of Women in 327 S. Adams Street www.nawic.org/ Construction Fort Worth, TX 76104 Phone: 1-800-552-3506 Phone: 817.877.5551 817.877.0324-fax

24 February 2019

III. PRESIDENTIAL DOCUMENTS

PRESIDENTIAL EXECUTIVE ORDER 13202 OF FEBRUARY 17, 2001 and PRESIDENTIAL EXECUTIVE ORDER 13208 OF APRIL 8, 2001 are appended as Attachment II.

IV SEVERABILITY

In the event any provision of the within and foregoing Requirement, including any attachment thereto, shall be held illegal, invalid, unconstitutional or unenforceable by any court of competent jurisdiction, such holding shall not invalidate, render unenforceable or otherwise affect any other provision hereof.

V. PROJECT SIGN

The prime contractor shall provide and erect a sign at a prominent location at each construction site. The owner shall approve the site for the sign erection. The sign shall be prepared in accordance with detailed instructions to be provided by Maryland Department of the Environment (MDE).

It shall be the responsibility of the contractor to protect and maintain the sign in good conditions throughout the life of the project.

25 February 2019

26 February 2019

27 February 2019

28 February 2019

29 February 2019

30 February 2019

PROJECT SIGN

Project Type:

Insert the selected item under the project title:

___ Green Infrastructure Project - Constructing environmentally beneficial “green” infrastructure

___ Wetlands - Creating wetlands to improve water quality and create wildlife habitat

___ Stream restoration - Restoring streams to improve water quality and create wildlife habitat

___ Living shorelines - Turning shorelines into living habitats to improve water quality and to reduce erosion and flooding

___ Septic connections - Connecting homes to public sewer to eliminate failing septic systems, improve water quality, and protect public health

___ Drinking water extension - Connecting homes to public water supply to improve drinking water quality

___ Stormwater project - Reducing stormwater runoff to improve water quality, protect public health, and reduce flooding

___ CSOs, Sewer project - Preventing sewer overflows to improve water quality and protect public health

___ ENR - Reducing pollution to improve Maryland waterways and the Chesapeake Bay and to protect public health

31 February 2019

VI. FEDERAL WAGE RATE REQUIREMENTS UNDER THE DAVIS-BACON AND RELATED ACTS

Preamble With respect to the Clean Water and Safe Drinking Water State Revolving Funds, EPA provides capitalization grants to each State which in turn provides subgrants or loans to eligible entities within the State. Typically, the subrecipients are municipal or other local governmental entities that manage the funds. For these types of recipients, the provisions set forth under Roman Numeral I, below, shall apply. Although EPA and the State remain responsible for ensuring subrecipients’ compliance with the wage rate requirements set forth herein, those subrecipients shall have the primary responsibility to maintain payroll records as described in Section 3(ii)(A), below and for compliance as described in Section I-5. Occasionally, the subrecipient may be a private for profit or not for profit entity. For these types of recipients, the provisions set forth in Roman Numeral II, below, shall apply. Although EPA and the State remain responsible for ensuring subrecipients’ compliance with the wage rate requirements set forth herein, those subrecipients shall have the primary responsibility to maintain payroll records as described in Section II-3(ii)(A), below and for compliance as described in Section II-5.

I. Requirements For Subrecipients That Are Governmental Entities:

The following terms and conditions specify how recipients will assist EPA in meeting its Davis-Bacon (DB) responsibilities when DB applies to EPA awards of financial assistance with respect to State recipients and subrecipients that are governmental entities. If a subrecipient has questions regarding when DB applies, obtaining the correct DB wage determinations, DB provisions, or compliance monitoring, it may contact the State recipient. If a State recipient needs guidance, the recipient may contact Lorraine Fleury, EPA Region III, at 215-814-2341 or at [email protected] for guidance. The recipient or subrecipient may also obtain additional guidance from DOL’s web site at http://www.dol.gov/ whd/

1. Applicability of the Davis- Bacon (DB) prevailing wage requirements.

DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by a State water pollution control revolving fund and to any construction project carried out in whole or in part by assistance made available by a drinking water treatment revolving loan fund. If a subrecipient encounters a unique situation at a site that presents uncertainties regarding DB applicability, the subrecipient must discuss the situation with the recipient State before authorizing work on that site.

2. Obtaining Wage Determinations.

(a) Subrecipients shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that subcontractors follow the wage determination incorporated into the prime contract.

(i) While the solicitation remains open, the subrecipient shall monitor www.wdol.gov weekly to ensure that the wage determination contained in the solicitation remains current. The subrecipients shall amend the solicitation if DOL issues a modification more than 10 days

32 February 2019

prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the subrecipients may request a finding from the State recipient that there is not a reasonable time to notify interested contractors of the modification of the wage determination. The State recipient will provide a report of its findings to the subrecipient.

(ii) If the subrecipient does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the State recipient, at the request of the subrecipient, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The subrecipient shall monitor www.wdol.gov on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current.

(b) If the subrecipient carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing contractor (ordering instrument) rather than by publishing a solicitation, the subrecipient shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument.

(c) Subrecipients shall review all subcontracts subject to DB entered into by prime contractors to verify that the prime contractor has required its subcontractors to include the applicable wage determinations.

(d) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to a subrecipient’s contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the subrecipient has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the subrecipient shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL’s wage determination retroactive to the beginning of the contract or ordering instrument by change order. The subrecipient’s contractor must be compensated for any increases in wages resulting from the use of DOL’s revised wage determination.

3. Contract and Subcontract provisions.

(a) The Recipient shall insure that the subrecipient(s) shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF or a construction project under the DWSRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in § 5.1 the following clauses:

(1) Minimum wages.

(i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such

33 February 2019 laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in § 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

Subrecipients may obtain wage determinations from the U.S. Department of Labor’s web site, www.dol.gov.

(ii)(A) The subrecipient(s), on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The State award official shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

(1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and

(2) The classification is utilized in the area by the construction industry; and

(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the subrecipient(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the subrecipient (s) to the State award official. The State award official will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the State award official or will notify the State award official within the 30-day period that additional time is necessary.

(C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the subrecipient(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the award official shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the State award official, to the Administrator for determination. The request shall be

34 February 2019 sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

(iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

(2) Withholding. The subrecipient(s), shall upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the (Agency) may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

(3) Payrolls and basic records.

(i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the

35 February 2019 ratios and wage rates prescribed in the applicable programs.

(ii)(A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the subrecipient, that is, the entity that receives the sub-grant or loan from the State capitalization grant recipient. Such documentation shall be available on request of the State recipient or EPA. As to each payroll copy received, the subrecipient shall provide written confirmation in a form satisfactory to the State indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/ whd/forms/index.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the subrecipient(s) for transmission to the State or EPA if requested by EPA , the State, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the subrecipient(s).

(B) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph (a)(3)(ii)(B) of this section.

(D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

(iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the State,

36 February 2019

EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency or State may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

(4) Apprentices and trainees--

(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of

37 February 2019 the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

(iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

(5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

(6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

(7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

(8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and Subrecipient(s), State, EPA, the U.S. Department of Labor, or the employees or their representatives.

(10) Certification of eligibility.

(i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

38 February 2019

4. Contract Provision for Contracts in Excess of $100,000.

(a) Contract Work Hours and Safety Standards Act. The subrecipient shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

(1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a)(1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a)(1) of this section, in the sum of $25 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section.

(3) Withholding for unpaid wages and liquidated damages. The subrecipient, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, shall withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (a)(2) of this section.

(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of this section.

(b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Subrecipient shall insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Subrecipient shall insert

39 February 2019 in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the EPA and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job.

5. Compliance Verification

(a) The subrecipient shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that contractors or subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(3), all interviews must be conducted in confidence. The subrecipient must use Standard Form 1445 (SF 1445) or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are available from EPA on request.

(b) The subrecipient shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. Subrecipients must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the contractor or subcontractor is not complying with DB . Subrecipients shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence.

(c) The subrecipient shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that contractors or subcontractors are paying the appropriate wage rates. The subrecipient shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. At a minimum, if practicable, the subrecipient should spot check payroll data within two weeks of each contractor or subcontractor’s submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract . Subrecipients must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the contractor or subcontractor is not complying with DB. In addition, during the examinations the subrecipient shall verify evidence of fringe benefit plans and payments thereunder by contractors and subcontractors who claim credit for fringe benefit contributions.

(d) The subrecipient shall periodically review contractors and subcontractors use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that contractors and subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above.

(e) Subrecipients must immediately report potential violations of the DB prevailing wage requirements to the EPA DB contact listed above and to the appropriate DOL Wage and Hour District Office listed at http://www.dol.gov/ whd/america2.htm.

II. Requirements For Subrecipients That Are Not Governmental Entities

The following terms and conditions specify how recipients will assist EPA in meeting its DB responsibilities when DB applies to EPA awards of financial assistance with respect to State recipients and subrecipients that are not governmental entities. If a subrecipient has questions regarding when DB

40 February 2019 applies, obtaining the correct DB wage determinations, DB provisions, or compliance monitoring, it may contact the State recipient. If a State recipient needs guidance, the recipient may contact Lorraine Fleury, EPA Region III, at 215-814-2341 or at [email protected] for guidance. The recipient or subrecipient may also obtain additional guidance from DOL’s web site at http://www.dol.gov/ whd/

Under these terms and conditions, the subrecipient must submit its proposed DB wage determinations to the State recipient for approval prior to including the wage determination in any solicitation, contract task orders, work assignments, or similar instruments to existing contractors.

1. Applicability of the Davis- Bacon (DB) prevailing wage requirements.

DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by a State water pollution control revolving fund and to any construction project carried out in whole or in part by assistance made available by a drinking water treatment revolving loan fund. If a subrecipient encounters a unique situation at a site that presents uncertainties regarding DB applicability, the subrecipient must discuss the situation with the recipient State before authorizing work on that site.

2. Obtaining Wage Determinations.

(a) Subrecipients must obtain proposed wage determinations for specific localities at www.wdol.gov. After the Subrecipient obtains its proposed wage determination, it must submit the wage determination to the State recipient DB point of contact for wage determinations for approval prior to inserting the wage determination into a solicitation, contract or issuing task orders, work assignments or similar instruments to existing contractors (ordering instruments unless subsequently directed otherwise by the State recipient Award Official.

(b) Subrecipients shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that subcontractors follow the wage determination incorporated into the prime contract.

(i) While the solicitation remains open, the subrecipient shall monitor www.wdol.gov. on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The subrecipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the subrecipients may request a finding from the State recipient that there is not a reasonable time to notify interested contractors of the modification of the wage determination. The State recipient will provide a report of its findings to the subrecipient.

(ii) If the subrecipient does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the State recipient, at the request of the subrecipient, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The subrecipient shall monitor www.wdol.gov on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current.

41 February 2019

(c) If the subrecipient carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing contractor (ordering instrument) rather than by publishing a solicitation, the subrecipient shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument.

(c) Subrecipients shall review all subcontracts subject to DB entered into by prime contractors to verify that the prime contractor has required its subcontractors to include the applicable wage determinations.

(d) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to a subrecipient’s contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the subrecipient has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the subecipient shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL’s wage determination retroactive to the beginning of the contract or ordering instrument by change order. The subrecipient’s contractor must be compensated for any increases in wages resulting from the use of DOL’s revised wage determination.

3. Contract and Subcontract provisions.

(a) The Recipient shall insure that the subrecipient(s) shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF or a construction project under the DWSRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in § 5.1 the following clauses:

(1) Minimum wages.

(i) All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3) ), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in § 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional

42 February 2019 classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

Subrecipients may obtain wage determinations from the U.S. Department of Labor’s web site, www.dol.gov.

(ii)(A) The subrecipient(s), on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The State award official shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

(1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and

(2) The classification is utilized in the area by the construction industry; and

(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the subrecipient(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the subrecipient(s) to the State award official. The State award official will transmit the report, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the State award official or will notify the State award official within the 30-day period that additional time is necessary.

(C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the subrecipient(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the award official shall refer the request, and the local wage determination, including the views of all interested parties and the recommendation of the State award official, to the Administrator for determination. The request shall be sent to the EPA Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

43 February 2019

(iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

(2) Withholding. The subrecipient(s) shall upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the (Agency) may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

(3) Payrolls and basic records.

(i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

(ii)(A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the subrecipient, that is, the entity that receives the sub-grant or loan from the State capitalization grant recipient. Such documentation shall be available on request of the State recipient or EPA. As to each payroll copy received, the subrecipient shall provide written confirmation in a form satisfactory to the State indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The

44 February 2019 required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/ whd/forms/index.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the subrecipient(s) for transmission to the State or EPA if requested by EPA , the State, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the subrecipient(s).

(B) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph (a)(3)(ii)(B) of this section.

(D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

(iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the State, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency or State may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

(4) Apprentices and trainees--

(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide

45 February 2019 apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

46 February 2019

(iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

(5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

(6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

(7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

(8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and Subrecipient(s), State, EPA, the U.S. Department of Labor, or the employees or their representatives.

(10) Certification of eligibility.

(i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

4. Contract Provision for Contracts in Excess of $100,000.

(a) Contract Work Hours and Safety Standards Act. The subrecipient shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

(1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of

47 February 2019 forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a)(1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a)(1) of this section, in the sum of $25 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section.

(3) Withholding for unpaid wages and liquidated damages. The subrecipient shall upon the request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (a)(2) of this section.

(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of this section.

(b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Subrecipient shall insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Subrecipient shall insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the EPA and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job.

5. Compliance Verification

(a). The subrecipient shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that contractors or subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(3), all interviews must be conducted in confidence. The subrecipient must use Standard Form 1445 (SF 1445) or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are available from EPA on request.

48 February 2019

(b) The subrecipient shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. Subrecipients must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the contractor or subcontractor is not complying with DB. Subrecipients shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence.

(c). The subrecipient shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that contractors or subcontractors are paying the appropriate wage rates. The subrecipient shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. At a minimum, if practicable the subrecipient should spot check payroll data within two weeks of each contractor or subcontractor’s submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Subrecipients must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the contractor or subcontractor is not complying with DB . In addition, during the examinations the subrecipient shall verify evidence of fringe benefit plans and payments thereunder by contractors and subcontractors who claim credit for fringe benefit contributions.

(d). The subrecipient shall periodically review contractors and subcontractors use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that contractors and subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above.

(e) Subrecipients must immediately report potential violations of the DB prevailing wage requirements to the EPA DB contact listed above and to the appropriate DOL Wage and Hour District Office listed at http://www.dol.gov/ whd/america2.htm.

49 APPENDIX E – MD SHA Utility Permit This Page Intentionally Left Blank THE MARYLAND DEPARTMENT OF TRANSPORTATION STATE HIGHWAY ADMINISTRATION (MDOT SHA)

615 Morgnec Road Chestertown, Maryland 21620

Utility Permit

U.C. Ref or Job ID#: 13146752CECO Permit Number: SHA-2-CE-0333-18 Project Number:

Route Name (optional): SINGERLY RD - Route No.: MD 213 MD 213 Limits : MARS AVE - CO 193 to ACADEMY DR - CO 724 Mile Point : 21.770, 22.700

Issue Date : 12/11/2018 Expiration Date : 12/11/2019

So far as the MDOT State Highway Administration has the right and power to grant same, permission is hereby given to:

Permittee : Attention : Cecil County Public Works Department Jonathan Pohlman 200 Chesapeake Blvd. Phone#: (410) 996-5268 Suite 2400 A Email: [email protected] Elkton, MD 21921

Description of Work: To perform work in the SHA right-of-way to install approximately 3,400' of PVC/HDPE sewer force main along the west side of MD 213 southbound by directional drill/open trench cut method. Work to begin on the east side of MD 213 at STA. 19+16 where 2" PE/HDPE with sleeve will be directionally bored under Singerly Road at a minimum depth of at least 5' below the surface of the road or the existing ditches whichever is greatest for approximately 100'. From this point installation will continue heading in a northerly direction along MD 213 being placed on the back side of the ditch at a depth of at least 42" below the surface of the road or the existing ditches and as close to the right-of-way line as possible. At STA. 38+10 force main with sleeve will installed by directional bore method crossing under Childs Road at a minimum depth of at least 5' below the surface of the road or the existing ditches. At STA. 43+00 open trench cut method will resume ending at STA. 53+34. At STA. 53+34 force main with sleeve will cross under MD 213 at a depth of at least 5' below the surface of road or the existing ditches. Installation of force main will cease at STA. 53+88. Work location is MD 213 (Singerly Road) between Mars Avenue and Academy Drive.

The following Special Conditions apply to this permit.

Work hours shall be from 8:00am thru 3:00pm Monday thru Friday, This permit covers only the work being performed in the SHA right-of-way. Staging/storage of materials, vehicles or equipment used during the construction of the sewer force main will not be permitted in the SHA right-of-way.

Closure of driveway entrances must be coordinated with the property owner at least one week in advance. The contractor is responsible for coordinating with the local police, fire companies, schools and EMS as to the status of all lane closures that could affect public safety. All residential/commercial entrances that are removed, damaged or disturbed shall be replaced in kind as soon as possible to avoid any disruption to the property owner.

An onsite pre-construction meeting with the SHA Permit Inspector is required before any work starts. Other special conditions of this permit will be discussed at the field meeting and enforced. All pavement openings in the right-of-way shall be excavated no larger than the required area that is to be tested. Areas of excavation shall be backfilled with capping borrow in accordance with Section 916 of the Maryland Dept. of Transportation Book of Standards for Construction and materials. Cold Patch Asphalt is not authorized for temporary repairs. All open trench or cuts must be filled with capping borrow and covered with traffic bearing steel plates and marked by reflective orange/white drums at night. For permanent repairs of the pavement/asphalt see MD Std. 578.01. Permanent repairs to open cut areas must be accomplished within 7 days with asphalt. Cold patch Asphalt is not authorized for permanent repairs.

You must apply for a Lane Closure Permit for the above referenced road from the SHA, District 2 Utilities, and it must be approved before starting work. The State Highway Administration reserves the right to modify or expand the methods of traffic control specified and to restrict the working hours if in the opinion of the SHA Engineer the contractors operations are detrimental to the safe and efficient flow of traffic.

Sewer force main will be at least 5' below the surface of the road or the existing ditches whichever is greatest. Installation that is parallel to the right-of-way will be at a minimum depth of at least 42" below the surface of the road or the existing ditches. Before any excavation the permittee must contact "MISS UTILITY" for Cecil County at 1-800-257-7777.

All areas that are disturbed as a result of the work being done under this permit must be stabilized at the end of each work day by seeding, topsoil and mulching. The permittee shall obtain the necessary approvals from SHA Highway Hydraulics Division, Remedial Bridge Repair Division, Office of Environmental Design, Maryland Department of Environment, Maryland Department of Natural Resources, local, state, federal and all other permits and approvals necessary to conform to the SHA District permit requirements.

Work Zone Traffic Control Standard to be used for work being performed under this permit are number MD 104.02-01 and MD 104.02-09.

Notifications: a. Permittee must notify JOHN ANDERSON JR, the MDOT State Highway Administration Assistant District Utility Engineer, at (410) 810-3274, 48 hours prior to commencement of any activities related to this permit. b. The permittee will designate the Traffic Manager for this permit and a 24 hour emergency number at the pre-construction meeting. c. All work for this permit shall be in conformance with the above referenced documentation supplied by the utility company.

THIS PERMIT IS ISSUED WITH THE REQUIREMENT THAT IT WILL BE ENFORCED BY THE GENERAL PROVISIONS, SPECIAL PROVISIONS, AND PERMIT REGULATIONS AS OUTLINED IN THE FULL LENGTH SHA MASTER UTILITY PROVISIONS WHICH MUST BE FOUND ON THE JOB SITE AT ALL TIMES.

A COPY OF THIS PERMIT MUST ALSO BE FOUND ON THE JOB SITE AT ALL TIMES.

By: ______KENNETH FENDER District Engineer MDOT State Highway Administration APPENDIX F – MDE Letter of Authorization for Non-Tidal Wetlands This Page Intentionally Left Blank