Loading...
HomeMy WebLinkAboutNC0020451_More Information (Requested)_20170817CIVIL/SANITARY/ENVIRONMENTAL ENGINEERS Municipal Services SITE PLANNING/SUBDIVISIONS August 17, 2017 Mr. Trupti Desai, Engineer NPDES Complex Permitting Unit Division of Water Resources North Carolina Department of Environmental Quality 1617 Mail Service Center, Raleigh, NC, 27699-1617 Re: Responses to Request for Additional Information Town of West Jefferson, North Carolina Wastewater Sludge Dewatering Facility Dear Mr. Desai: License No C-0281 SOLID WASTE MANAGEMENT Engineering Company, P.A. SUBSURFACE UTILITY ENGINEERING (SUE) In response to your Request for Additional Information for the referenced project, please find herewith: One (1) digital copy of the following: • Full set of new and revised drawings, PDF Documents • Full set of the new and revised specifications, PDF Documents in 5 Parts • Responses to Your Request for Additional Information • New Project Specifications for the newly proposed metal building • New Project Specifications for the Concrete Wall Pipe Penetration Seals • New Specifications for Painting • Revised Bid Form that incorporates the metal building alternate • West Jefferson Sludge Management Plan • Responses to USDA Comments RECEIVED/NCDEQ/DWR Additionally, the following documents are provided as hard copies: AUG 2 12017 • Responses to Your Request for Additional Information Water Quality • Responses to USDA Comments Permitting Section • Metal Building Specifications • Concrete Wall Pipe Penetration Seals Specifications • Painting Specifications • Revised Bid Form • West Jefferson Sludge Management Plan • Revised and New Drawings C-1, C-3, C-5 and C-6 PO Box 97, Garner, North Carolina 27529 (919) 772-5393 PO Box 349, Boone, NC 28607 (828) 262-1767 Please do not hesitate to contact me if you have questions or need additional. Sincerely, Municipal Engineering Services Company, PA. Michael S. Acquest", E, PhD Senior Project Engineer cc: Brantley Price, West Jefferson Town Manager RECE1IILL)l r"'O'DwR AUG 21 2017 Per mittin ..duty g Section a� Responses to State Review Comments West Jefferson Sludge Dewatering Facility August 16, 2017 Sludge Management Plan Comment: Provide a modified sludge management plan for the plant as the town is modifying its sludge handling process by adding new treatment unit linked to sludge management and the facilities sludge control option. Most likely only need to add a few sentences outlining dewatering operation, the storage of dewatered sludge and its disposal. Response: A revised Sludge Management Plan is provided herewith. Polymer System 2. Comment: Explain how the proposed polymer system and flocculation components work. A flow schematic would be extremely helpful. Response: A P&ID flow diagram for the entire belt press operation has been added to the construction drawings. 3. Comment: Where are the system and components located? Response: The polymer system sits on the belt press frame behind the control panel and it is controlled by the belt press control panel as an integral unit. 4. Comment: Is the polymer feed coming from a 55 gallon drum? Response: Yes, the polymer will be fed from a 55 gallon drum that will sit on the floor adjacent to the polymer system. The polymer drums can be rolled into the building either at the roll -up door end of the building, or at the double door end of the building. The polymer feed pump is furnished with the belt press. Digester Comment: What is the specification for sealing the new pipe penetration in the digesters? If this is in the documents submitted, please advise where. Response: Link -seals are called for on the drawings as the means of sealing the digester wall penetrations. A specification for Concrete Wall Pipe Penetration Seals (the generic name for Link -Seals) has been added to the detail specifications. RECEIVEDINCDEWWR AUG 212017 Macer n Secteon Permitting Filtrate 6. Comment: Per the drawing C-4 the filtrate from the new belt press is collected in a floor sump that drains via a 6" line to nearby existing sewer. Where does the sewer go, Is it going to the headworks or any primary treatment unit? Response: The pipe into which the filtrate drains connects to the plant influent flow pipe that drains to the influent pump station. A back-flow prevention device has been added to the 6" drain pipe on Drawing C-2. New Sludge Pump 7. Comment: There is no design calculation for the new sludge piping and new sludge pump to the new press, what is the piping design capacity? How does the design capacity relate to the expected sludge production at full permitted flow? Response: The sludge pump is controlled by a variable frequency drive (VFD) in the belt press control panel. The VFD will vary the pumping capacity from 6.7 gpm at 20 psi, 68 rpm to 41.7 gpm at 20 psi, 216 rpm by changing the pump speed. The 4" sludge piping is sufficient to handle these flow rates and pressures. The 4" pipe is also sized to easily allow the back-flow of non -potable clean water to easily move the sludge back to the digester when a dewatering session is completed. At 41.7 gpm, the plant can process 2,500 gallons of sludge per hour. In a 6 -hour operating day, that equates to 15,000 gallons. Currently the plant wastes approximately 3,000 gpd to 8,000 gpd of sludge, Monday through Friday. Current plant flow is approximately 40% of capacity — 0.208 MGD out of 0.500 MGD capacity. Therefore, the proposed sludge press will be able to handle the current plant flow easily, and through longer operating periods/day, and possibly on weekends, the press will be able to handle the full plant permitted flow of 0.500 MGD. The Town proposes to continue to land apply its sludge as its primary sludge management plan, and use the press to dewater the sludge and deposit it in the Ashe County Landfill during those times when land application is not feasible. 8. Comment: What is the design point for the new sludge pump? Response: The pump curve for the selected pump type is provided herewith. The pump specifications already call out the low and high design points, which are noted above. General Comments: All Contracts: 1. Comment: NC -RD Attachment #5 — Bidding & Contract Documents — Submittal Checklist—This checklist should not be included as part of the bidding documents. Instead, the current version of this checklist should be used by the Engineer to confirm that all items needed by Rural Development have been included. The enclosed current checklist incorporates the updated RUS Bulletin 1780-26. A copy of this bulletin that compares the previous version to the current version has been enclosed. These updates were effective as of April 2017 The below comments do not address all items that have changed but rather specific comments in regards to what was submitted. Also, it is unclear why the items highlighted in the enclosed were either not provided or represent a very outdated document. The final submittal of all contracts will need to include all documents as listed in the enclosed checklist, incorporate the updated language per RUS Bulletin 1780-26, and address the specific comments noted below. Response: The Submittal Checklist is no longer included in the project manuals. The specifications and contract documents were mostly prepared prior to April 2017 using the USDA documents in effect at that time. Unfortunately, there was no communication to MESCO that the USDA documents had been updated. However, the requested changes have been made using the 2017 documents. 2. Comment, ARC Funding - It is my understanding that since this project is partially funded by the Appalachian Regional Commission the contracts will need to include Davis -Bacon Act requirements. The prevailing wage rate tables applicable to the type of construction and contract language regarding the Davis -Bacon Act need to be included in the contracts. This should be referenced in the Instructions to Bidders with specific details provided in the Supplementary Conditions. The following website should be used as a resource: https://www.dol.gov/compliance/guide/dbra.htm Response: Notification that the Davis -Bacon Act applies to the project has been added to the Bid Form. It is also noted in the Instructions to Bidders. The Davis -Bacon Act wage rates have been included and are noted in the Bid Form and in the Table of Contents It will also be discussed at the Pre -Bid Conferences, at which time additional information may be provided to prospective bidders, if requested. Insomuch as the Supplementary Conditions are provided, "AS IS" by USDA with the understanding that specific changes cannot be made to them by the Engineer or Owner, no information regarding the Davis -Bacon Act and the associated Wage Rates was already in the Supplementary Conditions and no information regarding the Davis -Bacon Act and the associated Wage Rates has been added to the Supplementary Conditions. 3. Comment: Contract Numbering - In order to make future reference easier each contract needs to be assigned a contract number. These numbers need to be detailed on both the plans and project manual. I recommend numbering as noted in the below comments. Response: The 3 projects have been giving individual numbers on the Specifications title pages and the Drawing title pages 4. Comment: Instructions to Bidders — All contracts use an outdated version of these instructions. As detailed in the enclosed RUS Bulletin 1780-26, these instructions are to be prepared using the EJCDC C-200 document with revisions/additions per RUS Bulletin 1780-26. The provided copy has been outdated for some time. Response: The latest version of the Instructions to Bidders has been incorporated into each set of the Project Manuals. 5. Comment: Instructions to Bidders — I recommend adding an additional Article to the Instructions to Bidders in order to include a statement that a federal preemption applies to this contract in regards to the retainage requirements of NC GS 143-134.1 (Reference G.S.143-134.1 - (b6) Nothing in subsections (b1), (b2), (b3), and (b4) of this section shall operate to prevent any agency or any political subdivision of the State from complying with the requirements of a federal contract or grant when the requirements of the federal contract or grant conflict with subsections (b1), (b2), (b3), or (b4) of this section. Each bid document must specify when federal preemption of this section shall ggptyl. Rural Development requires 5% retainage until substantial completion of the entire work is achieved. Response: An Additional Article (Article 29) has been added to the Instructions to Bidders as recommended. 6. Comment: Form AD 1048 —This form has been updated. The enclosed copy needs to be used. Response The latest form AD 1048 is included. 7. Comment. Bid Forms — All contracts use an outdated version of this form. As detailed in the enclosed RUS Bulletin 1780-26, this form is to be prepared using the EJCDC C-410 document with revisions/additions per RUS Bulletin 1780-26 The provided copy has been outdated for some time. Response: The latest version of the EJCDC-410 Bid Form has been implemented. 8. Comment: Bid Forms—At least one USDA RD Project Sign needs to be added as a Bid Item to each Bid Form. Response: One USDA RD Project Sign Bid Item has been added to the Bid Form for each project. 9. Comment: Bid Forms — Paragraph 6.01 references three sections of work to be completed. The proposed scopes of work for each contract do not appear to be divided into any sections. If this is referring to the three separate contracts each cannot be responsible for the other. Also, the time period for final payment is typically 30 days after substantial completion. Why is 60 days needed for Contracts 1&2? Finally, the last sentence under this paragraph does not appear applicable for Contracts 1&2. Response: This has been corrected in each Bid Form. 10. Comment: Supplementary Conditions — The Owner needs to review the insurance provisions of these conditions and ensure that such are adequate and proper for their use. Response: Owner has reviewed the insurance providions and ensures that such are adequate and proper for these projects. 11. Comment: RD Project Sign — Each contract appears to include a different version of the RD project sign. Enclosed is the current edition. Response: The current USDA RD Project Sign is now included in each set of Contract Documents. 12. Comment: Specifications — The final permits that are the responsibility of the Owner to obtain need to be added to each contract manual Response: All permits for the water and sewer line project and for the well project have been acquired and ared included at the back end of the specifications The Authorization to Construct permit for the sludge dewatering facility is still pending. Contract Specific Comments: Contract #1 - US HWY 221 BUS., Mt. Jefferson RD. and Wade E Vannoy Dr. Plans 1. Comment: It appears that almost all of the proposed gravity sewer will be placed on private property. I recommend adding notes referencing where easements are located and any restrictions that may be in place regarding such. It may also be beneficial to show these locations on the actual plan sheets. Easements to complete all of the work (including the 4"- service laterals) will need to be in place prior to bidding the project. Response: The easements have been added to the construction drawings. Revised set of drawings is being provided herewith. Project Manual 1. Comment: Note the general comments above that are applicable to all contracts. Responses: See responses above. Contract #2 — Water System Improvements (well) Plans 1. Comment: No concerns/comments were noted in regards to these plans. Response: Noted. Project Manual 2. Comment: Note the general comments above that are applicable to all contracts. Response: See responses above. 3. Comment: Detailed Specifications — The project manual did not appear to include any specifications for the SCADA system. Response: The town of West Jefferson uses one specific SCADA company for all of its work. That company has been contacted and is aware of the project. The bid form tells the bidder who to contact for the SCADA to get pricing. Contract #3 — Wastewater Treatment Plant Modifications and Improvements Plans 1. Comment: The engineer needs to verify that all known underground utilities are shown on plan sheet C1. There is typically more underground piping surrounding an existing WWTP structure such as the Digestor. Specific notes regarding field locating any existing underground utilities should be included. Response: The Town staff at the wastewater treatment plant has verified that no other underground utilities exist where the proposed project tis to take place. A note to the contractor to field locate any existing underground utilities prior to digging (Call 811) is noted on the drawings. 2. Comment: Plan Sheet C-4 needs to provide a profile view of the proposed canopy. It is unclear how this canopy will be installed in relation to the proposed precast building. The profile view on plan sheet C-2 does not appear to detail any specific height for the precast building. Also, I recommend adding a gutter to the edge of the precast roof to direct water away from the area covered by the canopy. Furthermore, details need to be provided in regards to the height of the proposed canopy. Does this height change depending on whether or not the alternate is selected? Response: A profile view of the canopy has been added to the drawing set. The now shown footing locations dictate the proximity of the canopy to the press building. The height of the canopy beams was already noted on the structural drawings and they are noted on the profile drawing. The height of the precast building is called out in the specs. However, the eave height is now noted on the drawings. The canopy height does not change depending on the auger alternative selected. If the single auger alternative is chosen now, in the future, the Town may install the multiple augers, in which case, the canopy height will already be able to accommodate them. Gutters have been added to the press building, both sides, and to the canopy. 3. Comment: The Owner should consider constructing this as a pre-engineered metal building instead of a pre -cast concrete building. Given the proposed size of this building it appears that a metal building may be more cost effective. Response: All other buildings at the plant site are brick Therefore, the use of the precast Concrete Building with a brick exterior fagade was felt to fit in better with the other existing buildings. However, installation of a metal building has been added to the project as an alternative. Pre -Engineered Metal Building Specifications have been added to the project manual. Please note that the foundation designed for the precast concrete building will not work for the metal building. The metal building requires a much more detailed and robust foundation Therefore, as part of the metal building alternative, the building manufacturer is being required to design a new foundation for the metal building and have the design drawings sealed by a NC Professional Structural Engineer and submitted to the Project Engineer for review and approval as part of the shop drawing phase, if the metal building is less expensive than the precast concrete building and the Owner chooses to accept the metal building. Project Manual 1. Comment: Note the general comments above that are applicable to all contracts. Response: See responses above. 2. Comment• Agreement Between Owner and Contractor — This was the only contract that included this agreement. Note the provided copy did not include any changes per RUS Bulletin 1780-26. Response: The latest version of the Agreement has been added to all project manuals. 3. Comment: Supplementary Conditions —This contract used outdated supplementary conditions that applied to the 2007 edition of the general conditions. Response: The latest version of the Supplementary Conditions has been added to all project manuals. Additional Notes: Per comments received from the NC Department of Environmental Quality during the Authorization to Construct review for the sludge dewatering facility, some additional detail specifications have been added to the project manual and additional drawings have been added to the project drawings. A copy of the DEQ comments and the responses are provided herewith so that the reason for the other additions can be understood. SPECIFICATION SECTION 13020 Pre -Engineered Metal Building E1.1 GENERAL E1.1.1 SCOPE (a) These specifications cover the materials, design and fabrication of Metal Building Systems Metal buildings used on this project shall conform to this Specification and shall be as shown on the Contract Drawings One metal building is to be constructed as shown on the Contract Drawings (b) Clear Interior Space 24" x 16" x 10' 0" eave height, peak height as required for structural stability and snow loading conditions Panels shall be 24 gauge, minimum, or as required for the weather, wind and seismic conditions of West Jefferson (b) These specifications are an outline of performance to ensure the basis for design, manufacture and application of the Metal Building for the sludge dewatering facility at the West Jefferson Wastewater Treatment Plant E1.1.2 STRUCTURAL FRAME SYSTEM FOR BUILDING Portal Frame System shall have tapered sidewall columns and rafters Purlins and girts shall be cold -formed channel sections Purlins shall be designed as a continuous member over interior supports E1.1.3 BUILDING NOMENCLATURE (a) Dimensions outlined below may be assigned any value within defined building limitations (b) Roof slope is measured as inches of rise per 12 inches of horizontal run (c) Building width is measured from outside face to outside face of sidewall girts (d) Building length is measured from outside face to outside face of endwall girts (e) Building eave height is a nominal dimension measured from the bottom of the base plate on the sidewall columns to the top of the eave strut Actual eave height may vary with purlin depth and roof sheeting system (f) Interior bay spacing is measured from centerline to centerline of adjacent interior primary frames (g) End bay spacing is measured from the centerline of the first interior frame to the outside face of endwall girts E1.1.4 DRAWINGS AND CERTIFICATIONS (a) Building manufacturer shall furnish complete foundation design drawings and specifications, erection drawings for the proper identification and assembly of all Pre -Engineered Metal Building Page 1 of 6 budding components These drawings shall show anchor bolt settings, anchor bolt diameters, sidewall, endwall and roof framing, flashing, sheeting and accessory installation details All designs shall be prepared and sealed by a North Carolina registered professional Structural Engineer (b) Design calculations and/or a letter of certification signed and sealed by a North Carolina registered professional structural engineer shall be submitted with the shop drawings for the concrete foundation, structural framing and covering panels of the building system E1.1.5 MANUFACTURER QUALIFICATIONS (a) Budding manufacturer shall be a member of the Metal Building Manufacturers Association and shall be certified by AISC in Category MB E1.2 STRUCTURAL STEEL DESIGN E1.2.1 GENERAL (a) All mill rolled structural sections or welded, built-up structural shapes shall be designed in accordance with AISC's latest "Specification for the Design, Fabrication and Erection of Structural Steel for Buildings" (b) All cold -formed structural steel members shall be designed in accordance with AISI's latest "Specification for the Design of Cold -Formed Steel Structural Members " E1.2.2 ROOF PURLIN DESIGN Unsymmetrical channels used as roof purlins shall be installed either face-to-face or back -to back E1.2.3 DESIGN LOADS The loads and load combinations used in the structural design of the building shall be as provided in the North Carolina State Budding Code for the West Jefferson area E1.2.4 ANCHOR BOLTS (a) The manufacturer shall design anchor bolts to resist maximum shear reaction at the plane of the column base plates and uplift from the specified combinations of loadings The manufacturer shall indicate the number, diameter and projection of anchor bolts (b) The manufacturer shall furnish the maximum column reactions resulting from the specified combinations of loadings for design of the foundation E1.3 BASIC MATERIAL SPECIFICATIONS E1.3.1 PRIMARY FRAMING STEEL (a) Flanges and webs of built-up sections shall be fabricated from sheet and plate and conform to one of the following specifications: ASTM A570 Pre -Engineered Metal Building Page 2 of 6 ASTM A572 ASTM A36 (b) Steel for structural tubing shall conform to ASTM specifications A500 Grade A or A501. Maximum yield stress shall be 36,000 psi (c) Steel for cold -formed endwall channel sections shall conform to ASTM specification A570 Minimum yield stress shall be 55,000 psi E1.3.2 SECONDARY FRAMING STEEL Steel used for cold -formed purlins, girts and eave struts shall conform to ASTM specification A570 Minimum yield stress shall be 55,000 psi E1.3.3 ROOF AND WALL PANEL MATERIAL (a) Prefinished panel material shall conform to ASTM A446 The grade and gauge of the base steel shall be as required The steel sheet shall be galvanized in accordance with ASTM A525, coating designation G90 Unfinished panel material shall be coated with the manufacturer's standard zinc or aluminum -zinc alloy. The grade and gauge of the base steel shall be 26 gauge. (b) All mill rolled structural sections or welded, built-up structural shapes shall be designed in accordance with AISC's latest "Specification for the Design, Fabrication and Erection of Structural Steel for Buildings E1.4 STRUCTURAL FRAMING E1.4.1 GENERAL (a) All framing members shall be shop fabricated for field bolted assembly The surfaces of the bolted connection shall be smooth and free from burrs or distortions (b) All shop welded connections shall be in accordance with qualified or prequalified point welding procedures as defined by the American Welding Society's "Structural Welding Code AWS D1 1 " (c) All framing members, where necessary, shall carry an easily visible piece part mark for identification E1.4.2 PRIMARY AND ENDWALL FRAMING (a) Primary frames shall consist of welded, built-up structural shapes, mill rolled shapes, pipes or tubes Welded sections may be either uniform depth or tapered (b) Endwall columns and rafters shall be welded, built-up structural sections, mill rolled shapes or cold -formed channel sections depending upon the budding type and/or design requirements (c) All base plates and splice plates shall be shop fabricated to include bolt connection holes Webs shall be fabricated to include brace rod or cable slots Pre -Engineered Metal Building Page 3 of 6 E1.4.3 SECONDARY FRAMING (a) Purlins and girts shall be cold -formed channel sections with 90 -degree stiffened flanges They shall be pre -punched to provide for field assembly and either single or continuous span depending upon design requirements (b) Eave struts shall be cold -formed channel sections or open web steel joists as required by design (c) A base member shall be furnished to which the bottom of the wall covering is secured This member shall be anchored to the concrete E1.4.4 SECONDARY FRAMING (a) Diagonal bracing in the roof and walls shall be used to transfer applied loads such as wind This bracing may consist of rods, cables or angles (b) The compression flange of primary frames shall be laterally braced by angles connecting the webs of purlins or girts to that flange so the compressive stress is within allowable limits for any combination of loadings (c) When diagonal bracing is not acceptable, alternative bracing such as wind trusses, portals or columns may be used Bracing in the roof and/or walls need not be furnished where it can be shown that the diaphragm strength of the covering is adequate to resist the applied loads E1.5 ROOF AND WALL COVERING E1.5.1 EXPOSED METAL ROOF (a) Exposed metal roof shall be standing seam type and precision roll formed with 3'- 0" wide coverage and 1%1 1/2" high mayor ribs in 24 gauge (minimum) steel sheet, G90 galvanized The roof panels shall include a full return male leg to provide a bearing surface on purlins A UL Class 90 wind uplift rating shall be available (b) Exposed metal roof systems shall consist of panels, fasteners, closures, ridge cap and joint sealant to provide a weathertight roof E1.5.2 WALL COVERING (a) Exterior wall covering panels shall be precision roll formed with 3'-0" wide coverage and 1"-1 1/2" high major ribs in 26 gage (minimum) steel sheet, G90 galvanized or aluminum -zinc alloy coated Wall panels shall be pre -finished with manufacturer's standard paint, color as selected by the Owner (b) Interior Wall panels shall reach eave height and shall be water proofed due to the extremely wet conditions expected in the interior of the building during the belt press operation Fiberglass insulation shall be installed between the interior panels and the exterior panels - R-18, minimum Pre -Engineered Metal Building Page 4 of 6 E1.6 MISCELLANEOUS MATERIAL SPECIFICATIONS E1.6.1 FASTENERS (a) All structural bolts used in frame splices and secondary framing connections shall be ASTM A307, Grade 5, or ASTM A325 as required by design (b) Wall panels shall be attached with self tapping, washer head screws painted to match the panels (c) Blind pop rivets shall be 1/8" aluminum with mandrel painted to match the adjacent panel or trim E1.6.2 SEALANTS (a) Closure strips formed to fit the roof and wall panel profiles shall be provided at exposed ends of panels (b) Tube caulk shall be used to seal cracks, gaps and points where necessary to make the building weathertight Caulk in exposed locations shall be acrylic, polysulfide, urethane or silicone type Caulk in unexposed locations may be butyl type E1.6.3 GUTTERS TRIM AND FLASHINGS (a) Gutters (both sides of budding), downspouts and eaves, rakes and corner trim formed of 26 gage, minimum, galvanized steel sheet, prefinished, shall be provided and installed Contractor shall provide and install splash blocks for all downspouts (b) Flashings formed of 26 gage (minimum) galvanized steel sheet, prefinished, shall be provided at rakes, eaves, corners, framed openings and wherever necessary to make the budding weathertight E1.7 ERECTION AND INSTALLATION The erection of the building system shall be performed in accordance with the manufacturer's erection drawings and instructions Erection shall be performed by a qualified erector using proper tools, equipment and erection practices. No field modifications shall be made to structural components except as authorized by both the manufacturer and the Engineer E1.8 FINISHES E1.8.1 GENERAL (a) Paint colors shall be as selected by the OWNER from the full range of the manufacturer's standard colors (b) All components normally available prefinished shall be provided prefinished (c) Any damaged or deteriorated finishes shall be reapplied or touched up to the satisfaction of the Engineer, or the components shall be replaced Pre -Engineered Metal Building Page 5 of 6 E1.8.2 FRAMING Steel framing shall be shop coated with the manufacturer's standard primer E1.8.3 PANELS AND TRIM Panels and trim shall be prefinished with manufacturer's standard paint system Exterior surface of roof and wall panels and trim shall be painted with prime and finish coats Interior surface of wall and roof panels shall be painted with prime coat Insulation requirements shall be as required for the weather in West Jefferson and must meet the latest Building Code Roof or high wall vents are required on all buildings and must be approved by Engineer E.5 PAYMENT Payment shall be made in accordance with approved schedule of values based upon percentage of work completed as determined by the Engineer Items under this section are to be made a part of the Precast Concrete Budding bid amount taking into consideration the adder or deduct pricing of the contractor, as outlined in the Bid Form END OF SECTION 13020. Pre -Engineered Metal Building Page 6 of 6 SPECIFICATION SECTION 13001. CONCRETE WALL PIPE PENETRATION SEALS The modular concrete wall pipe penetration seal for waste water treatment shall provide a high level of water -resistance, resistant to most inorganic acids and alkalis found in domestic wastewater, and resistant to most organic chemicals (acetone, alcohol, ketones). Type: Stainless Seal Element: EPDM (Black) Pressure Plates: Reinforced Nylon Polymer Bolts & Nuts: 316 Stainless Steel Temp. Range: -40° - +250T (40° - +121'Q. Seals shall have the following detail specifications: • Pressure resistant to 20psig (40 ft of head) • Standard — EPDM – rubber (black) • Oil Resistant — Nitrile rubber (green) • Temperature resistant — Silicone rubber (gray) • Low Durometer for fragile pipe — EPDM rubber (blue) Shore 40 zL 5 • Hardware - S316 Stainless Steel • Made in the USA END OF SECTION 13001. GENERAL SPECIFICATIONS 23.0 PAINTING PARTI- GENERAL 1.1 RELATED DOCUMENTS - Page 1 The general provisions of the Contract, including General Conditions and General Requirements, apply to the work specified in this Section. 12 DESCRIPTION OF WORK - A. The extent of painting work is shown on Drawings, and as herein specified. B. Examine Specifications for various other trades; become familiar with their provisions regarding their painting; paint or finish surfaces that are left unfinished by requirement of other Section. C. Furnish labor and materials to complete painting work indicated, as specified herein, or both. D Furnish tools, ladders, scaffolding, and other equipment necessary for work completion. E. Paint all exposed surfaces whether or not colors are designated in any "schedule," except where the natural finish of the material is obviously intended and specifically noted as a surface not to be painted Where items or surfaces are not specifically mentioned, paint these the same as adjacent similar materials or areas. If color or finish is not designated, the Engineer will select these from standard colors available for the materials systems as specified. 1. This work includes the painting and finishing of all interior and exterior exposed items and surfaces throughout the project, except as herein specified Surface preparation, priming and coats of paint specified are in addition to shop priming and surface treatment specified under other sections, except as otherwise specified Following Specifications cover complete painting, finishing of wood, gypsum board, plaster, brick, concrete, unfinished metal, piping, valves, and other surfaces throughout interior, exterior of building, except as otherwise specified. F. The "paint" as used herein means all coating systems materials, which includes primers, emulsions, enamels, sealers and fillers, and other applied materials whether used as prime, intermediate or finish coats 13 PAINTING NOT INCLUDED: A. The following categories of work are not included as part of the painter applied finish work, or are included in other sections of these Specifications, unless otherwise shown or specified SHOP PRIMING: Unless otherwise specified, shop priming of ferrous metal items is included under the various sections for structural steel, miscellaneous metal items, hollow metal work February 2011 PAINTING Page 2 and similar items. Also, for such fabricated components as architectural woodwork, wood casework, and shop fabricated or factory built mechanical and electrical equipment or accessories. PREFINISHED ITEMS - Unless otherwise indicated, do not include painting when factory finishing or installer finishing is specified for such items as (but not limited to) finished mechanical and electrical equipment including light fixtures, switchgear and distribution cabinets, elevator frames, doors and equipment 3. CONCEALED SURFACES: Unless otherwise indicated, painting is not required on wall or ceiling surfaces in concealed areas and inaccessible areas, such as foundation spaces, furred areas, utility tunnels, pipe spaces, duct shafts and elevator shafts, as applicable to this project Paint all piping, equipment and other such items as required. 4. FINISHED METAL SURFACES: Metal surfaces of anodized aluminum, stainless steel, chromium plate, copper, bronze, and similar finished materials will not require finish painting, except as otherwise specified OPERATING PARTS AND LABELS: a. Do not paint any moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sinkages, sensing devices, motor and fan shafts, unless otherwise indicated. b. Do not paint over any code required labels, such as Underwriter's Laboratories and Factory Mutual, or any equipment identification, performance rating, name, or nomenclature plates 1.4 SITE CONDITIONS - A. The Applicator shall examine all surfaces and parts of the structure to which the painting is to be applied and notify the Contractor in writing, of any conditions detrimental to the performance of this work Do not proceed with this work until unsatisfactory conditions have been corrected and are acceptable to the Applicator B Starting of painting work will be construed as the Applicator's acceptance of the surfaces within any particular area Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to the formation of a durable paint film. 2 If woodwork, metal, or any other surface to be finished cannot be put in proper condition, for finishing by customary cleaning, sanding, puttying operations, notify Engineer in writing; or assume responsibility for and rectify any unsatisfactory finish resulting. February 2011 PAINTING Page 3 3. See also article in this Section, Application Restrictions 1.5 DELIVERY AND STORAGE: A. Deliver all materials to the job site in original, new and unopened packages and containers bearing manufacturer's name and label, and application instructions thereon. B. Store materials used on lob in single place designated by Engineer Keep such storage place neat, clean; rectify damage thereto or to its surroundings C. Remove oily rags, waste, etc., from building every night; take precautions to avoid danger of fire. A. Protect work of other trades, whether to be painted or not, against damage by the painting and finishing work Leave all such work undamaged Correct any damages by cleaning, repairing or replacing, and repainting as directed by the Engineer. B Provide "Wet Paint" signs as required to protect newly painted finishes. Remove temporary protective wrappings provided by others for protection of their work after completion of painting operations. 1.7 COLORS: All colors to be selected by the Owner. 1.8 SUBMITTALS: A. MANUFACTURER'S DATA• PAINTING, GENERAL - 1 For information only, submit 2 copies of manufacturer's specifications, including paint label analysis and application instructions for each material specified. Indicate by transmittal that a copy of each manufacturer's instructions has been distributed to the paint applicator. 2. List each material and cross-reference to the specific paint and finish system and application. Identify by manufacturer's catalog number and general classification. B. SAMPLES• PAINTING, GENERAL: 1. Submit to the Engineer sufficient color chips for color selection and color schedule preparation. 2. Submit samples for Engineer's review of color and texture only, if required. Compliance with all other requirements is the exclusive responsibility of the contractor Provide a listing of the material and application for each coat of each finish sample. February 2011 PAINTING Page 4 a. On 12" x 12" hardboard, provide 2 samples of each color and material, with texture to simulate actual conditions. Resubmit each sample as requested until required sheen, color and texture are achieved b. On actual wood surfaces, provide 2, 4" x 8" samples of each natural and stained wood finish as required. Label and identify each as to location and application. C. On concrete masonry, provide 2, 4" square samples of masonry for each type of finish and color, defining filler, prime and finish coats d On actual wall surfaces and other building components, duplicate painted finishes of the prepared samples On at least 300 square feet of surface as directed, provide full coat finish samples until required sheen, color and texture are obtained; simulate finished lighting conditions for review of in- place work PART II - PRODUCTS 21 MATERIALS• A Materials - As manufactured by Tnemec, or equal, will be acceptable. The Contractor shall submit a complete list of paints showing proposed substitute for each type of paint scheduled along with sufficient color chips for color schedule preparation B Use materials only as specified by manufacturer's direction label on container. C. Painting materials such as linseed oil, shellac, turpentine, etc., shall be pure, highest quality, with identifying label on containers D. Colors - As selected by Engineer. If required, prepare sample panels for finish, color, in advance, with materials as specified, for approval. 22 MATERIAL QUALITY: A Provide the best quality grade of the various types of coatings as regularly manufactured by approved paint materials manufacturers. Materials not displaying the manufacturer's identification as a standard, best grade product will not be acceptable. B Provide undercoat paint produced by the same manufacturer as the finish coats. Use only thinners approved by the paint manufacturer, and use only to recommended limits C. Provide paints of durable and washable quality. Do not use paint materials which will not withstand normal washing as required to remove pencil marks, ink, ordinary soil, etc, without showing discoloration, loss of gloss, staining or other damage 2.3 SEE PART IV - SCHEDULE FOR LIST OF PRODUCTS February 2011 PAINTING Page 5 PART III - EXECUTION 3.1 COLORS AND FINISHES: A. Prior to beginning work, the Engineer will furnish sample color chips for surfaces to be painted. Match the colors of the chips and submit samples, as specified herein, before proceeding with the work. B Final acceptance of colors will be from samples applied on the job. 32 PAINT COORDINATION: Provide finish coats, which are compatible with the prime paints used Review other sections of these Specifications in which prime paints are to be provided to ensure compatibility of the total coatings system for the various substrates Upon requests from other subcontractors, furnish information on the characteristics of the specified finish materials, to ensure that compatible prime coats are used. Provide barrier coats over incompatible primers or remove and reprime as required Notify the Engineer in writing of any anticipated problems using the coating systems as specified with substrates primed by others 33 SURFACE PREPARATION: A. Remove all hardware, hardware accessories, machined surfaces, plates, lighting fixtures and similar items in place and not to be finish painted, or provide surface applied protection prior to surface preparation and painting operations. Remove, if necessary, for the complete painting of the items and adjacent surfaces. Following completion of painting of each space or area, reinstall the removed items by workmen skilled in the trades involved B. Clean surfaces to be painted before applying paint or surface treatments. Remove oil and grease with clean cloths and cleaning solvents prior to mechanical cleaning Provide cleaning solvents of low toxicity and a flash point in excess of 100 degrees F. Program the cleaning and painting that dust and other contaminants from the cleaning process will not fall in wet, newly painted surfaces. C. Determine the alkalinity and moisture content of the surfaces to be painted by performing appropriate tests. If the surfaces are found to be sufficiently alkaline to cause blistering and burning of the finish paint, correct this condition by sponging the affected surfaces with a zinc sulfate solution of 2 lbs. zinc sulfate per gallon of water, or other acceptable method, before application of paint. Do not paint over surfaces where the moisture content exceeds 8% unless otherwise permitted in the manufacturer's printed directions D. Prime, stain, or seal wood required to be job painted immediately upon delivery to job Prime edges, ends, face, undersides and backsides of such wood, including cabinets, counters, cases, paneling, etc. When transparent finish is required, use spar varnish for backprimmg E Backprime paneling on interior partitions only where masonry, plaster, or other wet wall construction occurs on backside. F. Seal tops and bottoms of wood doors with a heavy coat of varnish or equivalent sealer immediately upon delivery to job. February 2011 PAINTING Page 6 G. Cut out scratches, cracks, abrasions, in plaster surfaces, openings adjoining trim, as required; fill with Spackle or equal, flush with adjoining plaster surface; when dry, sand smooth, and seal before priming coat application. H. Scrape and clean small, dry, seasoned knots and apply a thin coat of white shellac or other approved sealer, before application of the priming coat I. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood filler. Sandpaper smooth when dried. Prepare cementitious surfaces of concrete, concrete block, cement plaster and cement asbestos board to be painted by removing all efflorescence, chalk, dust, dirt, grease, oils and by roughening as required to remove glaze. Final surface to be smooth with no indentation greater than 1/32" K Touch up all shop applied prime coats that have damaged, or bare areas, where required by other sections of these Specifications. Wire brush, solvent clean, and touch up with the same primer as the shop coat. L Clean non -galvanized, ferrous surfaces that have not been shop coated of all oil, grease, dirt, loose mill scale and other foreign substances by solvent or mechanical cleaning, complying with SSPC recommendations 1. Wash metal surfaces with mineral spirits to remove any dirt, grease, before applying materials Where rust or scale is present, use wire brush, or sandpaper clean before painting. Clean shop coats of paint that become marred, touch up with specified primer 2. Treat galvanized metal surfaces chemically with compound designed for this purpose (Lithofoam, Stibloy, Solfo Metallic Coating, etc.) as per manufacturer's directions for use before applying first coat of paint Surfaces treated with "Rust-Oleum" Galvmoleum do not need treating 3.4 APPLICATION - A. Workmanship; very best; spread materials evenly, flow on smoothly without runs, sags Employ skilled mechanics. B. Protect work at all times; protect adjacent work by suitable covering or other method during work progress C Apply paint by brush, roller or spray in accordance with the manufacturer's directions Use brushes best suited for the type of material being applied. Use rollers of carpet, velvet back, of high pile sheep's wool as recommended by the paint manufacturer for material and texture required Spray paint uniformly with suitable equipment D Use mechanical methods for paint application only when permitted by governing ordinances and trade union regulations. If permitted, limit to only those surfaces impracticable for brush applications. February 2011 PAINTING Page 7 1. Limit roller applications (generally) to interior wall and ceiling finishes for second and third coats Apply each roller coat to provide the equivalent hiding as brush applied coats 2. Confine spray application (generally) to metal framework, siding, decking, wire mesh and similar surfaces where hand brushwork would be inferior 3. Wherever spray application is used, apply each coat to provide the equivalent hiding of brush -applied coats. Do not double back with spray equipment for the purpose of building up film thickness of 2 coats in one pass. E The number of coats and paint film thickness required is the same regardless of the application method Do not apply succeeding coats until the previous coat has completely dried. Sand between coat applications with fine sandpaper, or rub surfaces with pumice stone where required to produce an even, smooth surface in accordance with the coating manufacturer's directions. F. See that coats are thoroughly dry before applying succeeding coats. G. Work where coat of materials has been applied shall be inspected and approved by Engineer before application of succeeding specified coat, otherwise no credit for coat applied will be given; Contractor automatically assumes responsibility to recoat work in question. Notify Engineer when particular coat applied is completed, ready for inspection. If certain colors will not cover in specified coats, apply additional coats as required to give proper finish H Back prime interior trim before installation, with interior trim primer Back prime exterior trim before installation with House Paint Exterior Primer. Apply additional coats when undercoats, stains or other conditions show through the final coat of paint, until the paint film is of uniform finish, color and appearance Paint all exposed surfaces. "Exposed Surfaces" shall mean areas visible when permanent or built-in fixtures, convector covers, covers for finned tube radiation, grilles, etc., are in place in areas scheduled to be painted K. Paint surfaces behind movable equipment and furniture the same as similar exposed surfaces Paint surfaces behind permanently fixed equipment or furniture with prime coat only. L. Paint interior surfaces of ducts, where visible through registers or grilles, with a flat, non - specular black paint M. Paint the backsides of access panels, removable or hinged covers to match the exposed surfaces. N. Finish exterior doors on tops, bottoms, and side edges the same as the exterior faces, unless otherwise indicated. 0. Prime coated butts shall be painted same color as frame to which they are attached. P. Finish door tops, bottoms, edges, same as balance of doors after they are fitted. February2011 PAINTING Page 8 Q. Finish closets, interiors same as adjoining rooms, unless otherwise specified Finish other surfaces same as nearest or adjoining surfaces, unless otherwise required R. Sand lightly between each succeeding enamel or varnish coat. Sand smoothly woodwork to be finished with enamel or varnish; clean surface before proceeding with first coat application Use fine sandpaper between coats on enamel or varnish finish applied to wood or metal to produce even smooth surface. T Paint structural steel or other metal parts where shown to be built into and concealed by masonry construction, same as herein specified for exposed parts. Coordinate the work so that all finish painting of concealed areas is completed before the masonry work commences Do not finish paint -exposed portions until after completion of masonry work. U. Omit the first coat (primer) on metal surfaces, which have been shop, primed and touch-up painted, unless otherwise specified. 3.5 APPLICATION RESTRICTIONS: A Do not apply water base paints when the temperature of surfaces to be painted and the surrounding air temperatures are below 50 degrees F unless otherwise permitted by the paint manufacturer's printed instructions. B Do not apply solvent thinned paints when the temperature of surfaces to be painted and the surrounding air temperatures are below 45 degrees F., unless otherwise permitted by the paint manufacturer's printed instructions. C Do not apply paint in snow, rain, fog or mist; or when the relative humidity exceeds 85%; or to damp or wet surfaces; unless otherwise permitted by the paint manufacturer's printed instructions Painting may be continued during inclement weather only if the areas and surfaces to be painted are enclosed and heated within the temperature limits specified by the paint manufacturer during application and drying periods 3.6 MINIMUM COATING THICKNESS: A Apply each material at not less than the manufacturer's recommended spreading rate, to provide a total dry film thickness of not less than 5.0 mils for the entire coating system of prime and finish coats for 3 -coat work B. PRIME COATS: 1. Before application of finish coats, apply a prime coat to material, which is required to be painted or finished, and which has not been prime coated by others. 2. Recoat primed and sealed walls and ceilings where there is evidence of suction spots or unsealed areas in first coat, to assure a finish coat with no burn through or other defects due to insufficient sealing. C PIGMENTED (OPAQUE) FINISHES - Completely cover to provide an opaque, smooth surface of uniform finish, color, appearance, and coverage. February 2011 PAINTING Page 9 D. TRANSPARENT (CLEAR) FINISHES: 1. On exposed portions, use multiple coats to produce glass smooth surface film continuity of even luster. Provide a finish free of laps, cloudiness, color irregularity, runs, brush marks, orange peel, nail holes, or surface imperfections. 2 Provide satin finish for final coats, unless otherwise indicated. 37 BRUSH APPLICATION: A. Brush out and work all brush coats onto the surfaces in an even film Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be acceptable. Neatly draw all glass lines B. Brush apply all primer or first coats, unless otherwise permitted to use mechanical applicators. 38 COMPLETED WORK: Match approved samples for color, texture and coverage Remove, refinish, or repaint work not in compliance with specified requirements Upon completion of work remove paint, varnish spots from floors, glass, other surfaces; remove from premises rubbish, accumulated materials of whatever nature not caused by other trades; leave work clean, orderly acceptable condition. PART IV - PAINT SCHEDULE 4.1 SCHEDULE: The Owner has final approval on all finishes used. EXPOSED STEEL (INTERIOR) (1) COAT GLID-GUARD PRIMER NO. 520S, OR EQUAL (2) COATS GLID-GUARD FINISH NO. 4550 OR EQUAL EXPOSED STEEL (EXTERIOR) (1) COAT GLID-GUARD FINISH NO 4570 OR EQUAL (2) COATS GLID-GUARD FINISH NO. 4550 OR EQUAL. DUCTILE IRON PIPE, STEEL PIPE AND VALVES (INTERIOR) (1) COAT GLID-GUARD FINISH NO 4570 OR EQUAL. (2) COATS GLID-GUARD FINISH NO. 4550 OR EQUAL GALVANIZED IRON 1) COAT GLID-GUARD FINISH NO.5229. GALVANIZED IRON PRIMER OR EQUAL.. (2) COATS GLID-GUARD FINISH NO.4550. ALKYD INDUSTRIAL ENAMEL OR EQUAL. PAINT MANUFACTURER'S• SHERWIN WILLAMS. GLIDDEN AND DEVOE OR APPROVED EQUAL MAY BE SUBMITTED. END OF SECTION February 2011 PAINTING Bid Form Project Identification: Sludge Dewatering Facility West Jefferson, North Carolina Contract Identification and Number: DIVISION A-1 GENERAL CONSTRUCTION TABLE OF ARTICLES Page Article 1 - Bid Recipient 1 Article 2 - Bidder's Acknowledgments 1 Article 3 - Bidder's Representations 2 Article 4 - Further Representations 3 Article 5 - Basis of Bid 4 Article 6 - Time of Completion 9 Article 7 - Attachments to Bid 10 Article 8 - Defined Terms 11 Article 9 - Bid Submittal 11 Article 10 — Minority Business Participation Requirements 13 Article 11 — E -Verify Certification 13 Article 12 — Iran Divestment Act Certification 13 Article 13 — Davis -Bacon Act Wage Rates 13 ARTICLE 1- BID RECIPIENT 1.01 This Bid Is Submitted To: Mayor and Board of Aldermen, Town of West Jefferson, 01 South Jefferson Avenue, West Jefferson, North Carolina 28694 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in the Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 - BIDDER'S ACKNOWLEDGMENTS 2.01 Bidder accepts all of the terms and conditions of the Advertisement and Instructions to Bidders, including without limitations those dealing with the dispositions of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. August 2017 Bid Form -1 ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged. Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all Federal, State, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in SC -4.02, and (2) reports and drawings of a Hazard Environmental Condition, if any, which has been identified in SC -4.06. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by the Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of the Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding August 2017 Bid Form -2 Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the State where the Project is located not later than the date of its execution of the Agreement. ARTICLE 4 - FURTHER REPRESENTATIONS 4.01 Bidder further represents that: A. This Bid is genuine and not made in the interest of or on the behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. August 2017 Bid Form -3 ARTICLE 5 - BASIS OF BID 5.01 The Bidder proposes and agrees if this proposal is accepted to Contract with the Town of West Jefferson in the form of Contract specified below, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, supplies, labor, etc., necessary to complete the construction of: Sludge Dewatering Building, Belt Press And Augers in full in complete accordance with the plans, specifications, and Contract Documents, to the full and entire satisfaction of the Town of West Jefferson, North Carolina and their representatives with a definite understanding that no money will be allowed for extra work except as set forth in the General Conditions and the Contract Documents. 5.02 Bidder shall complete the Work in accordance with the Contract Documents for the following price(s): Bid Item No. Description Quantity Unit Price Bid per Unit Total Price Bid 1 Mobilization Mobilization/Demobilization, Bonds, Insurance. Lump Sum Lump Sum $ $ Limited to 2% of the total price bid for Item No. 2. 2 1 Dewatering Building, Belt Press, Sludge Pum Price, lump Sum, for furnishing and installing all Lump Sum Lump Sum $ $ work associated with the sludge dewatering facility, including, earth work, precast concrete building, belt press, yard piping, sludge pump, all electrical and lighting (interior and exterior) including electrical for sludge pump, three (3) control wires and conduits for sludge pump, the building concrete slab, the auger concrete slab, paving, fence, sludge basin hole cores, and all else, complete in every respect, tested, accepted by Owner and put into full operation, all in accordance with these Specifications, the Contract Drawings and the Engineer's requirements under them. This lump sum does NOT include any augers, does NOT include any bollards, does NOT include the electrical for augers, and does NOT include the canopy. These items are bid separately below. August 2017 Bid Form -4 Bid Item Description Quantity Unit Price Bid Total Price Bid No. per Unit 3 Base Bid Auger Price, lump sum, for furnishing all labor, materials, Lump Sum Lump Sum $ $ tools, equipment and all else, and installing the Base Bid Auger, including the associated bollards, the base bid auger controls contained in the belt press control panel, electrical for the base bid auger, including heat tape, complete in every respect, tested, accepted by Owner and put into full operation, all in accordance with these Specifications, the Contract Drawings and the Engineer's requirements under them. 4 Alternate Bid Augers Price, lump sum, for furnishing all labor, materials, Lump Sum Lump Sum $ $ tools, equipment and all else and installing the four (4) Alternate Bid Augers, including the associated bollards, the Auger #1 controls contained in the belt press control panel, electrical wiring and controls for all four (4) auger, including heat tape, complete in every respect, tested, accepted by Owner and put into full operation, all in accordance with these Specifications, the Contract Drawings and the Engineer's requirements under them. 5 Canopy Price, lump sum, for furnishing all labor, materials, Lump Sum Lump Sum $ $ tools, equipment and all else and installing the canopy where shown on the Contract Drawings, including all concrete (except slab which is included in Item 1 above), steel, roof deck and all else, complete in every respect, tested, accepted by Owner and put into full operation, all in accordance with these Specifications, the Contract Drawings and the Engineer's requirements under them. August 2017 Bid Form -5 Bid Item No. Description Quantity Unit Price Bid per Unit Total Price Bid 6 Extra #57 Stone Stabilization, When Ordered 20 Tons, More or Less $ $ 7 Select Fill, When Ordered 100 CY, More or Less $ $ 8 Seeding and Mulching 100 SY, More or Less $ $ 9 Rock Removal, If Needed 100 CY, More or Less $ $ 10 Extra Concrete, When Ordered 100 CY, More or Less $ $ 11 Extra Reinforcing Steel, When Ordered 1,000 LB, More or Less $ $ 12 USDA Project Construction Sign 1 Lump Sum $ $ 13 Metal Building Alternative, See information below Add/Deduct Lump Sum $ $ TOTAL PRICE FOR BID ITEMS 1, 29 39 5, 69 79 8, 9910911 AND 12: $ TOTAL PRICE FOR BID ITEMS 1, 29 49 59 69 79 89 99 10,11 AND 12: $ TOTAL PRICE FOR BID ITEMS 1, 29 39 59 69 79 89 99 10,119 12 AND 13: $ TOTAL PRICE FOR BID ITEMS 1, 29 49 59 69 79 89 99109119 12 AND 13: $ August 2017 Bid Form -6 5.03 Measurements and Payments Unit prices quoted and accepted shall apply throughout the life of the Contract, except as otherwise specifically noted. Unit prices shall be applied, as appropriate, to compute the total value of changes in the scope of the work all in accordance with the Contract Documents. Bidder acknowledges that quantities are approximate only and are given as the basis for comparison of Bids. The Owner may increase or decrease the quantity of any item or portion of the work as may be deemed necessary or expedient. An increase or decrease in the quantity of any item will not be regarded as sufficient ground for an increase or decrease in the bid prices, nor in the time allowed for the completion of the work, except as provided for in the General Conditions. A description of the work entailed for each bid item is provide below. ITEM 1- MOBILIZATION/DEMOBILIZATION, BONDS, INSURANCE Price, lump sum, for mobilizing equipment, materials and workers to the job site, demobilizing upon completion of the project, provision of Payment Bond, Performance Bond and insurance for the project. Price is limited to 2% of the total Bid Price for Bid Item No. 2. ITEM 2 - BUILDING, BELT PRESS, SLUDGE PUMP: Price, lump sum, for furnishing all labor, materials, tools, equipment, and all else required for and constructing the sludge dewatering facility, including the precast concrete building, belt press, yard piping, sludge pump, all electrical and lighting (interior and exterior) including electrical for sludge pump, three (3) control wires and conduit for sludge pump, hot box for the sludge pump, the building concrete slab, the auger concrete slab, paving, fence, sludge basin hole cores, and all else, complete in every respect, tested, accepted by Owner and put into full operation, all in accordance with these Specifications, the Contract Drawings and the Engineer's requirements under them. This lump sum does NOT include any augers, does NOT include any bollards, does NOT include the electrical for augers, and does NOT include the canopy. These items are bid separately. ITEM 3 — BASE BID AUGERS: Price, lump sum, for furnishing all labor, materials, tools, equipment and all else for, and installing the Base Bid Auger, including the associated bollards, the base bid auger controls contained in the belt press control panel, electrical for the base bid auger, including heat tape, complete in every respect, tested, accepted by Owner and put into full operation, all in accordance with these Specifications, the Contract Drawings and the Engineer's requirements under them. ITEM 4 — ALTERNATE BID AUGERS: Price, lump sum, for furnishing all labor, materials, tools, equipment and all else and installing the four (4) Alternate Bid Augers, including the associated bollards, the Auger #1 controls contained in the belt press control panel, electrical wiring and controls for all four (4) auger, including heat tape, complete in every respect, tested, accepted by Owner and put into full operation, all in accordance with these Specifications, the Contract Drawings and the Engineer's requirements under them. ITEM 5 - CANOPY: Prices, or lump sum, for furnishing all labor, materials, including stone, tools, equipment and all else required for and installing the canopy conforming to these Specifications, including excavation, backfilling, August 2017 Bid Form -7 compaction, landscaping, cleaning up, etc., complete and placed into satisfactory operation in accordance with the Contract Drawings, these Specifications and the Engineers' requirements under them. ITEM 6 — EXTRA STONE STABILIZATION: Price, unit, for furnishing all labor, materials, tools, equipment, including purchase, excavation, hauling, and all else required for and placing extra bedding material consisting of No. 67 stone, when ordered, all in accordance with the Contract Drawings, these Specifications and the Engineers' requirements under them, to be used only at the direction of the Engineers. eers. Bedding material below sewer pipe and up to the spring line of the pipe is included with the pipe price. Extra stone bedding material may also be ordered by the Engineer when unstable soil or rock is encountered at the bottom of the trench. ITEM 7 — SELECT FILL: Price, unit, for furnishing all labor, materials, tools, equipment, including purchase, excavation, hauling, and all else required for and placing Select Fill material, when ordered, all in accordance with the Contract Drawings, these Specifications and the Engineers' requirements under them, to be used only at the direction of the Engineers. eers. ITEM 8 — SEEDING AND MULCHING: Price, unit, for furnishing all labor, materials, tools, equipment, including purchase, delivery, spreading, raking, and all else required for and placing grass seed and straw mulch material, all in accordance with the Contract Drawings, these Specifications and the Engineers' requirements under them. ITEM 9 - ROCK REMOVAL: Price, unit, for furnishing all labor, materials, tools, equipment, blasting, pre -blast and post -blast inspections, notifications to property owner, removal and disposal of rock, and all else required for and placing grass seed and straw mulch material, all in accordance with the Contract Drawings, these Specifications and the Engineers' requirements under them. ITEM 10 - EXTRA CONCRETE Price, unit, for furnishing all labor, materials, tools, equipment, including purchase, excavation, hauling, and all else required for and placing additional 4,000 psi concrete, when ordered, all in accordance with the Contract Drawings, these Specifications and the Engineers' requirements under them, to be used only at th direction of the Engineers. eers. ITEM 11- EXTRA REINFORCING STEEL Price, unit, for furnishing all labor, materials, tools, equipment, including purchase, tying, and all else required for and placing additional reinforcing steel, when ordered, all in accordance with the Contract Drawings, these Specifications and the Engineers' requirements under them, to be used only at the direction of the Engineers. eers. ITEM 12 - USDA CONSTRUCTION SIGN: Price, lump sum, for furnishing all labor, materials, tools, equipment for building, erecting and removing USDA Construction Sign per the detail contained in the Contract Documents. August 2017 Bid Form -8 ITEM 13 — METAL BUILDING ADDER/DEDUCT The Owner may be interested in considering a metal building, with interior insulation and same interior dimensions, in lieu of the precast concrete building. If a contractor is interested in providing pricing for the metal building, it shall be noted as an Adder or Deduct to the precast concrete building in Bid Item 13. If providing pricing for the metal building, circle the word Adder or Deduct in the Bid Item line and enter the appropriate pricing. It is understood that the structural concrete footers and floor will be different for the metal building than what has been designed for the precast concrete building. Therefore, all pricing for the metal building, either an Adder or Deduct, shall contain the cost of the designs for the metal building, new footers, foundation and concrete floor, said design prepared by a licensed North Carolina Structural Professional Engineer. These design drawings and specifications shall be submitted with the metal building shop drawings for review and approval by Municipal Engineering Services Co., PA. Be advised that the building, footers, foundation designs must take into consideration the seismic, weather, wind and other conditions found in West Jefferson. No subsurface explorations were prepared for this project. It is not mandatory that pricing for the metal building alternative be provided. 5.04 Bidder acknowledges the following: A. Unit Prices and Lump Sum have been computed in accordance with paragraph 11.03.B of the General Conditions. Unit Prices and Lump Sum include furnishing of all materials, tools, equipment, labor and all else required for and installing/constructing the listed bid items. B. Bidder acknowledges that estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. C. The Owner intends to award a contract to the lowest responsive, responsible bidder based upon the total project cost, for the pertinent Bid Items it selects, as noted in the Bid Form Lines "TOTAL PRICE FOR BID ITEMS...". D. The Owner reserves the right to reduce the quantities in the Base Bid, up to 25%, if required to bring the project into the funding budget limit, with no changes in unit prices. ARTICLE 6 - TIME OF COMPLETION 6.01 The bidder agrees that the Work for the project shall be substantially completed 270 consecutive calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions within 300 consecutive calendar days after the date when the Contract Time commences to run. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages. August 2017 Bid Form -9 ARTICLE 7 - ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of the Bid: A. Required Bid Secunty in the form of a 5% Bid Bond (EJCDC No. C-430) or Certified Check (circle type of security provided); B. List of Proposed Subcontractors as follows:* SUBCONTRACTOR SERVICE *ATTACH AN ADDITIONAL PAGE, IF NECESSARY C. List of Proposed Suppliers as follows:* EQUIPMENT/MATERIALS MANUFACTURER Precast Concrete Building Belt Press Base Bid Auger Alternate Bid Augers Sludge Pump Pre -Engineered Metal Building (If Bid) *Attach an additional page, if necessary D. List of Project References as follows:* (MINIMUM OF THREE (3) REQUIRED (WITH CONTACT INFORMATION) *ATTACH ADDITIONAL PAGE, IF NECESSARY E. Evidence of authority to do business in the state or jurisdiction of the Project; or a written covenant to obtain such license within the time frame for acceptance of Bids; F. North Carolina Contractor's License No.: August 2017 Bid Form -10 G. Required Bidder Qualification Statement with supporting data. H. If Bid amount exceeds $10,000, signed Compliance Statement (RD 400-6). Refer to specific equal opportunity requirements set forth in the supplemental General Conditions. RD 400-6 contained in this set of Specifications. I. If Bid amount exceeds $25,000, signed Certification Regarding Debarment, suspension, Ineligibility and Voluntary Exclusion — Lower Tier Covered Transactions (AD -1048). Form AD -1048 contained in this set of Specifications. J. If Bid amount exceeds $100,000, signed RD Instruction 1940-Q, Exhibit A-1, Certification for Contracts, Grants and Loans. RD 1940-Q is contained in this set of Specifications. ARTICLE 8 - DEFINED TERMS 8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 - BID SUBMITTAL 9.01 This Bid is submitted by: If Bidder is: An Individual Name (typed or printed): (Individual's signature) Doing business as: A Partnership Partnership Name: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): A Corporation Corporation Name: State or Jurisdiction of Incorporation: Type (General Business, Profession, Service, Limited Liability): (Signature -- attach evidence of authority to sign) SEAL, if required by State SEAL, if required by State August 2017 Bid Form -11 Name (typed or printed): Title: Attest CORPORATE SEAL, (Signature of Corporate Secretary) Date of Qualification to do business in [State or other jurisdiction where Project is located] is _/_/ A Joint Venture Name of Joint Venture: First Joint Venture Name: By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venture Name: By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: SEAL, if required by State SEAL, if required by State (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is party to the venture should be in the manner indicated above.) 9.02 — Bidder Information (All Bidders Shall Complete This Information) Bidder's Business address: Business Phone No. Business FAX No. Business E -Mail Address North Carolina Contractor License No. Bidder's Federal Tax ID No. August 2017 Bid Form -12 Bidder's State Tax ID No. Phone and FAX Numbers, and Address for receipt of official communications, if different from Business contact information: 9.03 Bid submitted on 2017. ARTICLE 10 — MINORITY BUSINESS PARTICIPATION REQUIREMENTS Provide with the bid - Under GS 143-128.2(c) the undersigned bidder shall identify on its bid the minority businesses that it will use on the project and the total dollar value of the bid that will be performed by the minority businesses and list the good faith efforts (Affidavit A) made to solicit participation Note: A contractor that performs all of the work with its own workforce may submit an Affidavit B to that effect in lieu of the Affidavit A required above. After the bid openinma - The Owner will consider all bids and alternates and determine the lowest responsible, responsive bidder. Upon notification of being the apparent low bidder, the bidder shall then file within 72 hours of the notification of being the apparent lowest bidder, the following: An Affidavit C that includes a description of the portion of work to be executed by minority businesses, expressed as a percentage of the total contract price, which is equal to or more than the 10% goal established. This affidavit shall give rise to the presumption that the bidder has made the required good faith effort; Or Affidavit D of its good faith effort to meet the goal. The document must include evidence of all good faith efforts that were implemented, including any advertisements, solicitations and other specific actions demonstrating recruitment and selection of minority businesses for participation in the contract. Note: Bidders must submit with their bid the Identification of Minority Business Participation list and Afji'davit A or Affidavit B as applicable. Failure to file a required affidavit or documentation with the bid or after being notified apparent low bidder may be grounds for rejection of the bid. Affidavits C and D are included in these Bid Documents for review by the bidders. ARTICLE 11— E -VERIFY CERTIFICATION E -Verify Certification. The Bidder must complete the E -Verify Certification form provided at the end of the Bid Form Section, Page 17. ARTICLE 12 — IRAN DIVESTMENT ACT CERTIFICATION The Bidder must complete the Iran Divestment Act Certification form provided at the end of the Bid Form Section, Page 18. ARTICLE 13 — DAVIS-BACON ACT WAGE RATES The Bidder is advised that the Davis -Bacon Act Wage Rates apply to this project. The specific wage rates for this project are contained in the Project Manual. August 2017 Bid Form -13 Identification of Minority Business Participation (Name of Bidder) do hereby certify that on this project, we will use the following minority business enterprises as construction subcontractors, vendors, suppliers or providers of professional services I= Name, Address and Phone # Work type *Minority Category *Minority categories Black, African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F) Socially and Economically Disadvantaged (D) The total value of minority business contracting will be ($) August 2017 Bid Form -14 State of North Carolina AFFIDAVIT A- Listing of Good Faith Efforts County of Affidavit (Name of Bidder) I have made a good faith effort to comply under the following areas checked Bidders must earn at least 50 points from the good faith efforts listed for their bid to be considered responsive. (1 NC Administrative Code 30 I 0101) 1— (10 pts) Contacted minority businesses that reasonably could have been expected to submit a quote and that were known to the contractor, or available on State or local government maintained lists, at least 10 days before the bid date and notified them of the nature and scope of the work to be performed. 2 --(10 pts) Made the construction plans, specifications and requirements available for review by prospective minority businesses, or providing these documents to them at least 10 days before the bids are due 3 — (15 pts) Broken down or combined elements of work into economically feasible units to facilitate minority participation. 4 — (10 pts) Worked with minority trade, community, or contractor organizations identified by the Office of Historically Underutilized Businesses and included in the bid documents that provide assistance in recruitment of minority businesses LJ 5 — (10 pts) Attended prebid meetings scheduled by the public owner 6 — (20 pts) Provided assistance in getting required bonding or insurance or provided alternatives to bonding or insurance for subcontractors 7 — (15 pts) Negotiated in good faith with interested minority businesses and did not reject them as unqualified without sound reasons based on their capabilities Any rejection of a minority business based on lack of qualification should have the reasons documented in writing LJ 8 — (25 pts) Provided assistance to an otherwise qualified minority business in need of equipment, loan capital, Imes of credit, or joint pay agreements to secure loans, supplies, or letters of credit, including waiving credit that is ordinarily required Assisted minority businesses in obtaining the same unit pricing with the bidder's suppliers in order to help minority businesses in establishing credit 9 — (20 pts) Negotiated jomt venture and partnership arrangements with minority businesses in order to increase opportunities for minority business participation on a public construction or repair project when possible 10 - (20 pts) Provided quick pay agreements and policies to enable minority contractors and suppliers to meet cash-flow demands The undersigned, if apparent low bidder, will enter into a formal agreement with the firms listed in the Identification of Minority Business Participation schedule conditional upon scope of contract to be executed with the Owner Substitution of contractors must be in accordance with GS 143-128 2(d) Failure to abide by this statutory provision will constitute a breach of the contract The undersigned hereby certifies that he or she has read the terms of the minority business commitment and is authorized to bind the bidder to the commitment herein set forth Date: Name of Authorized Officer: Signature: Title: S , County of Subscribed and sworn to before me this day of 20 Notary Public My commission expires August 2017 Bid Form -15 State of North Carolina --AFFIDAVIT B-- Intent to Perform Contract with Own Workforce. County of _ Affidavit of (Name of Bidder) I hereby certify that it is our intent to perform 100% of the work required for the West Jefferson Sludge Dewatering_Facility contract In making this certification, the Bidder states that the Bidder does not customarily subcontract elements of this type project, and normally performs and has the capability to perform and will perform all elements of the work on this project with his/her own current work forces; and The Bidder agrees to provide any additional information or documentation requested by the owner in support of the above statement The undersigned hereby certifies that he or she has read this certification and is authorized to bind the Bidder to the commitments herein contained. Date: Name of Authorized Officer: Signature: Title SSEAL State of , County of Subscribed and sworn to before me this day of 20® Notary Public My commission August 2017 Bid Form -16 STATE OF NORTH CAROLINA AFFIDAVIT COUNTY OF ASHE E -VERIFY COMPLIANCE 1 North Carolina General Statute 160A-20 1(a) authorizes counties, cities and towns to contract with a private entity to cant' out any public purpose that the county, city or town is authorized to engage in by law, and 2 North Carolina General Statute 160A-20 1(b) prohibits counties, cities and towns from entering into a contract with a private entity unless said entity and its subcontractors comply with the requirements of Article 2 of Chapter 64-26(a) of the General Statutes which requires an employer that transacts business in the State of North Carolina and employs 25 or more employees in the State of North Carolina to verify the work authorization of its employees through the Federal E-Venfy program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees 3 In accordance with North Carolina General Statute 160A-20 1(b) and as a condition of bidding on potential contracts, the Town of West Jefferson, North Carolina, requires contractors to comply with the E-Venfy requirements in Article 2 of Chapter 64 of the North Carolina General Statutes as evidenced by submission of this Affidavit 4 Therefore, I, , have submitted a bid for contract or desire to enter into a contract with the Town of West Jefferson, as part of my duties and responsibilities pursuant to said bid and or contract, I attest that I am aware of and in compliance with the requirements of E-Venfy, Article 2 of Chapter 64 of the North Carolina General Statutes, to include (mark which applies) After hiring an employee to work in the United States I verify the work authorization of said employee through E- Venfy and retain the record of the verification of work authorization while the employee is employed and for one year thereafter, or I employ less than twenty-five (25) employees in the State of North Carolina 5 As part of my duties and responsibilities pursuant to said bid and/or contract, I attest that to the best of my knowledge any subcontractors employed as a part of this bid and/or contract are in compliance with the requirements of E -Verify, Article 2 of Chapter 64 of the North Carolina General Statutes, to include (mark which one applies) After hiring an employee to work in the United States the subcontractor verifies the work authorization of said employee through E-Venfy and retain the record of the verification of work authorization while the employee is employed and for one year thereafter, or Employ less than twenty-five (25) employees in the State of North Carolina Specify subcontractor This the day of Signature of Affiant Print or Type Name Title Company or Contractor's Name NOTARY 20 Sworn to and subscribed before me, this the day of [OFFICIAL SEAL] My Commission Expires Printed Name Signature 20 RFP Number (if applicable) Sludge Dewatering Facility Town of West Jefferson, North Carolina Name of Vendor or Bidder Notary Public August 2017 Bid Form -17 IRAN DIVESTMENT ACT CERTIFICATION REQUIRED BY N.C.G.S. 143C -6A -5(a) As of the date listed below, the entity listed above is not listed on the Final Divestment List created by the State Treasurer pursuant to N C G S 143-6A-4. The undersigned hereby certifies that he or she is authorized by the entity listed above to make the foregoing statement Signature Printed Name Notes to persons signing this form: Date Title N.C.G S 143C -6A -5(a) requires this certification for bids or contracts with the State of North Carolina, a North Carolina local government, or any other political subdivision of the State of North Carolina. The certification is required at the following times ❑ When a bid is submitted ❑ When a contract is entered into (if the certification was not already made when the vendor made its bid) ❑ When a contract is renewed or assigned N.C.G.S 143C -6A -5(b) requires that contractors with the State, a North Carolina local government, or any other political subdivision of the State of North Carolina must not utilize any subcontractor found on the State Treasurer's Final Divestment List. The State Treasurer's Final Divestment List can be found on the State Treasurer's August 2017 Bid Form -18 Town of West Jefferson Waste Water Treatment Plant Sludge Management Plan Sludge Storage Capacity One rectangle digester ................. ...... 190,000 Gallons Two rectangle digesters ............................ .......... 60,000 Gallons Total sludge storage capacity ........ ................. .......... 250,000 Gallons Sludge Transfer Wasting is accomplished by diverting return activated sludge, through valves, into the large digester. When the digester is full, air is turned off to allow the solids to settle Once settled, a four inch gas powered pump is used to decant supernatant. The supernatant collects in the former chlorine contact chamber and gradually feeds back to the headworks by gravity. Once thickened, the sludge is transferred to the two smaller digesters, where it can be decanted again by turning off the air. These two smaller digesters are also used to load the trucks, via a three inch pump, for land application. This plan allows for an approximate two percent solids value, which results in a maximum detention time. After the addition of a belt press, the sludge will also be pumped from these two digesters, via a new variable speed pump, to the new belt press building. This pressed sludge will be conveyed into a covered dumpster, to be hauled to the local landfill. This new addition will allow for an approximate fifteen percent solids sludge Class B Sludge Permit WQ0003992 regulates Class B liquid sludge disposal. West Jefferson has 52.51 acres permitted for liquid sludge disposal. The facility uses two tanker trucks fitted with 1800 gallon tanks One truck uses a pneumatic valve, which opens at the rear of the truck. The opening is fitted with a splash pan to distribute the liquid. The other truck is equipped with a vacuum pump, which can be switched to vacuum sludge into the tank through one valve, or push sludge out of the tank through a second valve fitted with a splash pan The sludge can also gravity feed out of the valve fitted with the splash pan Both trucks use switches located inside the cab to operate the valves. Procedures to significantly reduce pathogens is demonstrated by analysis of seven annual sludge samples for coliform bacteria These samples have a geometric mean of less than two million MPN. Vector attraction reduction is demonstrated by volatile solids analysis of sludge in a thirty day bench scale shown to produce less than fifteen percent volatile solids reduction.