Loading...
HomeMy WebLinkAboutWQCS00135_Regional Office Historical File Pre 2018 (3)Pump Station Information Puma Station Physical Address Owner EU Power Act. # . Duke Power Act. # Meter # Alexander Industrial Park Pump Station 365 W E Baab Industrial Dr. Alex. County 2327159 - 12459856 Allen's Pump Station 780 NC Hwy 16 South Town - 0001906028 980905 Armory Pump Station 247 Waggin Trail Alex. County - 0001906014 415373 Boston Road Pump Station 610 Boston Road Town - Craftmaster Pump Station 754 Sharpe.Lane Alex. County 1775731550 900601 Ellendale Pump Station 361 Ellendale Park Lane Alex. County - 82444292 Fairgrounds Pump Station 2442 NC Hwy 16 South Alex. County - 0004270067 690947 Fairway Oaks Pump Station 121 Wedgewood Circle Town 2132045 - 78371717 Gravel Hill Pump Station 329 NC Hwy 16 N Town - 0001906013 800875 Hiddenite School Pump Station 374 Sulphur Springs Rd Town 1203217017 969291 Isenhour Park Pump Station 131 Isenhour Park Rd Town 2043310128 823431 Jay Drive Pump Station 272 W Jay Drive Town 2132044 - 78371716 Lewittis Pump Station 1867 NC Hwy 90 E Alex. County - 0001906030 528885 Macedonia Pump Station 9 Macedonia Church Road Alex. County - 0004269992 670736 McLellend Pump Station 130 Lower Lane Town - 0001906025 415312 Millersville Church Pump Station 80 Millersville Church Rd Town 1918176790 278091 Mitchell Gold Pump Station 55 One Comfortable Place Alex. County - 1322240808 151385 Mt Pilot MHP Pump Station 260 Mt Pilot MHP Drive Town 1405257984 063291 Northwood Park Pump Station 393 Northwood Park Town - 0000086730 517026 Paul Payne Pump Station 1428 Paul Payne Store Road Town . 2371853 - 78371512 Pier Point Pump Station 11 Pierpoint Lane Alex. County - 0001906038 415330 Prison Pump Station 633 Old Landfill Road State of NC NCDOC 2132047 - 78117883 Saunders Lane Pump Station 127 Saunders Road Alex. County - 0001906031 883374 Schronce Pump Station 1460 NC Hwy 16 South Town - 0002916589 794613 Statesville Pallet Pump Station 93 Old. Mountain Road, Hiddenite Alex. County 1940242705 900076 Taylor King Pump Station 286 County Home Road. Alex. County - 0004435802 415309 P�.�r sf�+:�� d br p.,.+ o� PKs►: sa�.�r 5A I tfs !No ✓ fo ' ��II•ao•~ N, �IDQVA1��( GN0S1%HAe✓i�q ��ra� o✓ ^% % I) - r 4, JT `;7�'�� MA11 Ser✓1 es. C�n�a✓ %�6- 3*00 i North Carolina Department of Environmental Quality Pat McCrory Donald R. van der Vaart Governor Secretary May 10, 2016. MEMORANDUM TO: Barry Love, Mooresville Regional Office FROM: Steve Lewis, PERCS Unit Subject: Taylorsville Renewal Application Package Permit Number: WQCS00135 RECEIVED/NCDENR/DWR MAY 12 Z016 WQROS MOORESVILLE REGIONAL OFFICE The subject collection system permit renewal was received by the central office on May 4, 2016. A copy of the collection system application package is attached for your records and comments. If possible, please relay any questions, comments or additional information requests you have to the permit application reviewer, Steve Lewis [919-807-6308 or Steve.Lewis@ncdenr.gov]. Enclosures: application package Cc: PERCS file (electronic) 1617 Mail Service Center, Raleigh, North Carolina 27699-1617 Location: 512 N. Salisbury St. Raleigh, North Carolina 27604 Phone: 919-807-63001 FAX: 919-807-6492 Internet: www.ncwaterguality.oro An Equal Opportunity 1 Affirmative Action Employer Town of Taylorsville CDEOIDWR �.ECEIVEDIN "The Brushy Mountain Gateway" 67 Main Avenue Drive MAY 0 2016 Taylorsville, North Carolina 28681 828.632.2218 (Phone) ® 828.632.7964 (Fax) water Qua{ity Feriiting Section www.taylorsviEenc.com April 28, 2016 Please find enclosed the Town of Taylorsville's permit renewal application for Wastewater Collection Permit No. WQCS00135 and attachments listed below: Attachment (A) Section IV (3) ( Pump Stations names and physical addresses) Attachment (A) Section IV (3b) ( Alarm Type, permanent generators sites and pump stations served with portable generators) Attachment (A) Section IV (3c) (Pump station capacity GPM) Attachment (A) for Condition V (4) (High Priority Lines) Attachment (A) Section V (4) (Coy of current Annual Budget) Attachment (A) Section V (6) (CIP) Attachment (A) Section VI (2) (Response Plan) Attachment (A) Section VI (4) (Contingency Plan) Attachment (A) Section VI (6) (System mapping) 0 RECEIVED/NCDENR/DWR MAY 12 2016 �IVQROS MOORESVILLE REGIONAL OFFICE The Town of Taylorsville does not discriminate on the basis of race, color, national origin, sex, religion, age or disability in employment or the provision of services. �+ a I. APPLICANT INFORMATION: 1. Applicant's name (Municipality, Public Utility, etc): Town of Tavlorsville 2. Facility Information: Name: Tavlorsville Collection System Permit No.: WQCS00135 3. Applicant type: ® Municipal ❑ State ❑ Privately -Owned Public Utility ❑ County ❑ Other: 4. Signature authority's name: Geroge Holeman per 15A NCAC 02T .0106(b) RECEIVEDUDEUDW.R Title: Mayor MAY 0 4 2016 5. Applicant's mailing address: 67 Main Ave Water Quality City: Tavlorsville State: NC Zip: 28681- Permitting Section 6. Applicant's contact information: Phone number: 828) 632-2218 Fax number: 828) 632-7964 Email address: drobinette@,taylorsvillenc.com II. CONTACT/CONSULTANT INFORMATION: 1. Contact Name: David Robinette 2. Title/Affiliation: Works Director 3. Contact's mailing address: 67 Main Ave 4. City: Taylorsville State: NC 5. Contact's information: Phone number: 828) 632-2218 ' Fax number: 828) 632-7964 Public Zip: - Email address: dobinette@tavlorsvillenc.com III. GENERAL REQUIREMENTS: 1. New Permit or Premit Renewal? ❑ New ® Renewal 2. County System is located in: Alexander County 3. Owner & Name of Wastewater Treatment Facility(ies) receiving wastewater from this collection system: Owner(s) & Name(s): Town of Tavlorsville 4. WWTF Permit Number(s): NCO026271 5. What is the wastewater type? 95 % Domestic or 5 % Industrial (See 15A NCAC 02T .0103(20 II )) y Is there a Pretreatment Program in effect? ❑ Yes or ® No 6. Wastewater flow: .380 MGD (Current average flow of wastewater generated by collection system) 7. Combined permitted flow of all treatment plants: .380 MGD 8. Explain how the wastewater flow was determined: ❑ 15A NCAC 02T .0114 or ® Representative Data 9. Population served by the collection system: 2500 IV. COLLECTION SYSTEM INFORMATION: 1. Line Lengths for Collection System: 0 Sewer Line Description Length Gravity Sewer 25 (miles) Force Main 10 (miles) Vacuum Sewer n/a (miles) Pressure Sewer n/a (miles). TiECEIVED/NCDENR/DWR MAY 12 2016 WOROS MOORESVILLE REGIONAL OFFICE APPLICATION CSA 08-13 Page 3 of 5 Pump Stations for Collection System: Pump Station Type Number Simplex Pump Stations (Serving Single Building) n/a Simplex Pump Stations (Serving Multiple Buildings) n/a Duplex Pump Stations n/a 3. Submit a list of all major (i.e. not simplex pump station serving a single family home) pump stations. Include the following information: 5 C E A-k-h art K ^% cm + CA, 5e e -V ow ➢ Pump Station Name ➢ Physical Location ➢ Alarm Type (i.e. audible, visual, telemetry, SCADA) ➢ Pump Reliability ➢ Reliability Source (permanent/portable generator, portable pumps) ➢ Capacity of Station (Pump Station Capacity in GPM) 4. Submit a list of all high priority lines according per 15A NCAC 02T .0402 (2) known to exist in the collection system. Head the list with "Attachment A for Condition V(4)" and include the system name. ➢ Use the same line identification regularly used by the applicant ➢ Indicate type of high priority line (i.e. aerial), material and general location V. COLLECTION SYSTEM ADMINISTRATION: 1. Provide a brief description of the organizational structure that is responsible for management, operation and maintenance of the collection system. Town Mamager/Public Workds Director/2 work crews provide maintence 2. Indicate the current designated collection system operators for the collection system per 15A NCAC 08G.0201 Main ORC Name: David Robinette Certification Number: 24226 Back -Up ORC Name: Warren Miller Certification Number: 24555 A current listing of the ORC(s) the Division has on file for WQCS permit holders can be obtained at: http://portal.ncdenr.or!z/web/wq/swp/ps/es/ai)ps Click on "WQCS Contacts and Reports" and type in the WQCS Permit Number to obtain the report Approximate annual budget for collection system only: $ 2,000,000.00 Submit a copy of your current annual budget. 5f-£ A-z7ftVA f4t)V-e CAS Sec-tfej ✓ C� Approximate capital improvement budge or e collec ion system only: $ 95,000.00 Submit a copy of your current capital impro em nt plan. 5 AT7p14 was-4 1� See-�1® gA I(®� Is this collection system c ently a sateite sys em Yes or ® No 8. Do any satellite systems discharge to this collection system ❑ Yes or ® No (If yes complete table below) Satellite System Contact Information (Name, Address, Phone Number) Complete for Satellite Systems that have a flow or capacity greater than 200,000 GPD (Average daily flow) 9. List any agreements or ordinances currently in place to address flows from satellite systems: n/a APPLICATION CSA 08-13 Page 4 of 5 0 VI. COLLECTION SYSTEM COMPLIANCE: VII. 1. Is a Response Action Plan currently in place ® Yes or ❑ No RECEIVEDINCDEUDWR 2. If Yes, submit a copy of the Res onse Action Plan or see table 6 below. 15ee ATre4eg •%ed•-t CA 5el-►�laa1 veQ MAY 0 4 2016 3. Is a pump station contingency plan currently in place? ® Yes or ❑ No 4. If Yes, submit a copy of the pump station contingency plan or see table 6 below. Water Quality 5€7r,E A14wje.r�* (A-)$ee-4,1eu V I Cff) Permitting Section 5. Is a comprehensive collection system map currently in place? ® Yes or ❑ No 6. Submit a submit a copy of the collection system CA) (CD or hardcopy) or indicate a schedule for completion 5CE fa 77'1¢cl<we�'/f � 5 e4-►1 oA® VA C(a) 7. Thoroughly read and review the System -`Fide Collection System Permit Conditions. Typically compliance schedules are only offered to NEW permit applicants and NOT permit renewals. Any compliance dates must be included within the permit prior to issuance or the permit holder will be found in violation upon inspection. Permit Condition Current Compliance? If no, Indicate a Compliance Date Typical Compliance Schedule 1(4) — Grease ordinance with legal authority to inspect/enforce ® Yes ❑ No 12 —18 mo. 1(5) — Grease inspection and enforcement program ® Yes ❑ No 12 — 18 mo. I(6) — Three to five year current Capital Improvement Plan. ® Yes ❑ No 12 — 18 mo. 1(8) — Pump station contingency plan ® Yes ❑ No 3 mo. I(9) — Pump station identification signs. ® Yes ❑ No 3 mo. I(11) — Functional and conspicuous audible and visual alarms. ® Yes ❑ No 3 — 6 mo. II(5) — Spare pumps for any station where one pump cannot handle peak flows alone (in a duplex station, the 2nd pump is the spare if pump reliability is met). ® Yes ❑ No 6 — 9 mo. II(7) — Accessible right-of-ways and easements. ® Yes ❑ No 6 - 12 mo. II(9) — Response action plan with Items 9 (a — h). ® Yes ❑ No 3 mo. III(3) — Comprehensive collection system map ® Yes ❑ No 10% per year For conditions not listed, compliance dates are not typically offered. List any permit conditions that may be difficult for the applicant to meet (attach clarification if needed): n/a APPLICANT'S CERTIFICATION per 15A NCAC 02T .0106(b): I, Geroge Holleman, Mayor attest that this application for Town of Taylorsville Wastewater Collection System (Signature Authority's Name & Title from Item 1.4) (Facility name from Item I.1) has been reviewed by me and is accurate and complete to the best of my knowledge. I understand that if all required parts of this application are not completed and that if all required supporting information and attachments are not included, this application package will be returned to me as incomplete. Note: In accordance with NC General Statutes 143-215.6A and 143-215.6B, any person who knowingly makes any false statement, representation, or certification in any application shall be guilty of a Class 2 misdemeanor which may include a fine not to exceed $10,000 as well„as givil penalties up to $25,000 per violation. Signature: /� ,.� r % ��'� � Date: A NS" t ?—'l 1 7,01(0 APPLICATION CSA 08-13 Page 5 of 5 . . - - -- -- 4--/ ..J=c.-TrBAJ /V -;et.3 -Pump Station Alexander Industrial Park Pump Station Allen's Pump Station Armory Pump Station Boston Road Pump Station Craftmaster Pump Station Ellendale Pump Station Fairgrounds Pump Station Fairway Oaks Pump Station Gravel Hill Pump Station Hiddenite School Pump Station Isenhour Park Pump Station Jay Drive Pump Station Lewittis Pump Station Macedonia Pump Station McLellend Pump Station Millersville Church Pump Station Mitchell Gold Pump Station Mt Pilot MHP Pump Station Northwood Park Pump Station Paul Payne Pump Station Pier Point Pump Station Prison Pump Station Saunders Lane Pump Station Schronce Pump Station Statesville Pallet Pump Station Taylor King Pump Station Pump Station Information Physical Address 365 W E Baab Industrial Dr. 780 NC Hwy 16 South 247 Waggin Trail 610 Boston Road 754 Sharpe Lane 361 Ellendale Park Lane 2442 NC Hwy 16 South 121 Wedgewood Circle 329NCHwy 16N 374 Sulphur Springs Rd 131 Isenhour Park Rd 272 W Jay Drive 1867 NC Hwy 90 E 9 Macedonia Church Road 130 Lower Lane 80 Millersville Church Rd 55 One Comfortable Place 260 Mt Pilot MHP Drive 393 Northwood Park 1428 Paul Payne Store Road 11 Pierpoint Lane 633 Old Landfill Road 127 Saunders Road 1460 NC Hwy 16 South 93 Old Mountain Road, Hiddenite 286 County Home Road EU Power Act. # Duke Power Act. # Meter # 2327159 - 12459856 - 0001906028 980905 - 0001906014 415373 1775731550 900601 - 82444292 - 0004270067 690947 2132045 - 78371717 - 0001906013 800875 1203217017 969291 2043310128 823431 2132044 - 78371716 - 0001906030 528885 - 0004269992 670736 - 0001906025 415312 1918176790 278091 - 1322240808 151385 1405257984 063291 - 0000086730 517026 2371853 - 78371512 - 0001906038 415330 2132047 - 78117883 - 0001906031 883374 - 0002916589 794613 1940242705 900076 - 0004435802 415309 Attachment (A) to Section IV (3b) Please find attached all of Town of Taylorsville's wastewater pump station's names and physical locations. Alarm type: All pump stations are equipped with audible, visual and SCADA systems. Of the total attached pump stations, the following pump stations listed below have permanent, on site generators: Craftmaster Ellendale Fairway Oaks Isenhour Park Jay Drive Lewitties Macedonia Millersville Mitchell Gold Mt. Pilot Northwood Park Paul Payne Prison Statesville Pallet The remaining pump stations are served by two portable generators. Mission Communications -tIvco re-em4 CA) 5eL610IV e.celolou -t-`ow�E Peak Flow/ Capacity FStimator: Site: Design Capacity (Gal/Day): Start Date: End Date: Alexander Industrial Park I v ' 1/712016 M 4A/2016 42 ,.,Arialyze�- Pump Model/Capacity(GPM) © Myers WG30-23 3hp 3/60/240v (28' TDH) 91 © Myers WG30-23 3hp 3/60/240v (28' TDH) 91 r� ❑Pump3 L� ❑pump4 ❑Pump5 F771 ❑Pump6 (V I ❑Pump7 0 0Pump8 F-I Page 1 of 1 https://www. 123 m c. c o m/ 12 3 m c/main2 O 11. asp 4/7/2016 Mission RunTime Capacity Estimator 1` Y Page 1 of 1 Peak Flow Capacity/ Estirrlator; a Site: Design Capacity (Gal/Day): Start Date: End Date: Allen Pump Station v 1 1 111712016 � 4/7/2016 A , A9alyze;. Pump Model/Capacity(GPM) Goulds 3885 2hp(20'TDH?) 30 ❑Pump2 ❑pump3 L:J ❑Pump4 L� ❑PumpS F' ❑Pump6 = 1 11Pump7 IV --] ❑Pumpe RECEIVED/NCDEQ/DWR MAY 0 4 2016 Water Quality Permitting Section https://www.123me.com/123meNet/Datas/RunTimeCal)acityEstimator.asl)x?id=11307 4/7/2016 Nfission RunTime Capacity Estimator Page 1 of 1 Peak Flow Capacity Estimator: ' Site: Design Capacity (Gal/Day): Start Data: End Date: Armory Pump Station v 1!7/2016 2 �IN Analyzer,. Pump Model I Capacity(GPM) ®Myers WG75H- 23-257.5hp 3/60/240v(149' TDH) 46 EDE Myers WG75H- 23-257.5hp 3/60/240v(149' TDH) 45 ❑Pump3 C� ❑Pump4 LJ 0PumP5 = ❑Pump6 = ❑Pump7 ❑PumP8 L� https://www.123me.com/123meNet/Datas/RunTimeCaioacitvEstimator.asnx?id=l 1307 4/7/2016 Mission RunTime Capacity Estimator all J Page 1 of 1 Peak rlovj Capacity Estimator: 7 Site: Design Capacity (Gal/Day): Start Date: End Date: Boston Pump Station v I M .Analyze, Pump Mode(/Capacity(GPM) Myers WGX75H .5hp 3/60/230v (109' TDH) 77 10 Myers WGX75H 7.5hp 3/60/230v (109' TDH) 77 ElPump3 ❑ Pump4 � ❑PUMPS F0 7-J ❑Pump6 F771 ❑Pump7 0 ❑Pump8 '0 https://www.123me.com/123meNet/Datas/RunTimeCapacityEstimator.aspx?id=l 1307 4/7/2016 Mission RunTime Capacity Estimator r- Page 1 of 1 Peak Flow Capacity Estimator: Site: Design Capacity (Gal/Day): Start Date: end Date: Craftmaster Pump Station v 1/7/2016 4/7/2016Analyze•. Pump Model/Capacity(GPM) Myers WGX100H 7 3/8" Impeller 10hp 1.5" discharge 55 ®Myers WGX100H 7 3/8" Impeller lOhp 2.5" discharge SS r� ❑ Pump3 L� � ❑ Pump4 L.J ❑Pump5 IV ❑Pump6 r0 1 ❑Pump? 0 ❑Pump8 https://www.123mc.com/123meNet/Datas/RunTimeCa,oacitvEstimator.asnx?id=l 1307 4/7/2016 Mission RunTime Capacity Estimator Page 1 of 1 Peak Flow Capacity Estimator; ' Site: Design Capacity (Gal/Day); Start Date: End Date: Ellendale Pump Station v I qm 4/7/2016 in Analyze: Pump Model/Capacity(GPM) i�Fairbanks Morse 5435MV 40hp ©Fairbanks Morse 5435MV 40hp � ❑ Pump3 LJ ❑ Pu mp4 3/60/460 (178'tdh) 200 3/60/460 (178'tdh) 200 ❑Punlp5 0' I11Pump6 F l ❑Pump7 !0 _ I❑PUmpil https://www.123me.com/123meNct/Datas/RunTimeCapacityEstimator.aspx?id=11307 4/7/2016 .Mission RunTime Capacity Estimator Page 1 of 1 Peas[ Flow Capacity Estimator:' Site: Design Capacity (Gal/Day): Start Date: End Date: ]Fairgrounds Pump Station v 1 1 11/712016 11M 4/7/2016 Analyze Pump Model/Capacity(GPM) NO ® Fairbanks Morse 4" Figure D5432MV 7.5hp 3/60/230v 100 Fairbanks Morse 4" Figure D5432MV 7.5hp 3/60/230v 100 �, r� ❑ Pump3 IJ El Pump4 L� El Pumps L I ❑Pump6 F 1 11Pump7 0. I❑Pump8 IO https://www.123me.com/123meNet/Datas/RunTimeCapacityEstimator.aspx?id=11307 4/7/2016 Mission RunTime Capacity Estimator Page 1 of 1 Peak Flow/ Capacity Estimator: ' Sita: Design Capacity (Gal/Day): Start Date: end Date: ]Fairway Oaks Pump Static v I 1 99 4/7/2016 flDalyie,; Pump Model/Capacity(GPM) ® Fairbanks Morse 4" Figure D5435MV 40hp 3/60/240v ( = Fairbanks Morse 4" Figure D5435MV 40hp 3/60/240v ( 125' E]Pump3 F ❑ Pump4 F ❑ PUMPS F0'] E Pump6 0 7 ' ❑Pump7 0 � PUMPS '0 https://www.123mc.com/123mcNet/Datas/RunTimeCanacitvFctim.gfnr agnY?iJ=11107 a1711014 tMission RunTime Capacity Estimator Page 1 of 1 Peak Flow Capacity/ Estimator:'' Site: Design Capacity (Gal/Day): Start Date: End Date. Gravel Hill Pump Station v I 4/7/2016 ,.Ana'ze.. Pump Model/Capacity(GPM) ® Myers WGSOH-- ® myem WGSOH- now 23-2S 3/60/240v 5hp (106' TDH) 50 23-25 3/60/240v 5hp (106'tdh) with ❑ Pump3 D� ❑ Pump4 L�� 6. 50 Cl PUMPS _.!u 0Pump6 0 ❑Pump7 r--� ❑PumpO httnS://www.123mc.com/123mcNet/Datas/RunTimeC'angcitvF.gtimatnr acnx?ici=1 1 U7 W7/901 ti Mission RunTime Capacity Estimator Page 1 of 1 Peak Flow Capacity estimator;' Site: Design Capacity (Gal/Day): Start Date: End Date: Hiddenite School P/S v 1/7/2016 9 4/7/2016 M Analyze . Pump Model/Capacity(GPM) 10 Hydromatic 2" HPGF/H/X-750 75' ® Hydromatic 2" HPGF/H/X-750 75' WOW ❑Pump3 ❑ Pump4 THD-7.51hp 168 THD-7.51hp 168 El PUMPS 13Pump6 0 ❑Pump7 0 ❑Pumpa r0.� httDs://www.123me.com/123meNet/Datas%RunTimeCanacitvF,stimator-a,qnx?id=11107 4/70..016 Mission RunTime Capacity Estimator 1 ■ Page 1 of 1 Peak Flow Capacity Estimator;' Site: Design Capacity (Gal/Day): Start Date: End Date: Isenhauer Pump Station v1 1 111712016 J 417/2016 9nalyze_ Pump Model/Capacity(GPM) [OPump1 37,', ®Pump2 36 ❑Pump3 FO ---j ❑Pump4 OPumpS IV 11 Pump6 V I ❑Pump7 0 ilPump8 r0 l 17lmr enm/11'IA7 A/'7h/11A Mission RunTime Capacity Estimator Page 1 of 1 Peak Flow Capacity/ Estimator:' Site: Design Capacity (Gal/Day): Start Date: End Date: Jay Drive Pump Station v I M 4/7/2016 in .Analyze„ Pump Model/Capacity(GPM) Fairbanks Morse Falrbanks Morse 4" Figure D5433MV 25hp 3/6o/460v s 500 ' 4" Figure D5433MV 25hp 3/60/460v 500 � ❑ Pump3 l�J ❑ Pump4 El PUMPS IV� ❑Pump6 0 ❑Pump7 �l (]Pumps 0 https://www.123mc.com/123mcNet/Datas/RunTimeCapacityEstimator.aspx?id=11307 4/7/2016 Mission RunTime Capacity Estimator Page 1 of 1 Rea4 Flow Capacity Estimator,' Site: Design Capacity (Gal/Day): Start Date: End Date: Lewittees Pump Station v 1 1 11/7/2016 9 4A/2016 M Analyze Pump Model/Capacity(GPM) 93 Chicago Pump OChicago Pump 160 GPM@120 TDH 11.875" Impeller 1696' ' GPM@120 TDH 11.875" Impeller 196.3 ❑Pump3 0� ❑ Pump4 LJ I-160 ❑PumpS 0 ❑Pump6 D, ❑Pump7 0' ❑Pump8E. 7 https://www.123me.com/123meNet/Datas/RunTimeCapacityEstimator.aspx?id=11307 4/7/201,6 Mission RunTime Capacity Estimator Page 1 of 1 Peak Flow CaPacity Estimator: ? Site: Design Capacity (Gal/Day): Start Date: End Date: Macedonia Pump Station v 111712016 4/7/2016 ;Analyze Pump Model/Capacity(GPM) ®Fairbanks 4" 10 Fairbanks 4" 1800 rpm/3phase/60hz/23 1800 rpm/3phase/60hz/23 ❑Pump3 0� ❑ Pump4 t� R tdh 470 R tdh 454 El Pumps ❑Pump6 OPump7 r0 ❑Pumps LI 1 httns://www_123mc_com/123mcNet/Datas/RnnTimeC'.nnncitvF.ctimatnr ncnx?ir1=1 1107 4/7/?(11 h Mission RunTime Capacity Estimator Page 1 of 1 Peak Flow Capacity Estimator:' Site: Design Capacity (Gal/Day): Start Data: znd Date: McLelland MHP Pump Ste v 1(7l2016 4!7l2016 Analyze Pump Model/Capacity(GPM) © Myers 4VH75M4-03-25 3/60/200v (58' TDH) 80 ®Myers 4VH75M4-03-25 3/60/200v (58' TDH) 80 ❑pump3 0� ❑ pump4 0� ❑ Pump5 _ C= ❑ Pump6,:J ❑Pump7 ❑ Pumps L� https://www.123me.com/123mcNet/Datas/RunTimeCaDacitvEstimator.asnx?id=11307 4/7/?01 i� Mission RunTime Capacity Estimator Page 1 of 1 Peak Flow/ Capacity Estimator:" Site: Design Capacity (Gal/Day): Start Date: end Date; Millersville Pump Station v _ 1/7/2016 4/7/2016 Analyze Pump Model/Capacity(GPM) QPumpl 407 ®Pump2 407 0Pump3 0� ❑Pump4 LJ ❑PUMPS 0Pump6 IV 1 OPump7 F771 0Pump8 0 -71 httns_//www_ 121mc_rnm/l?,ImcNe.t/Dgtac/RnnTimf-.CnnanitvRctimatnr acn-v?M=1 1107 1171')01 A Mission RunTime Capacity Estimator a Page 1 of 1 Peak Flaw Capacity Estimator:' Site: Design Capacity (Gal/Day): Start Date: End Date: Mitchell Gold Pump Statia v 1!7/2016 4/7/2016 .Analyze Pump Model/Capacity(GPM) ® Myers v WG50H- Shp 3/60/ 30(93' TDH) DH) 56 ® Myers WG50H- Shp 3/601 30v (93' TDH) TDH) 56- ft ❑pump3 ❑Pump4 CJ 0Pump5 = []Pump6 ❑Pump77 Qpump8 httDs://www.123me.com/123mcNet/DatasIRunTimeC'nnacitvF..Rtimator a-,ny?ir1=1 1107 a/7/?ni ti Mission RunTime Capacity Estimator Page 1 of 1 Peak Flows Capacity Estimator:: Site: Design Capacity (Gal/Day): Start Date: End Date: Mt. Pilot Pump Station v I� 1/7l2016 4/712016 Analyze: Pump Model/Capacity(GPM) RPump1 43 2Pump2 43 11Pump3 L'J ❑Pump4 Elp=o I" I 11Pump6 OPumto�p7 OPumpB t0 https://www.123me.com/123meNet/Datas/RunTimeCaoacitvEstimator.asnx?id=l 1307 4/7/9..016 Mission RunTime Capacity Estimator Page 1 of 1 Peak Flow Capacity Estimator:' Site: Design Capacity (Gal/Day): Start Date: End Date: Northwood Park P/S v 1/7/2016 A 4/7/2016 M ;,9rialye Pump Model/Capacity(GPM) ® Fairbanks Morse Fairbanks Morse 4" D3543 60/ 24,1hp 3/60/460v 24. Jhp 3 60/ 24.1hp 3/60/460v ❑ Pump3 ❑ Pump, p� (92' 38.1 (92' 362 El Pumps . = ❑Pump6 = ❑Pump? 0.^.°..)y ❑Pump8 https://www.123mc.com/123meNet/Datas/RunTimeCal)acitvEstimator.aSDx?id=11307 4/7/2016 Mission RunTime Capacity Estimator Page 1 of 1 Peak Flow Capacity Estimator:' Site: Design Capacity (Ga!/Day): Start Date: End Date: Paul Payne Pump Station v 1/7/2016 sm 4/7/2016 M ;Analyze Pump Model/Capacity(GPM) EZ Homa GRP118/3 13hp 3/60/230v 1171' TDH) n,.3267 90 [ZHoma GRP118/3 13hp 3/60/230v (171' TDH) snS3267 90 ❑ Pump3 � ❑ Pump4 ❑PumpS 01 ❑Pump6 01 ❑Pump7 OC'. i�Pump8 ,L=. https://www.123mc.com/123meNet/Datas/RunTimeCapacityEstimator.aspx?id=l 1307 4/7/2016 Mission RunTime Capacity Estimator Page 1 of 1 Peak Flow/ Capacity Estimator:' Site: Design Capacity (Gal/Day): Start Date: End Date: Pier Point Pump Station v I � - I1!7/2016 em 4!7/2016 im Analyze: Pump Model/Capacity(GPM) ® Hydromatic H4H ® Hydromatic H4H 0M3-04 1003 lOhp 3/6 1000M3-04 3163 lOhp ❑pump3 J tO i�pump4 L=J (68' TDH) 160 (68' TDH) 160 Pumps 0� l]Pump6 Imo. 1 ]Pump7 Pumps LO.� https://www.123me. com/ 123 mcNet/Datas/RunTimeCapacityEstimator.aspx?id= l 1307 4/7/2016 Mission RunTime Capacity Estimator Page 1 of 1 Q=ak Flow Capacity Estimator; 2' Site: Design Capacity (Gal/Day): Start Date: End Date: Prison Pump Station vI % 4/7/2016 9 :Analyze, Pump Model/Capacity(GPM) l Fairbanks Morse 4" Figure D5435MV 40hp 3/60/460v 225 © Fairbanks Morse 4" Figure D5435MV 40hp 3/60/460v 225 ❑Pump3 ❑Pump4 0� O PUMPS IO 71 OPump6 0 1 OPump7 �0 ❑p.rno �p https://www.123me.com/123meNct/Datas/RunTimeCapacityEstimator.aspx?id=11307 4/7/2016 Mission RunTime Capacity Estimator Page 1 of 1 Peak Flo,/ Capacity Estimator:' Site: Design Capacity (Gal/Day): Start Date: End Date: Saunders Pump Station v 1/7/2016 q/7/2016 M Analyie Pump Model/Capacity(GPM) 10 Myers WG75H- 03-25 /60/20 v ( /60/208v (120' DH) B0. Myers WG75H- 03-21208v ( 3/60/208v (120' TDH) 80 ❑Pump3 � ❑ Pump4 0� O PumP5 0�' OPump6 � OPumP7 C� OPumpB htt-os://www.123me.com/123meNet/Datas/RunTimeCanacitvF-,tim,gtnr a.cnx?i(1=11107 d/7/)ni i� Mission RunTime Capacity Estimator Page 1 of 1 Peak Flow Capacity Estimator: 1. site: Design Capacity (Gal/Day): Start Date: End Date: Schronce Pump Station v 1/7/2016 4(1/2016 A 7alyze Pump Model/Capacity(GPM) Myers WGSO- © Myers WG50- 3/60/ Shp 3/60/230v (65' 3/601 Shp 3/60/230v (65' ❑Pump3 � ❑Pump4 TDH) 36. TDH) 36 11 PUMPS � ©Pump6 �0 EIPump7 Pump L .. A https://www.123mc.com/123mcNet/Datas/RunTimeCaDacitvEstimator.asnx?id=11307 4/7/9.016 Mission RunTime Capacity Estimator Page 1 of 1 Peak Flow Capacity 10stimator:7' Site: Design Capacity (Gal/Day): Start Date: End Date: Statesville Pallet v - 1!7/2016 n 4/7/2016�Analyze; Pump Model/Capacity(GPM) @Myers WGXSOOH 3/8" Impeller ©Myers WGX100H 7 3/8" Impeller ElPump3 �� ❑ Pump4 0� 10hp 2.5" discharge 95 10hp 2.5" discharge 95 ❑ PUMPS r0-1 I ❑ Pump6 rD 7� ❑Pump7 0 I ❑ Pump8 https://www.123me.com/123mcNet/Datas/RunTimeCapacityEstimator.aspx?id=11307 4/7/2016 Mission RunTime Capacity Estimator Page 1 of 1 Peak Flow Capacity Estimator:' Site: Design Capacity (Gal/Day): Start Date: Fnd Date: ITayforKing Pump Station v 1A/2016 0 4/7/2016 M oAnalyze Pump Model/Capacity(GPM) IZ Myers WGSOH- 23-25 Shp 3/60/230v (102' DH) 62. ®Myers WG50H- 23-25 Shp 3/60/230v (102' TDH) 62 ❑ Pump3 LJ ❑ Pump4 Cp� El Pumps QL,� ❑Pump6 L '. I OPump7 1]pump0 https://www.123me.com/123mcNet/Datas/RunTimeCapacityEstimator.aspx?id=11307 4/7/2016 Attachment (A) for Condition V (4) High Priority Lines: Aerial: At Chevy Drive and Stirewalt Creek . Pipe material (DI) At bridge on Old Wilkes Road. Pipe material (DI) Hwy. 90E across old Hardee's. Pipe material (DI) Foot Bridge: Matheson Park. Pipe material (plastic) d T r1U1fm ew 4 1"A) �ei--V OAJ !/ Cy) Water & Sewer Fund. Expenditures 2014/15 201-1/16 Percent Budget Budget Change Personal Services Salaries 331,382 3-00,000 5.6% FICA 25,350 26,000 2.6% Retirement 18,002 18,002 0.0% Employee Retiree Insurance Benefit 5,500 5,500 0.0% 401-K Contribution 12,732 12,732 0.0% Group Insurance 48,979 54,100 10.5% HRA Fund 2,000 2,000 0.0% Group Disability 1,000 1,000 0.0% Sub Total $444,945 $469,334 5.5% Opera dons Contracted Services, Laboratory 27,500 28,300 3.6% Contracted Services, Wellness Program 500 0 -100.0% Contracted Services, ORC 28,500 28,500 0.0% Contracted Services, Harris Computers 0 12,000 Professional Services, Auditor 19,500 20,000 2.6% Professional Services, Engineer 12,500 15,000 20.0% Maintenance & Repair, Building 8,000 4,000 -50.0% paint. & Repair, EU. W Tanks- diffusers- 34,600 48,000 38.7% Maintenance & Repair, Vehicle 12,000 15,000 25.0% System Maintenance -Water -Sewer 140,000 140,000 0.0% Sludge Removal 50,000 60,000 20.0% Purchase of Water for Resale 195,700 199,200 1.8% Utilities 84,500 85,900 1.7% Insurance & Bonds 15,500 17,500 12.9% Automotive Supplies 19,800 20,000 1.0% Telephone & Postage 12,850 14,000 8.9% Charter Communications 2,800 3,500 25.00,'0 Training 1,200 2,500 108.3% Travel 1,000 1,500 50.0% Uniforms 7,500 7,500 0.0% Printing 1,800 2,000 11.1% Department Supplies 72,500 80,000 10.3% Inmate Work Program 5,000 5,000 0.0% Dues & Subscriptions 750 750 0.0% Sub Total $754,000 $810,350 7.5% DebtService Energy United yr 6of 20_year payment 93,000 93,000 0.0% Debt Serv., Prin. iRR-�-BBT CWTF MVILL 128,500 168,800 31.4% Debt Service, Interest BBT- O%ARR-� 26,400 26,400 0.0% Sub Total $247,900 $288,200 16.3% Capital Transfers to GF - . 185,000 170,000 -8.1% Capital Outlay 105,950 95,400 -10.0% Water & Sewer Capital Reserve Fund 60,278 65,000 7.8% Sub Total $351,228 $330,400 -5.9% Contingency Contingency ivfillersville-wwtp 87,805 151,766 72.8% Sub Total $87,805 $151,766 72.8% Total Expenditures $1,885,878 $2,050,050 8.7% Employees Full Time Equivalents 8.6 8.6 0.0% Total 30 8.6 8.6 0.0% Water & Sewer Fund revenue Summary Revenues by Categorp Sales & Services Investment Earnings Other Revenues Fund Balance 2014/15 2015/16 Percent Budget Budget Change 1,849,788 2,028,750 9.7% 300 300 0.0% 35,800 21,000 -41.3% 0 0 0.0% Total Revenues $1,885,888 $2,050,050 8.7% 25 AbTiAeHr&ew-t CJ4) Sez-41aAl V(b) TOWN OF TAYLORSVILLE WATER AND WASTEWATER SYSTEMS CAPITAL IMPROVEMENT PLAN JANUARY 2011 FINANCED IN PART BY NC RURAL ECONOMIC DEVELOPMENT CENTER CONTRACT NO. 2009-391-40101-112 o 4w• Plan assistance provided by: West Consultants, PLLC WEST 405 S. Sterling Street Morganton, NC 28655 CONSULTANTS rue TA RL E OF CON 7EN Ts I. Goal Statement.............................................................................................1 II. Purpose and Scope.......................................................................................1 A. Limitations...............................................................................................1 B. Financing..................................................................................................1 III. Description of Taylorsville.........................................................................1 A. Background..............................................................................................1 B. Boundary.................................................................................................2 C. Demographics.........................................................................................2 D. Land Area Configuration........................................................................2 IV. Water Distribution System...........................................................................2 A. Existing System Description and History................................................2 B. Present Conditions..................................................................................3 C. Studies.....................................................................................................3 D. System Limitations..................................................................................3 E. Long —Term Potential Solutions...............................................................3 1. Improved Capacity from Energy United/Newton ..............................3 2. High Pressure Zone Redundancy......................................................4 3. Improved Distribution within the System...........................................4 F. Known Deficiencies — Six Year Planning Horizon..................................4 G. Known Deficiencies — 7 To 20 Year Planning Horizon ..........................5 V. Wastewater Collection System.....................................................................5 A. Existing System Description and History................................................5 Tableof Contents........................................................................ i { B. Present Conditions ..................................... :............................................ 6 C. Studies.....................................................................................................6 D. System Limitations..................................................................................7 E. Long —Term Potential Solutions...............................................................7 F. Known Deficiencies — Six Year Planning Horizon..................................7 G. Known Deficiencies — 7 To 20 Year Planning Horizon ..........................9 VI. Wastewater Treatment Plant............................................................................ 9 A. Existing Plant Description and History..................................................9 B. Present Conditions................................................................................10 C. Studies...................................................................................................11 D. Plant Limitations .................................................. ................................. 11 E. Long —Term Potential Solutions.............................................................11 F. Known Deficiencies — Six Year Planning Horizon................................11 G. Known Deficiencies — 7 To 20 Year Planning Horizon ........................12 Table of Contents......................................................................... ii TABLE OF CONTENTS C NT, L®sr ®F TAELEs 1 Water Capital Outlays Next Six Years......................................................5 2 Water Capital Outlays Beyond Six Years.................................................5 3 Collection System Capital Outlays Next Six Years..................................8 4 Collection System Capital Outlays Beyond Six Years ..............................9 5 Treatment System Capital Outlays Next Six Years.................................12 6 Treatment System Capital Outlays Beyond Six Years .............................12 LIST oF'APPENDlCES A Water and Sewer Rates, Projected Rate Increases if Debt Finance CIP B Flow Schematic, Collection System Assets By Pump Station, Collection System Map C Water System Map (generalized - not verified as to accuracy) D Water Purchase Agreement with Energy United and Newton E Wastewater Agreements with Alexander County F Resolution of CIPAdoption Table of Contents........................................................................ iii GOAL STATEMENT Taylorsville's primary goal for its water and wastewater systems is to provide its citizens with high quality service while charging reasonable fees. High quality service for the water system means supplying drinking water to each customer that meets or exceeds State and Federal purity standards and that has adequate pressure. Providing fire protection is also part of this goal, although it is a lower priority than providing drinking water. High quality service for the wastewater system means collecting, treating, and discharging wastewater in a manner that protects public and environmental health and that meets State and Federal regulations. Taylorsville's secondary goal for its water and wastewater systems is to provide the same high quality service to areas outside the corporate limits. This goal is to be implemented from time to time, with Alexander County or other regional partners, whenever the Town Council deems it worthwhile for the mutual benefit of the Town of Taylorsville and its neighbors. II. PURPOSE AND SCOPE The purpose of this document is to set forth specific expenditures planned for the next six years and to identify needed expenditures beyond six years. These near -future and long- term needs are limited to those associated with Taylorsville's primary goal, with the exception of certain projects outside of the town limits that were already planned. Otherwise, planning for improvements outside Taylorsville's corporate limits are not considered. A. LIMITATIONS This document is for general planning purposes and does not obligate the Town to make any particular expenditure. All costs are estimated and are in 2010 dollars. Adjustments for inflation, market conditions, and project specifics will need to be made as each capital project is selected and implemented. B. FINANCING No specific means of financing capital projects is set forth herein except for a few projects already underway. For general planning purposes, tables and graphs are included in the appendices that indicate approximate rate increases necessary for debt financing. These assume 100% debt for most projects financing and -have certain assumptions as to interest rates, inflation, etc. The tables and graphs were developed by the UNC-Environmental Finance Center. They should not be construed as establishing planned rate increases, but rather as a tool to apprehend the impact of the planned projects. III. DESCRIPTION OF TAYLORSVILLE A. BACKGROUND Incorporated in 1879, the Town is the county seat of Alexander County and is located in central Alexander County, in the foothills of the Brushy Mountains in western North Carolina. The Town owns and operates a drinking water system and a wastewater collection and treatment system. All drinking water is purchased from other systems. B. BOUNDARY Town Limits — approx. 2.2 square miles Extraterritorial Jurisdiction — approx. 9.0 square miles C. DEMOGRAPHICS Population — 1,799 per 2000 Census Poverty Rate — 21.3 % per 2000 Census Median Household Income - $24,875 (2000 census), $29,651 (updated) D. LAND AREA CONFIGURATION The topography is generally rolling terrain with Linney Mountain on the north side of Town. Several small streams flow through the Town with the largest being Stirewalt Creek. Soil types in the area are generally Appling and Cecil types. Both are considered very deep, well drained, moderately permeable soils. IV. WATER DISTRIBUTION SYSTEM A. EXISTING SYSTEM DESCRIPTION AND HISTORY The water system was first constructed approximately 80 years ago. Presently, the water system (PWS-ID 0102010) serves all of the town limits and portions of areas outside the town limits. The Town of Taylorsville has two concrete storage ianks on Linney Mountain with a total capacity of 1,000,000 gallons. One tank was built in 1984 and has an overflow elevation of 1386.7 and the other was built in 2000 and has an overflow elevation of 1569. A booster pump station adjacent to the lower tank lifts water to the upper tank. This station was built in 2000. Taylorsville has a contract with Energy United Water Corporation to purchase up to 500,000 gallons of water per day. The current daily use is approximately 350,000 gallons per day. The contract is actually a tri-party agreement in which the City of Newton is the water provider. Newton produces water at its Jacobs Fork plant and sells it to Energy United. In turn, EnergyUnited sells water to Taylorsville. There are two metered connections for purchasing. Taylorsville also sells water back to EnergyUnited through a meter on Linneys Mountain Road. The tri-party agreement (see Appendix A) was executed April 24, 2003 and will expire 30 years after the "commencement date". Additionally, Taylorsville can purchase water on an emergency basis from Alexander County through meters on Highway 90 West and Chevy Lane. This water is provided by the City of Hickory. There are 925 residential and 199 non-residential water customers. See Appendix A for water rates. Most of the 1" and 2" water lines have been replaced over the years. Most were replaced in 2009-2010. The network of water lines range in size from 2" to 12", with the majority of the lines being 6" in diameter. All water meters were replaced in 2009 and 2010. Appendix C contains a map outlining the Town's water system. This map is not comprehensive and is not based on any field verification. B. PRESENT CONDITIONS Presently, the water system is satisfactory and is improving as aging lines are replaced or increased in size to meet the Town's goal statements. C. STUDIES No comprehensive study of the water system has been completed. In 2000, Peirson & Whitman Architects and Engineers, P.A. prepared the "Alexander County Water and Sewer Feasibility Study". This report only briefly mentioned the Town of Taylorsville systems. D. SYSTEM LIMITATIONS In terms of overall capacity and the ability to distribute water to all areas of the town, the system has no serious limitations. However, the following limitations are known at this time: Energy United's pump station on Highway 90 East runs many hours per day to maintain sufficient water to the town. This becomes an issue at times, such as after a water main break, because the water level in the tank cannot be recovered for a long time. Thus, the capacity of this pump station and the fact that it is the only one are limitations on the ability to purchase water as quickly as needed at times. 2. The upper 500,000 gallon tank is the only one at that elevation (overflow elevation 1569). For this reason, it cannot be taken out of service for cleaning or repairs without significant issues. This tank is used to serve the northeast section of town and Energy United uses it (by purchasing water on Linney's Mountain Road) to serve all of northeastern Alexander County. These two areas would not have adequate pressure without this upper tank. Most of Taylorsville's water mains are six-inch size and many of these are cast iron pipe. This is sufficient for most residential and light commercial use, but for industrial use and for fire protection of larger commercial buildings the system is somewhat inadequate. For example, when the new Wal-Mart was built in 2002 a separate 8" water main had to be built under Highway 64 to connect to the County's system. This was necessary to provide sufficient water for fire protection. E. LONG—TERM POTENTIAL SOLUTIONS For the three general limitations just mentioned, there are potential solutions that should be implemented when feasible. Improved Capacity from Energy United/Newton: Whether it is done by the Town, Energy United, or as a partnership, a second pump station should be built that is able to transfer approximately 0.5 MGD into Taylorsville's system. This would preferably also have a separate transmission line to the lower 500,000 gallon tank. One or more new metered connections between the two systems would also improve redundancy and the ability to recover tank levels after a major loss of water. High Pressure Zone Redundancy: With the tank on top of Linney's Mountain being the only one in the county that high in elevation, a second tank needs to be built at a similar elevation, in order to allow maintenance of the tank and to maintain pressure during emergencies. Again, this may involve a partnership or be done by Energy United and/or Alexander County since this is even more of a need for them than for Taylorsville. Taylorsville could provide minimal pressure to a majority of its customers in the northeast section (Radio Road area) using the lower tank. If and when a second tank is built, it would also be beneficial to install a separate water main between Taylorsville's and Energy United's systems in their respective high-pressure zones. This would allow movement of water between those zones even if there was a break in the eight -inch main on Linney's Mountain Road. Improved Distribution within the System: In order to allow increased flow from the tanks to various points in the system, without significant pressure loss, it will be necessary to install a network of larger mains. These should be eight -inch and twelve -inch size and should create a "skeleton" that connects the tanks to several points throughout the water system. At a minimum, these should be connected to the industrial and commercial areas. Such expenditures are difficult to justify on a large scale on a speculative basis; but one approach is to give consideration to increasing the size of replacement pipes as deteriorating six-inch pipes are replaced. F. KNOWN DEFICIENCIES — SIX YEAR PLANNING HORIZON A detailed map of the system is needed that accurately shows the location of all valves, hydrants, and system interconnections. The water storage tanks need to be drained and cleaned. A second tank for high pressure zone redundancy, as mentioned above, is needed. A 250,000 gallon standpipe or ground storage tank is recommended and is estimated to cost approximately $650,000. It is assumed for this Plan that 50% will be paid by EnergyUnited or Alexander County. Due to age, the booster pumps at the water tanks need to be replaced. In addition, the starters for these pumps should be replaced because the existing ones create surging. Frequent flushing is necessary to clear turbid water caused by rust in the iron pipes, so automatic flusher valves are needed to automate the flushing process. At least two such valves are needed. Gate valves need to be added to the system due to not enough valves existing to effectively limit water loss in case of a break. This is particularly needed in the downtown area. Several mains still need to be replaced due to insufficient size or frequent leaking. C , r TABLE 1 WATER CAPITAL OUTLAYS NEXT SIX YEARS COST PRIORITY NO. Drain and Clean Inside Water Tanks $10,000 1 Second High Pressure Zone Tank (50% of cost) $325,000 2 Create Water System Map $50,000 3 Replace 1" Waterline Off W. Jay Dr (2,000) $20,000 4 Replace Starters for Pumps at Water Tanks $35,000 5 Automatic Flusher Valves $7,500 6 Install New Gate Valves in Old System $250,000 7 Replace Booster Pumps at Water Tanks $45,000 8 Total $742,500 G. KNOWN DEFICIENCIES — 7 TO 20 YEAR PLANNING HORIZON In addition to hopefully implementing some of the long-term solutions identified above, the following expenditures should be anticipated as part of the normal capital replacements: TABLE 2 WATER CAPITAL OUTLAYS BEYOND SIX YEARS COST Replace Water Meters (entire system) $200,000 Complete 2011 Replace Fire Hydrants and Gate Valves $250,000 Complete 2011 New SCADA System $100,000 Rehabilitate Concrete Water Tanks $250,000 Total $800,000 V. WASTEWATER COLLECTION SYSTEM A. EXISTING SYSTEM DESCRIPTION AND HISTORY The collection system was first constructed over 80 years ago (parts of that system still exist), as part of bonds issued in the 1920's for streets, sidewalks, and sewers. The wastewater system is a regional system that serves all of the town limits plus considerable areas outside the town limits. The latter include numerous collection lines and pump stations owned by Alexander County that serve various industries, schools, businesses, and a State prison. These lines and pump stations are maintained by the Town (per its agreement with Alexander County, Appendix D) and all the wastewater is conveyed to the Town's collection system and wastewater treatment plant. The plant is the only publicly -owned plant in Alexander County. There are approximately 781 residential and 225 non-residential sewer customers. See Appendix A for sewer rates. Portions of the collection system follow along streams such as Stirewalt Creek and waters tributary to Muddy Fork. The sewer pipes are primarily constructed of vitrified clay pipe (VCP) or polyvinyl chloride pipe (PVC). Pipes laid since the 5 1980's are of primarily PVC material. The manholes are constructed of brick or precast concrete. Manholes constructed since the 1980's are precast. Little growth was experienced in Taylorsville during the 1960's and 1970's, so no additional manholes and pipes were added to the collection system. The Town maintains 23 pump stations with over,172,600 feet (32.7 miles) of tributary gravity pipes (excluding service laterals), approximately 716 manholes, and approximately 15 miles of force mains. Appendix B contains the following: a flow schematic that shows the direction of flow from the pump stations to the wastewater treatment plant, a table showing the length of pipes by diameter and number of manholes that are tributary to each pump station, and collection system map. A new pump station is expected to come on line in January 2011 and will serve portions of Hiddenite and an elementary school. This new addition to the Town's collection system consists of 1,960 feet of forcemain, 11 manholes, and 2,785 feet of 8" gravity pipe. In 2010, many upgrades and repairs to the wastewater collection system were completed as part of the federal government American Recovery and Reinvestment Act (ARRA). Since the completion of the rehabilitation work, significant rain events have occurred and the Town has noticed a considerable reduction in peak flows at the Northwood pump station, as well as at the wastewater treatment plant. In 2009 the Town placed into operation a system -wide comprehensive wireless monitoring system for the pump stations and wastewater treatment plant. It is a wireless communications system by Mission Communications and can be viewed on a password protected website. The Mission Communications installation, along with five rain gauges (monitored through Missions) was implemented as part of a Rural Center project. B. PRESENT CONDITIONS The overall condition of the infrastructure the Town maintains is satisfactory and it is improving as aging infrastructure is replaced or rehabilitated, and as UI is reduced. The Town has completed several projects over the past twelve years to bring its systems up to date and into regulatory compliance. C. STUDIES As part of this CIP project, the Town was able to create an accurate electronic map of the sewer collection system to identify all existing sewers. This collection system map is being used as a basis for planning and tracking repairs. Previously, the Town only had a hard copy map, which was updated by hand as existing manholes and lines were found or new manholes and lines were added to the system. To determine approximate manhole locations (and thus pipe lengths), a global positioning system (GPS) task was completed for each manhole that could be located. This task included taking GPS coordinates for the manholes located, assigning a unique identification, and recording specific manhole information. Specific information included nearest street, location (pavement, easement, gravel, etc.), and the direction and size of incoming and outgoing pipes. This project allowed the Town to complete an assessment of the collection system manholes, because overall manhole condition was recorded during the GPS task. This was the basis for determining and prioritizing a manhole rehabilitation plan. The map in Appendix B is a result of the GPS task. In addition to manhole assessments, the Town completed CCTV inspections of pipelines. Then a rehabilitation plan was created that addressed the worst parts of the collection system. A significant portion of this rehabilitation plan was completed through the ARRA sewer improvements project. D. SYSTEM LIMITATIONS With the reduction of 1/I resulting from manhole and pipe rehabilitation and repairs, there are no immediate specific limitations to the present wastewater collection system. However, the Town will need to continue identifying I/I sources to rehabilitate or repair, and identify aging pump station equipment before failure occurs. Additionally, service lines that are in disrepair need to be identified (as many are very old) to reduce UI and possible exfiltration. E. LONG—TERM POTENTIAL SOLUTIONS The Town should maintain an inspection schedule of its collection system to identify where higher priority rehabilitation or repairs should be completed. Additionally, the Town should track where and when all repairs have been completed, whether scheduled or resulting from an emergency. The Town should maintain an inventory list of all important pump station equipment with the year installed or repaired and continue its visual inspections during pump station maintenance visits. The Town should look to eliminate smaller pump stations to save on energy and maintenance costs. Smoke test inspections will help in identifying service lines that are in need of repair. F. KNOWN DEFICIENCIES —SIX YEAR PLANNING HORIZON Even though the recently completed ARRA sewer improvements project has made a noticeable difference in peak flows during significant rain events, the Town is committed to being pro -active in maintaining its collection system and reducing UI. The Town expects to expend $500,000 over the next six years on system maintenance and rehabilitation. System maintenance will consist of smoke test inspections and camera inspection of clay pipes. Starting in 2011 when the weather and conditions permit, the Town will complete smoke testing in the Northwood pump station and Jay Drive pump station tributary areas, as well as in the pump station areas tributary to the Paul Payne pump station, to identify defects for repair. After those areas are complete, smoke testing will be completed over time within the areas that are the oldest in the collection system or within known problem areas: Additionally, the Town will continue television inspections of the gravity lines, particularly clay pipes, to locate sources of infiltration. The Town expects to secure a Clean Water State Revolving Fund (CWSRF) loan in 2011 to address needed rehabilitation within the collection system as shown in Table 3. This includes the rehabilitation of clay sewer pipes with cured -in -place pipe, complete replacement of the Northwood pump station forcemain, partial replacement of the Jay Drive pump station forcemain, replacement of 4" oangeburg pipe with 8" PVC, and overhaul of the pumps at the Pier Point and Lewittes pump stations. There are four collection system projects the Town is planning, one of which is in the design process (Dialysis Center Sanitary Sewer). In order to be able to serve the new Dialysis Center, an upgrade to the pumps.and generator set at the Macedonia pump station is required and a chemical feed system will be installed at the Prison pump station. The Millersville sewer project would consist of providing sewer service to the Millersville community (located four miles south of Taylorsville), which does not have sewer service. The new Paul Payne pump station forcemain would increase the undersized existing 4" forcemain to a 6" forcemain. One line item in Table 3 is for vehicle purchases. The Town needs to replace its maintenance vehicles with hybrid vehicles due to the excessive age of the current vehicles and to save fuel costs. TABLE 3 PRIORITY COLLECTION SYSTEM CAPITAL OUTLAYS NEXT SIX YEARS COST ORDER CWSRF Project 1 Replace 8"Sewerlines (4,280LF) $149,800 Replace 10 " Sewerlines (1,273 LF) $57,285 Replace 15 " Sewerlines (1,824LF) $118,560 Forcemain Replacements (3,630 LF) $108,900 Replace Orangeburg Pipe (600 LF) $55,422 Eliminate Milsaps PS $50,000 Rebuild Pierpoint PS Pumps $15,000 Rebuild Lewittes PS Pumps $15,000 Other (Admin., Eng. Design, Contingency, etc) $138,085 Dialysis Center Sanitary Sewer (ARC grant project) $210,000 Millersville Sewer Project $1,865 100 Two Hybrid Maintenance Vehicles $75,000 New Paul Payne Pump Station Forcemain $120,000 System Maintenance and Rehabilitation to Reduce UI (Estimate $83,000 per year) $500,000 Total: $3,478,152 2 4 R G. KNOWN DEFICIENCIES — 7 TO 20 YEAR PLANNING HORIZON As long as the Town continues to address and maintain the collection system through inspections and repairs, thus reducing I/I, there should be few deficiencies by the end of the six year planning period. The Town will reduce costs by maintaining the system rather than frequently making emergency repairs. It will also reduce costs by eliminating the unnecessary treatment of I/I. Additionally, the collection system capacity will be reserved for wastewater flow and not taken up by excessive I/I. The Town anticipates expending $40,000 per year annually for system maintenance and rehabilitation. Nevertheless, long-term plans need to anticipate the eventual decline of pump stations, both the structures or the components (pumps, control panels, generator sets, etc.). It is assumed that, portions or all, of at least 75 percent of the pump stations (16) will need to be rebuilt or replaced. Six generator sets will need replacing, based on there being ten generators, of which two were recently or will be replaced (Northwood and Macedonia pump stations) and it is assumed 75 percent (6) will need to be replaced. It is expected the SCADA system will be become outdated during this time and that the rain gauges (5) will need replacing due to wear. Currently the Town has a fetter trailer for cleaning out sewers, but does not have the mechanical means to remove debris from the sewers. The purchase of a maintenance vehicle with cleaning and suction capabilities will enable the Town to better maintain its sewers. Additionally, this vehicle will assist the Town in maintaining the pump station wet wells. The Allen pump station receives little flow, so it will be abandoned when easements can be acquired, to reduce energy and maintenance costs. The flow to that station will be redirected to an existing 12" trunk line located approximately 450' west of the station. TABLE 4 COLLECTION SYSTEM CAPITAL OUTLAYS BEYOND SIX YEARS COST Used Sewer Jet/Suction Cleaner Maintenance Truck $120,000 Abandon Allen Pump Station $75,000 Pump Station Repairs and Rebuilding $1,600,000 Replace Generator Sets $240,000 Replace SCADA System (incl. rain gauges) $60,000 System Maintenance and Rehabilitation $560,000 Service Laterals Rehabilitation/Replacement $553,000 $3,208,000 VI. WASTEWATER TREATMENT PLANT A. EXISTING PLANT DESCRIPTION AND HISTORY Wastewater generated from the service area is treated at Taylorsville's WWTP (NPDES permit: NCO026271), which has been in service for more than 50 years. The plant has a permitted capacity of 830,000 gallons per day and is currently receiving approximately 400,000 gallons of flow per day. The plant is an activated - sludge, extended aeration, secondary plant with no primary settling. The plant headworks consist of a mechanical screen, manual bar rack, and flow splitter box. The mechanical screen (Hycor Helisieve HLS300) removes '/" debris from the flow, while the bar rack is a backup to the Helisieve when it is out of service. The flow splitter box separates the incoming flow into two equal flows, with each going to an aeration basin. The volume of each aeration basin is approximately 415,000 gallons. The flow from each basin flows to a clarifier, which then flows to a chlorine contact chamber. After disinfection the flow is conveyed to the dechlorination chamber before flowing to the effluent line and discharging into the Lower Little River. Each clarifier has a recycle pumping station and a scum pumping station. Each pumping station -can pump flow to an aeration basin as returned activated sludge (RAS) or can pump flow to one of four aerobic digesters as waste activated sludge (WAS). The supernatant from each digester is pumped back to the head of the plant. The sludge is land applied by a private contractor. Appendix C contains a plan view and a flow schematic of the plant. An improvement project to increase efficiency at the plant was completed in 2010. The project included the following: • Aeration blowers — two electronically controlled butterfly valves, variable frequency drive (VFD), programmable logic controller (PLC), and two dissolved oxygen (DO) chart recorders were installed to assist the operators in controlling the correct DO range for each aeration basin • Aeration basins — a pH probe was installed at each basin to assist the operators in maintaining the appropriate pH range and to alert them when an ammonia spike has occurred Both of these improvements significantly help the Town to incrementally adjust air and lime supply rates in response to fluctuations in the influent characteristics, and thus increase the efficiency of meeting the NPDES permit limits. Other plant improvements completed in 2010 include: Decant pumping station — replaced pumps with the pumps from the abandoned Shannon Park pump station, raised wetwell structure, installed a control panel, and installed a valve vault. Added safety rails to the two upper aerobic digesters B. PRESENT CONDITIONS The plant is in good condition based on the 1998 plant modifications and expansion, and the 2010 improvements. A prison expansion is near completion with the construction of a new medium security prison, expected to begin operation in early 2011, and is part of the 190,625 GPD guaranteed for the prison. Additionally, flow commitment for a new Dialysis Center that will open in late 2011 to early 2012, will require an additional 4,700 GPD. Currently the plant provides 10 16 adequate capacity, but it will need to be re-evaluated once the prison expansion is complete. C. STUDIES The Construction Grants & Loans Section of the Department of Environment and Natural Resources completed a wastewater treatment system study in 1995. The report identified the need for I/I reduction, among other recommendations. D. PLANT LIMITATIONS The plant lacks a dedicated solids holding tank for final treatment of bio-solids. Currently, digesters are filled on a weekly basis until thickened. This does not allow time for the 60 day minimal holding period. The plant may lack adequate treatment capacity if the prison adds additional facilities. The plant electrical service has been maximized to its fullest. The 18" effluent line is very long and has a low slope. Therefore, the plant cannot be expanded above about 1.2 MGD without also replacing the effluent line. E. LONG—TERM POTENTIAL SOLUTIONS The plant will need to add a dedicated solids holding tank per NCDENR. This can be accomplished in different ways and needs to be investigated as to the most cost effective and efficient method (one solution is discussed in the next section). The tank should be designed to hold a minimum of four months supply of bio-solids (undisturbed), which would be a minimum capacity of 300,000 gallons. The Town will likely need to increase the plant NPDES discharge permit to 1.2 MGD sometime in the 10-20 year planning horizon, if the proposed State prison hospital is built or if significant areas outside the Town are served. The plant electrical service is addressed below in the next section. F. KNOWN DEFICIENCIES —SIX YEAR PLANNING HORIZON To reduce grit entering and settling within the plant and to assist the operators in maintaining appropriate pH levels, a Rural Center funded project is underway that consists of constructing a new grit removal system and a new lime slurry system. The existing mechanical screen is reaching the end of its useful life and needs to be replaced with a reliable model, yet one that is easier to maintain than the existing model. The aeration basins blowers should be replaced to increase energy efficiency, thereby saving money over time. Currently, the electrical service of 600 amps to the plant has been maximized to the fullest and needs to be increased to 1,000 amps. Additionally, the existing generator set has reached its limit with the new additions to the headworks and needs to be upgraded. Floating decanters should be installed on lower digesters for slower draining and the sludge piping to the upper digesters need to be reconfigured. Currently five different valves need to be opened or closed to get the sludge to flow equally to both upper digesters. Due to the volatile nature of the gases used to disinfect the effluent before discharge, a polishing tank followed by a UV system should be implemented. This will 11 a C eliminate the potential hazard of the disinfection gases as well as give the plant operators improved control of the quality of the effluent. The lab area of the operations building needs to be upgraded at this time, as it will require additional testing equipment to monitor the effluent turbidity with a UV system. One solution to adding a dedicated solids holding tank is to construct an above ground 350,000 gallon sludge storage tank with tractor trailer access loading on the adjacent Town owned property. This would require pumping the bio-solids from the main plant to the tank, so an upgrade to the recycling station pumps would also be required. TABLE 5 PRIORITY TREATMENT SYSTEM CAPITAL OUTLAYS NEXT SIX YEARS COST ORDER Rural Center Project New Grit Separator System, New Lime Slurry System, and Other Plant Upgrades Replace Blower Motors (3) w/ Higher Efficiency Inverter Duty Type New 350,000 Sludge Tank New Mechanical Screen Reconfigure Sludge Piping and Floating Decanters Operations Building "Lab Area" Improvements UV System and Polishing Tank Upgrade Electrical Service to 1,000 Amp Upgrade Generator Set at Plant $750,000 $15,000 $400,000 $90,000 $20,000 $25,000 $300,000 $70,000 $70;000 Total: $1,740,000 KNOWN DEFICIENCIES — 7 TO 20 YEAR PLANNING HORIZON If it will be required of the Town to increase the plant treatment capacity beyond 1.0 MGD, it will likely increase the grade status of the plant from a three to a four: In addition to the expansion costs, there will be additional financial costs resulting in the grade increase in the form of additional testing, equipment, and labor. During this time period, it likely that plant equipment will need to be replaced, such as blowers, clarifier equipment, aeration systems (diffusers, pipe, appurtances), pumps, etc. Also, structures will need to be maintained or rehabilitated, such as cleaning and lining concrete structures, and sandblasting and painting steel structures. TABLE 6 TREATMENT PLANT CAPITAL OUTLAYS BEYOND SIX YEARS COST Expand Plant to a Maximum Capacity of 1.2 MGD $4,000,000 Equipment and Structures Replacement/Rehabilitation `$2,000,000 2 3 4 5 6 7 8 9 12 Attachment (A) Section VI (2) 24 Hour Response Plan All Town of Taylorsville wastewater pump stations are set up on the Missions Communications System. In case of an emergency during normal business hours, the pump station will call Town Hall and a crew will be dispatched immediately. After hours and weekends, pump stations calls are programmed to call the Town employee who is on duty and carries the smart phone dedicated to receive calls from our pump stations. A verbal alert will be given from the pump station to the Town employee who will then respond to the emergency. If the Town employee misses the original call from the pump station, the next call will go to a.Alexander County 911 dispatcher who will then in turn call the Town employee on duty. The dispatcher has a list of Town employees phone numbers that will be called until a response from the Town is recorded. Attachment (A) Section VI (#4) Pump Station Contingency Plan Response time: Immediate. The Town has personnel on duty 24 hours a day. Equipment list: Two backhoes High pressure Jetter Vaccum Truck Pumper Truck Portable generators Emergency portable lights Service trucks equipped with spare parts and tools 1000 gallon water tanker for cleaning, etc. Attachment (A) Section VI (#6) System Wide Map We have mapping of our entire system, but not on one page. We hope to have everything on one page by mid-2017. RECEIVED N.C. Dept of ENR NCDENR MAR 2 4 2010 North Carolina Department of Environment and Natural Reso rces Regional Winston-Salem, Division of Water Quality Beverly Eaves Perdue Coleen H. Sullins Dee Freeman Governor Director Secretary Mr. David Odom, Town Manager Town of Taylorsville 67 Main Avenue Drive Taylorsville, North Carolina 28681 Subject: Initial Interim Inspec'ticr;;:4 Town of Taylorsville [Alexander] Sewer Collection System Rehabilitation Project No. 2W 370 700-02 Dear Mr. Odom: The Construction Inspection Group (CIG) of the Construction Grants and Loans Section performed its first interim inspection for the state and federally funded portion of subject project at 8:30 am on Tuesday March 9, 2010. The meeting also allowed CG&L the opportunity to present and discuss items normally done at the Pre -construction meeting, as CG&L did not attend that meeting on January 11. The interim inspection was conducted in conjunction with the monthly progress meeting normally scheduled for the 2n1 Tuesday each month. Location of the Progress meeting was at the Taylorsville Town Hall located at 67 Main Avenue Drive. Contract completion date is presently August 16, 2010. You should review this report; take actions or provide responses as .indicated and then file for your records. If you have any questions please contact me at (919) 715-6219-or via e-mail gerald.horton@ncdenr.gov. S' cerely, / r VV Gerald W. Horton, PE Environmental Engineer Construction Inspection Group cc: Benjie Thomas, PE, West Consultants, PLLC Steve �eddeT:,oW nstan S{a_1em R�egUifdl"DWQ: Off o I CIG - Mark Hubbard, PE SRF-ARRA IFASHARE\Project h1anagement Branch\Group - Construction Inspaction\Projects (ACGVeNRRA (STIMULUS) Projects\Taylorsville ARRA gwh\Int Insp 10-03-09 Taylorsvil'le.doc Construction Grants & Loans Section 1633 Mail Service Center Raleigh NC 27699-1633 One Phone: 919-733-6900 / FAX: 919-715-6229 / Internet: www.nccgl.net NorthCarolina An Equal Opportunity/Affirmative Action Employer Natyrally Taylorsville , NC Page 2 of 7 Sewer Collection System Rehab. Interim Inspection of 2W 370 700-02 March 9, 2010 GENERAL CONCERNS / RECOMMENDATIONS / ACTION ITEMS —Please note UPDATES on Comments and Concerns noted in previous progress meetings (for reference) are italicized. 1. Owner and Engineer are requested to have a submittal log for Shiloh available for review at next meeting. 2. Provide CG&L half-size updated drawings. 3. CG&L requests Inspection logs be available for review next meeting and at all subsequent meetings. 4. Please have record drawing (as-builts) markups available for review at next meeting and all subsequent meetings. 5. Please conduct Davis Bacon interviews and have records available for review by CG&L at subsequent meetings. 6. Progress meetings will be held at Town Hall at 8:30 am the 2nd Tuesday each month through project duration. LOAN DISBURSEMENTS No payment reimbursements have yet been sought. Contracts: Sewer line rehabilitation - Insituform Technologies, Inc., 17988 Edison Ave., Chesterfield, PA 63005 (by Charlotte, NC office), Unlimited: Public Utilities, Lic. # 42890 Pump stations and other line work - Shiloh Utilities, Inc., 521 Patrick St. Eden, NC 27288-6016 Unlimited: Public Utilities, Lic. # 27780 Description of Eligible work by Insituform : o replace 373 linear feet 8-inch gravity sewer; o sewer rehabilitation of approximately 9,924 linear feet of 8-inch gravity sewer, o 2,231 linear feet of 10-inch gravity sewer, o 907 linear feet of 12-inch gravity sewer, and o 1,261 linear feet of 15-inch gravity sewer. Description of Eligible work by Shiloh Utilities, Inc. o various (— 20 ) point repairs of sewer pipe; o replacement of the gravity sewer under Highway 64 to include 440 linear feet of 16-inch gravity sewer and two new sewer manholes; o relining of 96 sewer manholes (690 vertical feet) and o associated manhole frame and cover rehabilitation; o and rehabilitation of the Macedonia Pump Station, to include o relining wet well, o replacement of piping and valving. o by addendum #1 Rehabilitation of the Northwood PS will include o new pumps, o electrical & o generator & associated piping. Non Eligible work o Any construction outside existing rights -of -way and easements. o Any cost associated with Alternates Nos. 2 or 3 above base bid. Taylorsville , NC Sewer Collection System Rehab, 2W 370 700-02 t Page 3 of 7 Interim Inspection of March 9, 2010 CONSTRUCTION INSPECTION Observations of Insituform construction and progress: (ITI) 1. Insituform started work the week of Feb. 9 2. ITI has completed a significant part of the work, according to schedule distributed at meeting 3. ITI hopes to have remainder of work completed by end of March or early April. Observations of SHILOH construction and progress: (SHL) 1. Shiloh is 60% done with line repairs 2. Submittals in process for pump stations CHANGE ORDER UPDATE — none RFPs Status - none pending RFIs Status — none pending Project Schedule — Shiloh needs to provide Construction Schedule Signs - ARRA signs have been erected and information for OSHA, wage rates etc. are posted SUBMITTAL Status- Owner and Engineer are requested to have a submittal log for Shiloh available for review at next meeting. Inspectors logs/Work Orders - CG&L requests these be available for review at all meetings. As-builts or Record Drawings - were not reviewed. Please have these available for review at next meeting and all subsequent meetings. List of Attendees: David Odom Taylorsville, Town Manager Dave Robinette Taylorsville Ron Lynn John Abernathy Keith Duncan Nick Hollabaugh Craig Brightwell Gerald W. Horton West Consultants, PLLC West Consultants, Constr. Obsvr. Shiloh Utilities,. Inc. Insituform Technologies Insituform Technologies NC Construction Grants & Loans 828 632-2218 828 632-2218 828 433-5661 336 616-3116 (c) 919 715-6219 Pre -Construction Items normally presented follows: Authorized Representatives: Loan or Grant Recipient: David Odom, Taylorsville, Town Manager State: Mark Hubbard, PE, Gerald Horton, PE, NC-DENR, DWQ, CG&L Consulting Engineer: Benjie Thomas, PE, West Consultants, PLLC, 405 S. Sterling St., Morganton, NC 28655 Construction Observer Inspector: John Abernathy, West Consultants, PLLC, part time Date and Time of next Progress meeting: Tuesday April 8, 2010 8:30 at Town Hall Taylorsville , NC Sewer Collection System Rehab. 2W 370 700-02 Page 4 of 7 Interim Inspection of March 9, 2010 Role Of The Construction Inspection Group (CIG) 1. Attend progress meetings and perform periodic inspections of the project. 2. Review COs for necessity and reasonableness to determine eligibility for loan or grant funding. 3. Purpose and objectives- of inspections: a. To ensure that the overall objectives of the loan or grant are realized. b. To monitor administration of the loan and/or grant to monitor that the project is - executed in accordance with State regulations and loan and/or grant conditions. c. To ensure contract compliance and construction in accordance with NC DENR approved contract documents, plans and specifications and loan or grant agreement. d. To advise and offer assistance to the loan and/or grant Recipient. CIG Inspections 1. Prior notice .will be given; however, unannounced inspections may also be conducted. 2. Inspections will be concerned with administrative matters and construction matters/activities. 3.. During inspections, CIG may wish to review, observe and/or discuss: o Davis Bacon interview(s) status and review Certified payroll records, o Buy American documentation, o files and status of shop drawings, submittals, o inspector's field reports, o status of record (as -built) drawings, o status of: Requests for Information (RFIs), Requests for Proposals (RFPs) o revised construction schedules, o records of testing of materials, soils, concrete, equipment, and o pending or executed change orders for completeness, accuracy and whether justified and if reasonable. 4. The Division of Water Quality (DWQ) requests that all equipment and materials on job site be properly stored, stockpiled, and protected. Improper storage of materials and equipment may result in recommendation to reduce reimbursement amount. The job site(s) shall be maintained in an acceptable manner. 5. Safe working conditions should be maintained at all times. CIG will discuss potential or apparent safety violations, which may be life endangering or threatening of serious injury. If warranted or deemed necessary, CIG will take prompt action including notifying State and OSHA regional representatives of any noted conditions. It remains the Contractor's sole responsibility to maintain safe working conditions and activities. 6. Results of the inspection will be discussed at the job site during or upon completion of the inspection. 7. Formal copies of the inspection report will be sent to the loan and or grant Recipient, the Engineer and only to other parties, if so requested. 8. CIG asks to be notified when the Engineer or Owner plan to schedule a pre -final and/or the final inspection(s). CG&L requests a copy of punch list(s). In order to close out the project CG&L must conduct a final inspection. Change Orders (COs) DWQ "approval" of change orders means the State determines the Grant or Loan eligibility thereof. The Loan or Grant Recipient (Owner) should notify DWQ prior to commencement of any change order work, which may change the scope of the project, except for emergency situations. Approval of each change order is the responsibility of the Owner and Contractor. Records of COs should be available for review at any time and CG&L requires being provided one original of all executed COs and supporting information so CG&L may determine the CO's eligibility for the Taylorsville , NC Page 5 of 7 Sewer Collection System Rehab. Interim Inspection of 2W 370 700-02 March 9, 2010 loan or grant. However, approval of COs by CG&L is not necessary on STAG projects. CG&L does however request a copy of each CO on STAG projects. Owner is advised that occasionally EPA requests the State review the CO(s) for efficacy and to determine if justified. Recipient's (Owner) And Engineer's Responsibility 1. The Owner and Engineer should become familiar with their responsibilities as defined in the Code of Federal Regulations Part 40 CFR. 2. STAG grant conditions must be met and loan or grant objectives achieved. 3. For STAG (State and Tribal Assistance Grant) projects, the Owner shall submit Quarterly Project Progress reports and separate Quarterly MBE/WBE reports. Progress Project Quarterly report format and mailing information is attached if this is a STAG project. An electronic version is available on CG&L's web site. Project Progress Quarterly reports are to be submitted to CG&L, however the MBE/WBE quarterly reports are to be submitted directly to EPA as agreed to by Owner upon acceptance of the STAG Grant offer. Owner should refer to that documentation. Owner Payment Request 1. Before first reimbursement request will be processed, the Owner must provide NC CG&L executed engineering contract(s) and executed Construction contract(s). It is recommended that prior to first reimbursement request, the submitter call and talk to Ms. Leslie Rogers in CG&L accounting section at (919) 715-6218, which may help to avoid submittal errors. Submittal forms may be found at CG&L's website: www.nccgl.net. 2. Owner shall provide the NC CG&L inspector with Schedule(s) of Values (SOV) and Construction (Progress) Schedule for each construction contract. SOVs should correlate with Bid items or construction costs or Schedule of Values breakdown, as applicable. The Contractor's pay request should coincide with the items on the bid form or approved schedule of values. Providing the SOV to CG&L in electronic format, excel or other spreadsheet would be appreciated. 3. Owner shall expend all of the requisitioned funds for the purpose of paying the costs of the project within three (3) banking days following receipt of the funds from the State. 4. Owner should be aware of the following payment milestones: ❑ Before first reimbursement can be made Contract Documents must be approved. Contract document(s) with original signatures shall be provided to CG&L. contracts documents include the entire set of specifications with the AGREEMENT included. ❑ Owner shall submit or have. submitted Capital Projects Ordinance (CPO) ❑ Prior to 90% Disbursement - All tax must be reported and O&Ms (if required) must be submitted and approved. . ❑ Before final reimbursement - Engineer's Certification of Completion must be received. 5. Loan or Grant Agreement/Amendments and all conditions placed on them, if applicable, must be satisfied prior to reimbursements. 6. Do submit / report sales tax with each pay request. The sales tax report should indicate the time period that is covered. The reimbursement amount will be reduced by the sales tax amount at the 90% milestone. The sales tax is included in the Owner's loan or grant amount. Therefore, the Owner should be prepared to cover this amount until they receive a disbursement or reimbursement. If the contractor makes no purchases and has no sales tax to report for the period, regardless, the sales tax report should be submitted and indicate "No sales tax to report this period." 7. If requesting reimbursement / payment for materials stored on site, invoice(s) must be provided to document material cost. Such materials shall be stored safely and securely on site or in a bonded location(s). An affidavit from the Engineer may be requested by CG&L for items stored at a bonded location. Taylorsville , NC Sewer Collection System Rehab. 2W 370 700-02 Page 6 of 7 Interim Inspection of March 9, 2010 Environmental Protection The Owner is advised that the protection of the environment is a loan or grant requirement. It is for Owner, Contractor(s), Engineer and other participating entities to comply with all environmental pollution control programs established by the Local jurisdiction, the State, and the EPA. 1. Continued proper conveyance and treatment of Owner's wastewater during construction. 2. Proper disposal of all solid and hazardous wastes encountered or generated as part of the project. _ 3 Nottfying the NC Division of Water Quality (DWQ,ieldoffice in Winston- Salem,�NC, telephone (336) 771 SOOQ to report an oil spill, bypass of sewage or other environmental emergency caused by any party. The responsible party should take the initiative to report the matter promptly and to initiate containment and cleanup activities. 4. Submission of, adherence to, and compliance with the erosion and sedimentation control plan approved by the applicable State or local agency. 5. Protection of existing trees, shrubs, and grass, practice effective measures for dust control of haul roads, excavation areas, work areas, and borrow areas and restoration of all such areas. 6. Because this is an environmental project, it is expected that the Contractor(s) and sub contractors collect and properly dispose of litter, trash and debris generated by workmen on the project or on the site and along routes of the work. < END Preconstruction Meeting Report > Taylorsville , NC Page 7 of 7 Sewer Collection System Rehab. Interim Inspection of 2W 370 700-02 March 9, 2010 NC CONSTRUCTION GRANTS & LOANS CHANGE ORDER CHECKLIST The following checklist must be completed and all information must be submitted prior to approval. Incomplete submittals will not be reviewed. If CG&L requests additional information and it is not received within 14 calendar days, CG&L may return all Change order information. Owner Project Name Project No. Change Order No. Contract No. Contractor Change Order Documents ❑ One properly executed change order (original signatures) shall be submitted. CG&L does not approve change orders, it determines eligibility. Justification, cost basis, time adjustments and other relevant information shall be included in order for CG&L to make a determination as to eligibility. All signatories must be clearer identified with title and printed name in proximityof f original signature. ❑ For a preliminary change order review; all supporting documentation must be included; ❑ Federal and/or State Project number(s) shown on the change order; ❑ Clear description of each change; ❑ Detailed justification to identify the need for each change; ❑ Justification and documentation for any contract time extensions (Time extensions for weather should be for above -average precipitation. The average number of days with precipitation greater than 0.10" for each month can be obtained from NOAA Report No. 20); ❑ Copies of new or revised contract drawings and/or specifications for the change may be necessary. Engineer and Owner are advised that certain changes (change in scope or significant changes) may require a modification to the Permit or the Authorization to Construct. Cost Documentation Each of the following items should be considered when determining what information and documentation to submit with each change order: ❑ Revised drawings for change, if applicable; ❑ Engineer's independent cost estimate; ❑ Justification for change and who initiated change; ❑ Contractor's proposal or detailed cost breakdown for labor, material, equipment, tax, overhead, and profit. It is recommended that for unit price and quantity change orders that an electronic spreadsheet be provided. This may be relayed via email; ❑ Copies of suppliers' invoices for major items, if applicable; ❑ Memorandum of Negotiation which documents the negotiation process and the basis for the final negotiated settlement. ,r i ILFPFA 4 NC®ENR North Carolina Department of Environment and Natural Resources Division of Water Quality Beverly Eaves Perdue Coleen H. Sullins Governor Director - -- Mr. David Odom, Town Manager Town of Taylorsville 67 Main Avenue Drive Taylorsville, North Carolina 28681 Dear Mr. Odom: RECEIVED ' une 22, 2010 N.C.NDept of ENR Winston-Salem Regional Office Dee Freeman Secretary Subject: Interim Inspection & Progress Meeting Town of Taylorsville [Alexander] Sewer Collection System Rehabilitation Project No. 2W 370 700-02 The Construction Inspection Group (CIG) of the Construction Grants and Loans Section performed an interim inspection for the state and federally funded portion of subject project at 8:30 am on Tuesday June 8, 2010. The interim inspection was conducted in conjunction with the monthly progress meeting normally scheduled for the 2nd Tuesday each month. Location of the Progress meeting is at the Taylorsville Town Hall located at 67 Main Avenue Drive. The next regularly scheduled inspection and progress meeting is July 13. Contract completion date remains August 16, 2010. You should review this report; take actions or provide responses as indicated and then file for your records. If you have any questions please contact me at (919) 715-6219 or via e-mail gerald.horton@ncdenr.gov. S' erely, "Gerald W. Horton, 'PPE Environmental Engineer Construction Inspection Group cc: Benjie Thomas, PE, Ron Lynn - West Consultants, PLLC JUN 29 2010 Steve Tedder, Winston-Salem Regional DWQ Office CIG - Mark Hubbard, PE, Gerald Horton SRF-ARRA F\SHAf',t\Project Management 8ranch\Group - Construction Inspecton\Projects (ActiveAARRA (STIMULUS) Projects\Taylors IE ARRA gwh\Int Insp I0-06-08 Taylarsville- Uudg.doc Construction Grants & Loans Section 1633 Mail Service Center Raleigh NC 27699-1633 One Phone: 919-733-6900 / FAX: 919-715-6229 / Internet: www.nccgi.net NorthCarolliina An Equal Opportunity/Affirmative Action Employer Aatura!!y Taylorsville , NC Page 2 of 3 Sewer Collection System Rehab. Interim Inspection of 2W 370 700-02 June 8, 2010 GENERAL CONCERNS / RECOMMENDATIONS / ACTION ITEMS —Please note UPDATES on Comments and Concerns noted in previous progress meetings (for reference) are italicized. 4. June update: additional work under contracts is pending receipt of proposals. CG&L will allow elimination of the line work under US 64 and applying those funds to other related work, including relining the SS under US 64, provided it is demonstrated to be warranted and is relevant to original purpose of the project. The line under US 64 has a sag requiring Taylorsville to hire a contractor to rod and cleanout the line when it becomes clogged. Reference: project drawing 9 of 10. CG&L again advised Owner and Engineer to keep certified payrolls and Davis Bacon interviews current and to maintain Buy American records on all equipment and materials. LOAN DISBURSEMENTS As of June four reimbursements totaling $736,670.00 have been made. The maximum term of the loan shall not exceed 20 years. Principal forgiven is lh the total project costs reimbursed and the interest rate is 0% per annum. Total Loan Offer Amount is limited to $1,017,923. Contracts: Sewer line rehabilitation - Insituform Technologies, Inc., (INS) Pump stations and other line work - Shiloh Utilities, Inc., Description of Eligible work by Insituform : as of June 8, except for change order work, which Insituform has been unresponsive to, Insituform is complete with their work. Owner also wishes to do some additional cSS cleaning and line repairs. o replace 373 linear feet 8-inch gravity sewer; o sewer rehabilitation of approximately 9,924 linear feet of 8-inch gravity sewer, o 2,231 linear feet of 10-inch gravity sewer, o 907 linear feet of 12-inch gravity sewer, and o 1,261 linear feet of 15-inch gravity sewer. Description of Eligible work by Shiloh Utilities, Inc. as of June 8 Shiloh's major items of work remaining are: installing pumps, connecting piping, checking out generator, and rendering controls operational at Northwood PS. Owner wants proposal for Shiloh to repair wetwells with cementous liner. o various (— 20 ) point repairs of sewer pipe; o replacement of the gravity sewer under Highway 64 to include 440 linear feet of 16-inch gravity sewer and two new sewer manholes; o relining of 96 sewer manholes —690 vertical ft. and (Pro -Rehab doing work, which is cement liner in MH and is yet to be tested via vacuum and cores) ; o and associated manhole frame and cover rehabilitation; o ` and rehabilitation of the Macedonia Pump Station, to include o relining wet well, o replacement of piping and valving. o by addendum #1 Rehabilitation of the Northwood PS includes: o new pumps, o electrical & o generator & associated piping. Non Eligible work o Any construction outside existing rights -of -way and easements. o Any cost associated with Alternates Nos. 2 or 3 above base bid. )r Taylorsville, NC Page 3 of 3 Sewer Collection System Rehab. Interim Inspection of 2W 370 700-02 June 8, 2010 CHANGE ORDER UPDATE — awaiting response from INS, Owner asked Engineer to pressure INS for date to do the work and for cost proposal. RFPs Status - RFPs still in process and will become change order(s) nos. 2 RFIs Status — none pending Project Schedule — Insituform complete with original work. Shiloh nearly complete except for items mentioned above under Description of Eligible work Signs - ARRA signs have been erected and information for OSHA, wage rates etc. are posted Inspectors logs/Work Orders - logs were reviewed and deemed adequate at -earlier meeting. CG&L requests these be available for review at all meetings. As-builts or Record Drawings - were not reviewed. Please have these available for review at next meeting for both contractors. List of Attendees: David Odom Dave Robinette Ron Lynn H. Keith Duncan Taylorsville, Town Manager Taylorsville West Consultants, PLLC Shiloh Utilities, Inc. 828 632-2218 828 632-2218 828 433-5661 336 616-3116 (c) Gerald W. Horton NC Construction Grants & Loans 919 715-6219 —�. RECEIVED N.C. beat. of @Wia NCDENR MAR 2 3011 North Carolina Department of Environment and Natural Resources Division of Water Quality Beverly Eaves Perdue Coleen H. Sullins Dee Freeman Governor Director Secretary March 22, 2011 RECEIVED DIVISION OF WATER OUALITY Mr. David Odom, Town Manager MAR 2 5 20 Town of Taylorsville 67 Main Avenue Drive SWP SECTION Taylorsville, North Carolina 28681 MOORESVILLE REGIONAL OFFICE Subject: Final Inspection & Meeting Town of Taylorsville [Alexander] Sewer Collection System Rehabilitation Project No. 2W 370 700-02 Dear Mr. Odom: The Construction Inspection Group (CIG) of the Construction Grants & Loans Section (CG&L) performed a Final Inspection for the state and federally funded portion of subject project on Thursday March 17, 2011. The Final inspection and meeting were conducted at the Taylorsville Town Hall followed by visits to the project sites. You should review this report and take any actions indicated in order to close the loan. Copies of all related correspondence should be filed and maintained in your project records for a period of 3 years. If you have any questions, please call me at (919) 715-6219 or via e-mail at gerald.horton@ncdenr.gov. z ely, ( "- a44' Gerald W. Horton, PE Environmental Engineer Construction Inspection Group cwtun'vu cc: Benjie Thomas, PE, Ron Lynn - West Consultants, PLLC Water Quality Supervisor, Winston-Salem Regional DW Q Office CIG - Mark Hubbard, PE, Gerald Horton SRF-ARRA F:\SHARE\Project Management UranchUroup - Constractian Inspection\Projects (Artiva)\I APRA (STIMULUS) Projects\Taylarsville ARRA ph\ClaseUuAFINAL 11-93-flaylorsville.dou Construction Grants & Loans Section One 1633 Mail Service Center Raleigh NC 27699-1633 NoithCarolina Phone: 919-733-6900 / FAX: 919 71"229 / Internet: www.nccgi.net Amunally An Equal Opportunity/Affirmative Action Employer Taylorsville , NC Sewer Collection System Rehab. 2W 370 700-02 ARRA Page 2 of 3 Final Inspection of March 17, 2011 I. REQUIRED and RECOMMENDED ACTIONS ITEMS FROM FINAL INSPECTION Final inspection and discussions indicated systems were operational but action items must be addressed or resolved before final reimbursement can be made. If a response is requested below from either the Owner or r or by Engineer, the item(s) maybe in ressed via a statement in a cover ormat on be submitted at one time- If forms are needed to comply with g the requested oite Son. It is suggested all re aired �nf below, refer to hi-tp://portal.ncdenr.org/web/wq/tgls/fap/apps 1) CG&L's Final inspection indicated project is complete and acceptable upon addressing following outstanding matters. 2) Record drawings have not yet been provided to Owner. Confirm in writing when ALL record drawings have been provided to Owner. 3) CIG inspector, G. Horton, reviewed/witnessed test reports, inspector's logs, and shop drawings. These were deemed satisfactory and complete. 4) Provide warranty letter for project identifying all applicable warranty dates. The documentation should state effective dates for all warranties including but not limited to: contractor's (workmanship) warranty for Insituform, Shiloh Utilities, equipment and material warranties for Fairbanks -Morse pumps, and Inspecta-Shield wet well coatings. Dates for each must be specific. It is recommended the documentation be copied to all parties. 5) Training was provided according to Owner and Engineer. Submit Engineers certifications) to CG&L for all work. 7) Submit Final change order . 8) Provide .copy of contractors' release of liens. 9) Provide copy of contractors' consent of surety. 10) Submit final sales tax report and reimbursement re uest. 11) Owner shall submit Owners Certification of Completion. 12) For the record there was only one subcontractor, KRG, subcontractor (TV & cleaning) to Insituform. They are an MBE contractor. 13) Submit form 6100-2 indicating actual amounts paid to MBE firms. 14) Submit copy of ARRA Requirements form containing Buy American documentation and validating Davis Bacon interviews were conducted. Please sign the form. 15) Davis -Bacon interview forms, Certified payroll records and Buy American documentation were observed by CG&L on date of Final inspection and appeared to be complete. Owner is advised to keep records thereof in project file. H. LOAN SRF 2W CS370 621-02 (ARRA) No closing costs required for this project, Total Loan Offer Amount is limited to moue 41. Total contract amount Eligible Amount Initial Loan Budget Total contra $ 398,548.50 Insituform $398,548.50 $ 538,120.00 Shiloh $538,120.00 $ 46,833.50 Contingency 84 800.00 Tech Services $1,068,302.00 Total Eligible Costs 111. CONTRACTS situform Technologies, Inc-,17988 Edison Ave., (INS) Sewer line rehabilitation - In Chesterfield, PA 63005 (by Charlotte, NC office), Unlimited: Public Utilities, Lic. # 42890 pump stations & other line work - Shiloh Utilities, Inc., 521 Patrick St. Eden, NC 27288-6016 (SUI) Unlimited: Public Utilities, Lic. # 27780 -- Taylorsville , NC Page 3 of 3 Sewer Collection System.Rebab. Final Inspection of 2W 370 700-02 ARRA March 17, 2011 IV. DESCRIPTION OF ELIGIBLE WORK by insituform : o replace 373 linear feet 8-inch gravity sewer; o sewer rehabilitation of approximately 9,924 linear feet of 8-inch gravity sewer, o 2,231 linear feet of 10-inch gravity sewer, o 907 linear feet of 12-inch gravity. sewer, and 0 1,261 linear feet of 15-inch gravity sewer o lining of sewer under US 64 was added by change order in lieu of bore and jack parallel to existing "bellied" sewer. by Shiloh Utilities, Inc. o various (— 20 ) point repairs of sewer pipe; o replacement of the gravity sewer under Highway 64 to include 4401inear feet of 16-inch gravity sewer and two new sewer manholes; o relining of 96 sewer manholes —690 vertical ft. and (Pro -Rehab doing work, which is cement liner in MH and is yet to be tested via vacuum and cores) ; o and associated manhole frame and cover rehabilitation; o and rehabilitation of the Macedonia Pump Station, to include o relining wet well, o replacement of piping and valving. o by addendum #1 Rehabilitation of the Northwood PS includes: o new pumps, o electrical & o generator & associated piping Non Eligible work o Any construction outside existing rights -of -way and easements o Any cost associated with Alternates Nos. 2 or 3 above base bid V. CHANGE ORDERS - submit Final change. To date, there were 2 approved change orders for Insituform and 4 for Shiloh. Shiloh's contract has been closed out since the fall of 2010. VI. PARTICPANTS David Odom Taylorsville, Town Manager 828 632-2218 828 632-2218 Dave Robinette Taylorsville Ron Lynn West Consultants, PLLC 828 433-5661 Benjie Thomas West Consultants, PLLC 828 433-5661 Gerald W. Horton NC Constriction Grants & Loans 919 715-6219 NC®ENR North Carolina Department of Environment and Natural Resources Division of Water Quality Beverly Eaves Perdue Governor Mr. David Odom, Town Manager Town of Taylorsville 67 Main Avenue Drive, S.E. Taylorsville, North Carolina 28681 SUBJECT Dear Mr. Odom: Coleen H. Sullins Dee Freeman Director Secretary RECEIVED DIVISION OF WATER QUALITY JAN 19 2011 January 13, 2011 SWP SECTION MOORESVILLE REGIONAL OFFICE Review Comments Town of Taylorsville Collection System Rehabilitation & Repair Engineering Report and Environmental Information Document Project No. CS 370700-03 The Construction Grants and Loans Section has completed its technical and environmental review of the subject Collection System Improvements Minor Engineering Report and Environmental Information. Document. A copy of the comments resulting from this review is attached for your reference. Any comments received from the Mooresville Regional Offices will be forwarded to you upon receipt. These comments are also being sent directly to your consulting engineer, W. K. Dickson, by copy of this letter. A revised Engineering Report and Environmental Information Document that incorporates responses to these comments should be submitted for our review and approval and must be re -submitted by February 14, 2011. Failure to submit by this date will result in loss of funding. Providing thorough and complete responses to these review comments in a timely manner is necessary at avoid delays of the project approval. 1633 Mail Service Center, Raleigh, North Carolina 27699-1633 One Location: 2728 Capital Blvd: Raleigh, North Carolina 27604 NorthCarolina Phone: 919-733-69001 FAX: 919-715-62291 Customer Service: 1-877-623-6748 Internet: www.ncwaterquality.org Ama'ally An Equal Opportunity 4 Affirmative Action Employer Mr. David Odom January 13, 2011 Page Number 2 If you have any questions concerning environmental issues for this matter, please contact Susan C. Kubacki of our staff at (919) 715-6203. If you have any questions concerning the technical review issues, please contact William H. (Bill) Bland, Jr., P.E. at (919) 715-6209. You may also contact me at (919) 715-6223. Sincerely, Jennifer Haynie, Supervisor Facilities Evaluation Unit Attachment (all cc's) cc: West Consultants, PLLC — Benjamin Thomas, P.E. UNfcaoresuial�l�I�e 'iga%,Cf e Mark Hubbard, P.E. William H. Bland, Jr., P.E. FEU/SRF 11 Technical Review Comments Town of Taylorsville Collection System Improvements Engineering Report — December 2010 Project No.: CS 370700-03 January 13, 2011 Note: Please provide a response to all comments on a "comment for comment" basis. Where appropriate, add or revise narrative in the text of the Engineering Report (ER) that addresses the issues discussed in the comments. In addition, the comments and responses may be included as a part of the ER (e.g. in an Appendix). I. General 1. Please note that approval of the ER does not constitute approval of sole source procurement. Plans and specifications must comply with N. C. General Statutes Chapter 133, Section 4, prior to their approval. 2. Effective September 1, 2006, the Division's rules contained in 15A NCAC 2H have been replaced by the new 15A NCAC 2T Rules. Minimum Design Criteria for both non -discharging and discharging facilities can now be found in the 2T Rules. A copy of the new Rules can be found at: http://h2o.enr.state. nc.us/lau/main.html. 3. The owner and consulting engineer should be advised that after approval of the ER, there are several construction project permits, approvals, certifications, etc. that must be obtained before the project plans and specifications can be approved and the project be advertised for bids. Therefore, it is strongly recommended that preliminary work to obtain the following items, if applicable, begin as soon as possible: a. Sedimentation and Erosion Control Permit from the Division of Land Quality or a letter from them stating that no permit is required for this project. b. 401 Water Quality Certification and Army Corps of Engineers' 404 Permit for all stream crossings, or letters from the Army Corps of Engineers and from the Wetlands 401 Certification Unit stating that none is required for this project. c. Section 10 Permit for aerial crossings of navigable waters, or a letter from the Corps stating that none is required for this project. d. A reasonable subsurface investigation that must be made available to the contractor. If it is not included in the specifications, the specifications must advise where a copy of the report can be observed. Typically, the Construction Grants and Loans Section (CG&L) expects a boring about every 500 feet and at each road crossing for linework, and at all major structures like pump stations, aeration basins, and clarifiers. Page 1 of 3 '4 e. Copies of NCDOT encroachment agreements and Railroad encroachment agreements. Copies of these agreements must be provided in the specifications, or it must be documented how all construction requirements associated with the agreements have been incorporated in the plan. f. All construction easements, permanent easements, and rights -of -way. These agreements and rights -of -way must be shown on the plans. 4. Please number all figures and make appropriate references in the text. 5. Comments from the NC DWQ Mooresville Regional Office will be forwarded when available. II. Executive Summary 1. The proposed project includes replacing 600 feet of 4-inch Orangeburg pipe (Pages 2, 7), while Table M.3 shows the Taylorsville collection system has 300 feet of 6-inch Orangeburg pipe. Clarify the discrepancy and maintain consistency. 2. Indicate whether the repairs already completed Northwood Pump Station, plus the proposed replacement of the existing force main, are adequate to correct the SSO problems this Pump Station has seen in the past (see Table M.6). III. Current Situation 1. Mapping a. In addition to the location mapping included, provide a revised base map(s) at a sufficient scale so that details of the sewershed are discernable. Show and label the following details for the sewershed and the surrounding area: (1) pump stations discussed in the text (Northwood, Macedonia, Lewittes, Pier Point, Jay Drive, Milsap, etc.), (2) area streams (Muddy Fork, Stirewalt Creek, etc.), (3) local streets and highways (e.g., June Bug Loop Road, Industrial Blvd., etc.),, and(4) the Taylorsville WWTP b. Using the mapping discussed in the comment above, show the location of SSOs in the sewershed (indicating whether the SSO occurred at a pump station, manhole, gravity sewer line, or force main) and the surrounding service area within the last five years, gravity lines, and force mains. c. Use the map described in Comment III. La as a base map when describing the proposed project components. 2. Table M.2. Maintenance Activities: a. Discuss ongoing programs to identify blockages, `exfiltration,' and sources of infiltration and/or inflow in the collection system, prioritize the identified areas, and take steps to correct these problems. Page 2 of 3 b. Discuss ongoing efforts to prevent grit from entering the wastewater collection system and the WWTP. 3. Table M.7. General WWTP Condition. Include a performance evaluation of the existing Taylorsville WWTP, and indicate whether the WWTP is having any issues meeting its NPDES effluent limits, particularly due to the accumulation of grit in the aeration basins, clarifiers and digesters. 4. Per Section 6.3.2, indicate whether there are any areas within the sewershed that do not have sewer service, or that have failing septic tanks. IV. Alternatives Analysis 1. Milsaps Pump Station is proposed to be taken out -of -service as part of this alternative. In each of the alternatives where this occurs, provide the size of the new gravity line from the Milsaps Pump Station, the size of the gravity sewer immediately downstream, and the discuss whether this downstream sewer can handle this new flow along with its own present and projected flow. 2. Table M.10.4. Alternatives Description for Preferred a. Since all but one of the SSOs listed in Table M.6 are for the Northwood Pump Station, and this Pump Station has undergone repairs, discuss how the gravity sewer lines, force mains, and pumps were prioritized for rehabilitation or replacement based on information provided in response to Comment III.2.a. b. On the project map discussed in Comment III.1, show the locations where gravity sewers are proposed for CIPP rehabilitation, where force mains are to be replaced, and where new pipe is to be installed, including where the new work would tie into the existing collection system. c. For each section of gravity line proposed for replacement, provide the diameter for the pipe proposed for CIPP, as well the upstream and downstream pipes, along with the recommended pipe size for replacement. Provide similar information for each force main proposed for replacement. If any proposed pipe size varies from the existing pipe size, provide an explanation as to why. 3. Table F.1.1. Capital Cost for Replacement Only and Table F.2.1. Replacement Cost Life Cycle Assumptions for Replacement Only: Amend these tables to show the pump capacity of the new pumps at the Pier Point and Lewittes Pump Stations. 4. For the "Eliminate Milsaps PS" component under Tables F.1.1 through F.3d.3, confirm that the cost includes the 1,205 feet of new gravity line. Page 3 of 3 Environmental Review Comments Engineering Report for the Collection System Improvements Town of Taylorsville Project No.: CS370700-03 January 13, 2011 I. General: As the Project Description, Purpose, Need, and Alternatives Analysis change in the Engineering Report (ER), update the Environmental Information Document (EID). II. Table S.1 Proiect Description 1. Include a reference to a project location map. 2. USGS Topographic Map a. Include a scale on the map to provide the reader with an idea of the scope of the prof ect. b. The symbol denoting forcemain or gravity lines slated for replacement very faint. Please choose a different symbol and/or color. 3. Explain how the project fits with previously planned and/or future projects as mentioned in the Executive Summary. III. Table S.3 Alternatives Analysis 1. Expand the "Replacement Only" alternative to provide a full description of all actions that would be taken under this alternative. 2. In the "rationale for acceptance" for the preferred alternative, briefly explain how the environmental impacts associated with the preferred alternative compare to the environmental impacts associated with the other alternatives that were considered. IV. Table SA Topography and Floodplains 1. Floodplain Map: Show the location of the project components. If necessary, more than one map may be used. 2. Per Section 11.2.7.1, discuss the topography and floodplain characteristic of the project sites as well as the project vicinity. The discussion on impacts needs to be specific to topography and floodplains. Note that even minor construction activities typically have the potential for some impacts to topography if appropriate mitigative measures are not implemented, and impacts,to previously disturbed lands such as utility easements must be included in the assessment.of impacts. Page 1 of 3 ,1 V. Table S.5 Soils 1. Soils map: Show the location of the project components on the soils map. If necessary, more than one map may be used. 2. Per Section 11.2.8.2 of the guidance, provide a more detailed description of construction impacts on soils located on the project site. Even though construction will take place on previously disturbed land, the extent of disturbance due to this project must be described. VI. Table S.9 Wetlands and Streams: Per Section 11.2.12.1 of the guidance, provide a map that clearly shows the location of streams located in the project area and the project component sites. VII. Table S.10 Water Resources 1. Per Section 11.2.13.1 of the guidance, describe groundwater resources. 2. Though Energy United Water Corporation provides the drinking water for the Town, the source from where they draw their water is not clear. Provide the source of drinking water. 3. Review the discussion on impacts and mitigative measures and update the table, keeping in mind that even minor construction activities typically have the potential for impacts to surface waters if erosion and sedimentation controls are not implemented. VIII. Table S.11 Shellfish, Fish, and Their Habitats: The entire table must be completed per Section 11.2.14 of the. guidance; it applies to all shellfish and fish species and habitats in the project area, not just threatened and endangered (T&E) species. Note that even minor construction activities typically have the potential for impacts to aquatic species if appropriate erosion and sedimentation controls are not implemented. If there are no shellfish or fish species in the stream that is located in the project area, clearly state such. IX. Table S.12. Wildlife and Natural Vegetation 1. Describe the existing environment in accordance with Section 11.2.15.1 of the guidance. Note that previously cleared land does typically support some vegetation and wildlife and should be described even if impacts are not anticipated. 2. Show the approximate locations of threatened species (bald eagle and bog turtle) on an environmental features figure that also clearly identifies the location of each project component. 3. The possible presence of threatened species is a concern that must be carefully considered and addressed in the EID. Potential impacts to threatened species must be clearly identified along with mitigative measures that will be implemented to minimize such impacts. If no impacts are anticipated, clearly explain why and how any impacts will be avoided. Page 2 of 3 X. Table S.15 Air Quality: Per Section 11.2.18.1 of the guidance, note whether there have been any odor problems associated with the project and what impact the project will have on odor. XI. Table S.16 Noise Levels 1. Note that the restriction on hours of operation listed under "Impacts" is a mitigative measure. List these restrictions under the Mitigative Measures cells. 2. Include the pump stations that are to be rehabilitated in the discussion of current noise levels, operational impacts and mitigative measures for when the project is operational. XII. Table S.18 Environmental Justice: Per Section 11.2.21.1 of the guidance, a second map must be included for low-income populations. XIII.Table S.19 Mitigative Measures: Even minor construction projects have the potential for some impacts to the environment; therefore, this table must be completed as directed in Section 11.2.22 of the guidance. This table should summarize and be consistent with the impacts and mitigative measures identified in the preceding tables. Every resource category that has potential impacts and mitigative measures must be included. Be sure that the table reflects any changes made in response to the preceding comments. Page 3 of 3 ELLENDALE SCHOOL f TOWN OF TAYLORSVILLE CAPITAL IMPROVEMENT PLAN COLLECTIOI! S, FLOW SCI HEMA i PS FAINDUSTRIAL PS j&HIDDENITE PS LEWITTES PS PIER POINT PS STATESVILLE CRAFTMASTER PS PALLET PS MITCHELL GOLD PS OWIN TEM ���� =05 South SNG 2E s _ =e� IC �:0 02i 82 ) fdC 2cb` CONSULTANTSPuc yx: (828) _sy__ Performance Annual Report Town of Taylorsville (2010-2011) I. General Information Facility System Name: Taylorsville Wastewater Treatment Plant & Collection System Responsible Entity: Town of Taylorsville 67 Main Ave Dr, Taylorsville NC, 28681 Persons in Charge/Contacts: Warren Miller -Back-up operator WWTP Darrin Weaver -Back-up operator CS David Robinette -Public Works Director/CS ORC Applicable Permit(s): NCO026271-WWTP &OffiX- 1i 5 Collection System Description of Collection System & Treatment Process: RECEIVED DIVISION OF WATER QUALITY JUL .18 2011 S'OYP SECTION MOORESVILLE REGIONAL OFFICE The Town of Taylorsviile's Collection System consists of approximately 22 miles of sewer pipe and 22 regularly maintained pump stations. Domestic sewage flows into an. 830,000 gallon per day Treatment Facility where it is properly treated for discharge into the Lower Little River. The WWTP consists of one micro -screening device for solids removal, two (2) 415,000 gallon aeration basins for BODS and NH removal, two (2) 45 foot diameter Clarifiers for settling solids, two (2) CL2 chambers for water disinfection, and one (1) S02 chamber to reduce CL2 levels in treated water. Also, there are four (4) aerobic digester which treat an average of 1.2 million gallons of sludge per year for land application. Each process has operated efficiently throughout this fiscal year. The Effluent has been compliant with state regulations each month (with the exception being the month of 12/2008 when TSS levels were marginally non -compliant due to heavy rainstorms). III. Performance: Text summary of System Performance for the fiscal year 2010-2011. The sewer system is effectively maintained and operated at all times to prevent improper discharge to land or surface waters. A map of the sewer system has been developed and actively updated. An operation and maintenance plan has been developed and implemented. A general observation of the entire sewer system is conducted at a least one per year. inspection and maintenance records are kept for a period of three (3) years. Also. any overflows or bypasses (SSO's) are reported to our division regional office in accordance to 15A NCAC 26.0506 (a) as well as public.notification (as needed). The Town's Sewage Collection System operated efficiently with only minor clogs that were quickly unstopped to prevent SSO's. The WWTP successfully removed over 97% of organic biological contaminants, and over 90% of the settable solids from the wastewater throughout the year, and produced a clear -clean water to reintroduce into the river. There was only one (1) occurrence of sewer overflow during the fiscal year 2010-2011. The incident was reported to the State Division of Water Quality (DWQI in Mooresville as regulations require, and repairs and cleanup performed also according to stringent state regulations. Ill. Notifications: This report will be published in the local newspaper and the public will be advised that copies will be available at the Town Hall. IV. Certification. I certify under penalty of law that this report is complete and accurate to the best of my knowledge. I further certifv that this report has been made available to the users or customers of the named system, and that those users have been notified of its availability. 8 �---AA June 30, 2011 David Robinette RECENED / DENR / DWQ Public Works Director Aquifer Prot,,rtioll Sec+lon Town of Taylorsville JUL 11nil RI EIVED Dent of ENR i �=�q NC® NR FAUG2 2010 North Carolina Department of Environment and Natural ResourcelOY Winston-Salem Division of Water Quality -- Beverly Eaves Perdue Coleen H. Sullins Dee Freeman Governor Director ;Secretary. July 29, 2010 Mr. David Odom, Town Manager AUG `� 4 22010 Town of Taylorsville 67 Main Avenue Drive Taylorsville, North Carolina 28681 Subject: Interim Inspection & Progress Meeting Town of Taylorsville [Alexander] Sewer Collection System Rehabilitation Project No. 2W 370 700-02 Dear Mr. Odom: The Construction Inspection Group (CIG) of the Construction Grants and Loans Section performed an interim inspection for the state and federally funded portion of subject project at 8:30 am on Tuesday July 13, 2010. The interim inspection was conducted in conjunction with the monthly progress meeting normally scheduled for the 2nd Tuesday each month. Location of the Progress meeting is at the Taylorsville Town Hall located at 67 Main Avenue Drive. The next meeting may be a final inspection. Contract completion date remains August 16, 2010. You should review this report; take actions or provide responses as indicated and then file for your records. If you have any questions please contact me at (919) 715-6219 or via e-mail gerald.horton@ncdenr.gov. Si cerely, Gerald W. Horton, PE Environmental Engineer Construction Inspection Group cc: Benjie Thomas, PE, Ron Lynn - West Consultants, PLLC ,f, i ston-Sa 1 DWQ Office j CIG - Mark Hubbard, PE, Gerald Horton/16 SRF-ARRA F:\SNARL\Project Management flranch\Group - Construction Inspection\Projects lActiVSAARRA (STIMULUS) Projects\T2ylorsd1E ARRA gsvh\lnt Insp I0-97-13 Taylorsrille-budg.doc Construction Grants & Loans Section 1633 Mail Service Center Raleigh NC 27699-1633 One Phone: 919-733-6900 / FAX: 919-715-6229 / Internet: www.nccgl.net NorthCarolina An Equal Opportunity/Affirmative Action Employer Naturally Taylorsville, NC Sewer Collection System Rehab. 2W 370 700-02 Page 2 of 2 Interim Inspection of July 13, 2010 GENERAL CONCERNS / RECOMMENDATIONS / ACTION ITEMS —Please note UPDATES on Comments and Concerns noted in previous progress meetings (for reference) are italicized. 5. CG&L requests, Inspections logs be available for review at all meetings. 6. Please have record drawing (as-builts) markups available for review at all meetings. 12. CG&L reminded Owner and Engineer to keep current with Davis Bacon interviews, Certified payroll records and Buy American documentation. CG&L discussed and handed out an ARRA checklist which Owner should use to keep up to date records on Davis Bacon interviews, Certified Payrolls, and Buy American documentation. A copy is also attached to this report. Please have all documentation available for review at the August meeting. CG&L reviewed Buy American documentation for project which appeared to be in order. 13. A change order for Insituform to line the segment of outfall under US 64 is still pending. 14. Owner requested CG&L review and approve CO#2 for Shiloh as soon as practical. That change order was reviewed; approval letter was sent July 16. 15. The possibility -of performing Final Inspection(s) next month (August) was discussed. A Final inspection. checklist was emailed and one is attached to this report. LOAN DISBURSEMENTS As of June 1, four reimbursements totaling $736,670.00 have been made. The maximum term of the loan shall not exceed 20 years. Principal forgiven is'/a the total project costs reimbursed and the interest rate is 0% per annum. Total Loan Offer Amount is limited to $1,017,923. Contracts: Sewer line rehabilitation - Insituform Technologies, Inc., (INS) Pump stations and other line work - Shiloh Utilities, Inc., CHANGE ORDER UPDATE — Still awaiting response from Insituform, Owner asked Engineer to pressure Insituform for date to do the work and for cost proposal. RFPs Status - RFPs still in process and will become change order(s). RFIs Status — none pending Project Schedule — Insituform complete with original work. Shiloh nearly complete except for 55 ft. spot repairs, raise a few Manholes, CO work and resolving MH insert "fit" problems Signs - ARRA signs have been erected and information for OSHA, wage rates etc. are posted Inspectors logs/Work. Orders - logs were reviewed and deemed adequate at earlier meeting. CG&L requests these be available for review at all meetings and for Final inspection. As-builts or Record Drawings - were not reviewed. Please have these available for review at next meeting for both contractors. List of Attendees: David Odom Ron Lynn . H. Keith Duncan Taylorsville, Town Manager West Consultants, PLLC Shiloh Utilities, Inc. 828 632-2218 828 433-5661 336 616-3116 (c) Gerald W. Horton NC Construction Grants & Loans 919 715-6219 NCDENR North Carolina Department of Environment and Natural Resources Division of Water Quality Beverly Ea-, s Perdue Coleen H. Sullins <overnor Director April 23, 2010 Mr. David Odom, Town Manager Town of Taylorsville 67 Main Avenue Drive Taylorsville, North Carolina 28681 Dee Freeman Secretary RECEIVED N.C. Dept. of ENR APR 2 6 2010 Winston-Salem Regional office Subject: Interim Inspection & Progress Meeting T rG t o o vilie [ 1 xander] S er Collectio ygct m— Rehabilitation Project No. 2W 370 700-02 Dear Mr. Odom: The Construction Inspection Group (CIG) of the Construction Grants and Loans Section performed an interim inspection for the state and federally funded portion of subject project at 8:30 am on Tuesday April 13, 2010. The interim inspection was conducted in conjunction with the monthly progress meeting normally scheduled for the 2nd Tuesday each month. Location of the Progress meeting was at the Taylorsville Town Hall located at 67 Main Avenue Drive. The next regularly scheduled inspection and progress meeting is May 11. Contract completion date remains August 16, 2010. You should review this report; take actions or provide responses as indicated and then file for your records. If you have any questions please contact meat (919) 7;1:5-.62:19,or via e-mail.... gerald-horton @ ncdenr.gov. Sir}�cerely, t J MAY 10 2010 Gerald W. Horton, PE Environmental Engineer r , Construction Inspection Group. - cc: Benjie Thomas, PE, West Consultants, PLLC "eve Tedder WU_ sf7 aler=rr ' eg�it_nal CIG - Mark Hubbard, PE SRF-ARRA :r r •: 1 , ';^ _!':c:'',a ,:,r ,.: r . l t_IG •. f !Sli;!;U(tliiProje Construction Grants & Loans Section '633 Mail Se^lice Center Raleigh NC 27699-1633 ='hona: 919-; 33-6900 / FAX: 919-715-6229 / Internet: www.nccgi.net n Equal Opc ,rtunity;Affirmative Action Employer „�w.• � yr }' .. :••��� �'r }�� ' M AY - 4UU 2010 snl'�plt�nH.i�1LLr!�`nrtJacl4�{3�ICE .w -- �NorthCarolina Natltrally 41 Page 2 of 3 Interim Inspection of April 13, 2010 tECOMMENDATIONS / ACTION ITEMS —Please note UPDATES i previous progress meetings (for reference) are italicized. i erected. again requests submittal log be brought to each meeting zantil all pproved. Because Insituform is nearly complete with their contract iloh. Please have updated submittal log available at next progress , nearing completion of its work. Owner and Engineer are requested to >r Shiloh available for review at next [April] meeting. can be added and changed on these projects. Specifically draft ,e provided on both contracts. For Shiloh changes include quantity ges to scope apparent once work began and deletion of certain work as in a net decrease of —$6393. For Insituform changes included deletion o be CIP. Both these change orders appear to be eligible as long as , executed change orders are received, and work is relevant to the ars they are. on eligibility of eliminating the parallel sewer line and the bore and iminating this work is being considered because of the presence of ck which renders the work risky, ie possibly worthless at a cost of allow elimination of this work and applying those funds to other related emonstrated to be warranted and is relevant to original purpose of the native Options discussed were: 1) HDD, 2) "by-pass" force main and clean tuberculation in the DIP and then install liner. The line under iring Taylorsville to hire a contractor to rod and cleanout the line when Chis becomes an emergency situation to avoid a sewage spill. It is f the wastewater flow from Taylorsville goes through this line. -awing 9 of 10. ections logs be available for review at all meetings. rawing (as-builts) markups available for review at all meetings. iews were conducted. Owner is advised to do exit interview(s)for ?y leave the job. Please conduct Davis Bacon interviews and have review by CG&L at subsequent meetings. hat with this work there has been a noticeable drop in wastewater flows g visited Macedonia Church Rd. Pump Station. this is where one of the -d. IS Ls have yet been sought. [nsituform Technologies, Inc., 17988 Edison Ave., Chesterfield, PA C office), Unlimited: Public Utilities, Lic. # 42890 ie work - Shiloh Utilities, Inc., 521 Patrick St. Eden, NC 27288-6016 ties, Lic. # 27780 Taylorsville , NC Page 3 of 3 ' Sewer Collection System Rehab. Interim Inspection of 1 2W 370 700-02 April 13, 2010 Description of Eligible work by Insituform : o replace 373 linear feet 8-inch gravity sewer; o sewer rehabilitation of approximately 9,924 linear feet of 8-inch gravity sewer, o 2,231 linear feet of 10-inch gravity sewer, o 907 linear feet of 12-inch gravity sewer, and o 1,261 linear feet of 15-inch gravity sewer. Description of Eligible work by Shiloh Utilities, Inc. o various (— 20 ) point repairs of sewer pipe; o replacement of the gravity sewer under Highway 64 to include 440 linear feet of 16-inch gravity sewer and two new sewer manholes; o relining of 96 sewer manholes (690 vertical feet) and o associated manhole frame and cover rehabilitation; o and rehabilitation of the Macedonia Pump Station, to include o relining wet well, o replacement of piping and valving. o by addendum #1 Rehabilitation of the Northwood PS will include o new pumps, o electrical & o generator & associated piping. Non Eligible work o Any construction outside existing rights -of -way and easements. o Any cost associated with Alternates Nos. 2 or 3 above base bid. CHANGE ORDER UPDATE — see discussion above under items nos. 3 and 4 RFPs Status - in process to become change orders RFIs Status — none pending Project Schedule — Shiloh still needs to provide Construction Schedule and bring it to meeting Signs - ARRA signs have been erected and information for OSHA, wage rates etc. are posted SUBMITTAL Status- Owner and Engineer are requested to have a submittal log for Shiloh available for review at next meeting. Inspectors logs/Work Orders - logs were reviewed and deemed adequate. CG&L requests these be available for review at all meetings. As-builts or Record Drawings - were reviewed. Please have these available for review at next all meetings. List of Attendees: David Odom Taylorsville, Town Manager 828 632-2218 Dave Robinette Taylorsville 828 632-2218 Benjie Thomas West Consultants. PLLC 828 433-5661 Ron Lynn West Consultants, PLLC 828 433-5661 John Abernathy West Consultants, Constr. Obsvr. H. Keith Duncan Shiloh Utilities, Inc. 336 616-3116 (c) Nick Hollabaugh Insituform Technologies Gerald W. Horton NC Construction Grants & Loans 919 715-6219 i LT A J - aA NCDENR North Carolina Department of Environment and Natural Resources Division of Water Quality Beverly Eaves Perdue Coleen H. Sullins Dee Freeman Governor Director Secretary December 21, 2009 Mr. David Odom, Town Manager Town of Taylorsville 67 Main Avenue Drive Taylorsville, North Carolina 28681 JAN - 6 2010 SUBJECT: Town of Taylorsville Sewer Collection System Rehabilitation Project Approval of Addendum No. 1 American Recovery and Reinvestment Act of 2009 Project No. 2W370700-02 Dear Mr. Odom: Reference is made to Addendum No. 1, received May 14, 2009, from the engineer for revisions to the subject project. The proposed addendum, as described in the attachment, has been reviewed by this office, and is hereby approved, and eligible for funding in accordance with the loan offer and conditions thereof. Eligible Rehabilitation of the Northwood Pump Station, to include new pumps, electrical and generator, and associated piping, as described in Alternate No. 1. Non Eligible Any cost associated with Alternates Nos. 2 or 3 above base bid. The approval of this addendum does not constitute any change in the amount of your loan for this project. It is the responsibility of the recipient and the consulting engineer to insure that the project plan documents are in compliance with Amended N.C.G.S. 133-3 (ratified July 13, 1993). The administrative review and approval of addenda do not imply approval of a restrictive specification for bidding purposes; nor is it an authorization for noncompetitive procurement actions. 1633 Mail Service Center, Raleigh, North Carolina 27699.1633 Location: 2728 Capital Blvd. Raleigh, North Carolina 27604 Phone: 919-733-6900 \ FAX: 919-715-6229 \ Customer Service:1-877-623-6748 Internet: www.ncwaterquality.org An Equal Opportunity \ Affirmative Action Employer NorthCarohna Mr. David Odom, Town Manager Page 2 December 21, 2009 Adequate time must be allowed for the potential bidders and this office to receive and act on addenda prior to the receipt of bids for subject project. 'A copy of the approved addendum is attached for your files, and one (1) copy retained for our files. Should you have any questions regarding this matter, please do not hesitate to contact Ken Pohlig, P.E. at (919) 715-6221. Sincerely, Seth Robertson, P.E., Supervisor Design Management Unit Construction Grants & Loans Section kp/sr Attachment cc: Benjamin B. Thomas, P.E., West Consultants, Morganton, NC ,13Wi_oiesV.ille Regfonal"Ciffice� �l�Iark Hubbard, P.E. Ken Pohlig, P.E. ARRA File x 405 South Sterling Street, k1organton NC 11$655 828 433 5661 / fax 828 433 S662 j info@west-consultants.com COiVSUililNTS Ptrc 00 ADDENDUM NO. 1 .'r;.. `_:: J�y . This ADDENDUM NO. I is being issued November 18, 2009, to all parties who hold a set of CONTRACT DOCUMENTS on the project entitled: TOWN OF TAYLORSVILLE SEWER COLLECTION SYSTEM REHABILITATION PROJECT AMERICAN REINVESTMENT & RECOVERY ACT FUNDING CONTRACT A: SEWER PIPELINE REHABILITATION CONTRACT B: VARIOUS SEWER SYSTEM REPAIRS ALEXANDER COUNTY, NORTH CAROLINA This ADDENDUM NO. 1 shall become part of the CONTRACT DOCUMENTS and its receipt acknowledged on the BID DOCUMENTS at the time of bidding. Contract A and Contract B: l . A revised Wage Decision dated 10/23/09 is enclosed and applies to Project. 2. For both Contract A and Contract B, project signs will be provided and installed by Owner. 3. Owner will allow use of Town water from fire hydrants at no charge as long as Contractor provides backflow preventer and meter. Meter will be used for records only, not for billing. 4. Owner will send general announcement to the public that sewer service may be disrupted from time to time. Contractor shall also give specific notice to each house as each segment is rehabilitated. Contract A: 5. BID FORM has been revised to add a separate bid item for tap intrusions that need to be cut from inside the pipe prior to rehabilitation. On plan sheet 4, the line highlighted from SM3022 downstream to an unidentified manhole (not listed on pipe lining schedule) is not part of Contract A, but is to be replaced under Contract B. Gravity Sewer Pipe Lining Schedule — Contract A: Line segment SM394-SM379 should be SM394-SM371 Line segment SM 127-SM80Y length is 398 feet Contract B: 8. A soil boring report for the U.S. Highway 64 Crossing (plan sheet 9) is enclosed for information only. 'Town of Taylorsville Sewer Collection System Rehabilitation Project Addendum No. 1, November 18, 2009 9. One 14" plug valve with valve box will added to each side of US Hwy 64 (two total), for the US Hwy 64 Crossing Gravity Line Replacement on Plan Sheet 9. Enclosed is an 8.5" x 11" portion of Sheet 9 showing the approximate locations of the valves. These shal I be installed in lieu of abandoning the existing 15" sewer. Provide transition couplings as required. Existing manhole inverts, therefore, will not be regrouted. 10. Owner will clear vegetation within sewer easements if needed to enable access for Contractor, but Contractor is responsible to find and uncover manholes that may be under earth or pavement. 11. A new plan sheet (A 1) is enclosed showing two gravity sewer aerial replacements over Stirewalt Creek north of Aaron Court and a new manhole. The BID FORM has been revised to include these items. 12. An alternate bid item has been added to the BID FORM to refurbish the Northwood Pump Station. A new plan sheet (A2), Technical Specification — Section 07422 -- Dry -Pit Pumps and Accessories, two electrical plan sheets, and electrical specr nations are enclosed. 13. A bid item for installing an inside drop connection for manhole SM 128 has been added. 14. BID FORM includes two alternative bid items for lining of the Macedonia Pump station wet well. 15. The underside of the top slab shall be rehabilitated at the Macedonia Pump Station wet well in the same manner as the floor and walls. 16. Technical Specification — Section 06256 — Boring And Encasement The last paragraph of Section 06256.2 has been removed. A new Section 06256 is enclosed. 17. Technical Snecifrcation — Section 07310 — Protective Coating and Lining for Manholes: SpectraShield is an approved corrosion protection manufacturer. Il'the Contractor selects SpectraShield as the corrosion protection liner, cementitious lining will not be required in those manholes recommended for corrosion protection and payment will be made based on unit prices for cementitious lining plus epoxy. Microsilicate has been removed as a structural repair material. Madewell ML-72 is not an approved equal. However, Madewell is allowed as an approved manufacturer of calcium aluminate cementitious lining material. A testing section has been added (Section 07310.12), which is as follows: 07310.12 Testing For cementitious lured manholes: Random ver?ftcation testing of the manholes using core drilling shall be conducted bJ' Contractor in the presence of Ou ner or arner's representative. Random verification vacuunt resting of the manholes per AST111 C'1241 shall be conducted by Contractor in the presentee of O►vner or Tuner's representative. The Page 2 of 4 Town of Taylorsville Sewer Collection System Rehabilitation Project Addendum No. 1, November 18, 2009 manhole shall be considered to pass the vacuum test if the vacuum reading does not drop more than 1 " 11g (i.e. fi-oin 10" Hg to 9" Ilg) dto•ing the following »tirrinu(irt test times. Minimum Test Tintes for Various Manhole Diameters MH Depth (feet) 4' Diameter MH 5' Diameter MH 6' Diameter MH 1.5 Feet or less 50 sec. I min. 5 sec. I min. 20 sec. 15.01 to 30 Feet I min. 20 sec, I ruin. 45 sec. 2 min. 10 sec. For corrosion protection lined manholes: Random ver fcation testing of the manholes per ASTMCo►mnittee DU1.23: Test Method for Nondestructive Measurement of Dry Fihn Thickness of Applied Organic Coatings Using an Ultrasonic Gauge, shall be conducted by Contractor it► the presence of Owner or Owner's representative. Random verification testing of 10% of the manholes per ASTW D 5162 Standard Practice for Discontinuity (Holiday) Testing of 1Vonconductive Protective Coaling on Metallic Substrates, shall be conducted by Contractor in the presence of Owner or O►vner's representative. Testing has been added to BiD FORM as separate pay items. A qualifications section has been added (Section 07310.13), which is as follows: 07310.13 Ouali ications Applicator/installer shall be trained in handling and correct application of the materials and shall be cert ijied by the product ►nanuacturer. Evidence of certification shall be submitted 10 Engineer. Applicatorfinstaller shall have completed five projects of equal or larger size using product certified for, or have a ►nininrum of 3 years experience using product certified for. Obtain all chemical grouting, patching and sealing compounds, coating Uwem, structural lining, and corrosion protection materials f►•onr a single manufacturer or an approved component by the coating imam facturer ivith a minimrtnrt of 3 years verifiable experience providing materials of the type specified in this section. The engineer may approve at his discretion, the use of can►patible materials by multiple manufacturers. Approval is subject to compliance with the specifications and submittal of a letter of certification from each of the manufacturers, that the products they are providing are compatible with each of the other trtanttfctcturers ' products. Each proposed tnantrfacturer shall provide verifiable experience of 1he successful use of their materials with the other proposed manufacturers products. Submit manufacturers representative name, address and telephone ruunber who will be available to provide information and answer questions opt the proper use of the products. A revised Section 07310 is enclosed. Page 3 of 4 Town of Taylorsville Sewer Collection System Rehabilitation Project Addendum No. 1, November 18, 2009 18. Technical Specification — Section 07300 — Cured In Place Manhole Liner: Section 07300.5 has been modified to include qualifications and a new Section 07300.8 has been added to include testing. The testing and qualifications are as shown in Addendum item number 15. A revised Section 07300 is enclosed. 19. "DI" and "DT" abbreviations on manhole repair schedules stand for "ditch". 20. Gravity Sewer Pipe Repairs Schedule — Contract B: Line segment SM129-SM127 should be SM 129-SM 128 and specific instructions should be — "Replace VCP w/ 8" PVC from MH SM 128 to 20' upstream". Line segment SM7-SM2 specific instructions should be — "Replace VCP w/ 8" PVC from 303' to MH SM2 (to be completed prior to pipe lining)". Bid item "Tap replacement" on BID FORM is to be used for all tap replacements and tap repairs on schedule on Sheet 2 and includes up to 10 LF of 4" pipe and fittings" as [nay be required to connect to the existing service lateral. There are two additional repair items as follows: Line segment SM70-SM69 on Woodleaf Ave (Plan Sheet 7), specific instructions are "Replace 8" DIP from 144'-149', repair 4" Cl tap break-in w/ saddle and PVC pipe @ 147"'. Line segment SM73-SM72 on 6"' St NW (Plan Sheet 7), specific instructions are "Replace 8" VCP from 297'-302'w/ 8" PVC pipe". 21. DVD's of the CCTV inspections of the lines recommended for rehabilitation are available upon request, for a payment of $50. ADDENDUM NO. 1 Issued this 18"' day of November, 2009 Benjaem B. Thomas, PE West Consultants, PLLC Morganton, North Carolina Page 4 o f' 4 Addendum No. 1, dated November 18, 2009 BID FORM Bid Submitted by TOWN OF TAYLORSVILLE SEWER COLLECTION SYSTEM REHABILITATION PROJECT CONTRACT A: SEWER PIPELINE REHABILITATION ALEXANDER COUNTY, NORTH CAROLINA West Consultants, PLLC Project No. 09021 TABLE OF ARTICLES (Insert Company Name) " Page Article1 — Bid Recipient...................................................................................................................................................................... 2 Article2 — Bidder's Acknowledgements.............................................................................................................................................2 Article3 — Bidder's Representations....................................................................................................................................................2 Article 4 — Further Representations...................................................... :............................................................................................... 3 Article5 — Basis of Bid......................................................................................................................................................................... 3 Article6 — Time of Completion...........................................................................................................................................................4 Article 7 — Attachments To This Bid................................................................................................................................................... 4 Article8 — Defined Terms ................................................. :.................................................................................................................. 4 Article9 — Bid Submittal......................................................................................................................................................................4 EJCDC C410 Suggested Bid Form for Construction Contracts Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 -1 Addendum No. 1, dated November 18, 2009 ARTICLE 1— BID RECIPIENT 1.01 This Bid is submitted to: Town of Taylorsville 67 Main Avenue Drive Taylorsville, NC 28681 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 this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This 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. 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 pacilities) which have been identified in SC-4.02, if any, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06, if any. 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 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. EJCDC C 110 Suggested Bid Form for Construction Contracts Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 - 2 Addendum No.1, dated November 18, 2009 G. Bidder is aware of the general nature of 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 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 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. ARTICLE 5 — BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): Item Quantity Unit Unit Price Total Bid 1. Rehabilitate 8" Sewer Lines 9,924 LF $ $ 2. Rehabilitate 10" Sewer Lines 2,231 LF $ $ 3. Rehabilitate 12" Sewer Lines 907 LF $ $ 4. Rehabilitate 15" Sewer Lines 1,261 LF $ $ 5. Cut Intruding Taps 20 EA $ $ Total Bid $ *NOTE: Costs for restoration fsurfaces, underground utilities, or other improvements, if disturbed, shall be included in the unit price bid per linear foot ofpipe. No separate payment will be made for these items. Unit Prices have been computed in accordance with Paragraph 11.03.13 of the General Conditions. 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, determined as provided in the Contract Documents. EJCDC C410 Suggested Bid Form for Construction Contracts Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 - 3 Addendum No. 1, dated November 18, 2009 ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete within 180 calendar days after the date when the Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions, and will be completed and ready for final payment in accordance with Paragraph 14.07.13 of the General Conditions within 210 calendar days after the date when the Contract Times commence to mn. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the Contract Times. ARTICLE 7 — ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security. B. "Affidavit A — Listing of Good Faith Efforts" or "Affidavit B — Intent to Perform Contract with Own Workforce" C. Identification of Minority Business Participation, if applicable. D. For building contracts: A list of proposed Subcontractors for Heating, Ventilating, and Air Conditioning; Plumbing; and Electrical. E. For any Subcontractors proposed to perform more than 25% of the total work, provide a list of such Subcontractors with the following information as a minimum: Name, address, telephone number, license type and number, five references, experience history, and a list of current projects. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 — BID SUBMITTAL 9.01 This Bid submitted by: If Bidder is: An Individual Name (typed or printed): By: Doing business as: A Partnership Partnership Name: By: (Individual'ssignature) . (Signature of general partner — attach evidence of authority to sign) Name (typed or printed): EJCDC C410 Suggested Bid Form for Construction Contracts Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 - 4 (SEAL) (SEAL) Addendum No. 1, dated November 18, 2009 A Corporation Corporation Name: State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature — attach evidence of authority to sign) Name (typed or printed): Title: Attest: (Signature of Corporate Secretary) Date of Qualification to do business in A Joint Venture Name of Joint Venturer: First Joint Venturer Name: By: (CORPORATE SEAL) [State Where Project is Located] is \ (Signature offtrst joint venture partner — attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: By: (Signature of second joint venture partner — attach evidence of authority to sign) Name (typed or printed): Title: (SEAL) (SEAL) (SEAL) (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Bidder's Business address: Phone: Submitted on State Contractor License No. Facsimile: ,20 (If applicable EJCDC C410 Suggested Bid Form for Construction Contracts Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 - 5 Addendum No. 1, dated November 18, 2009 BID FORM Bid Submitted by_ TOWN OF TAYLORSVILLE SEWER COLLECTION SYSTEM REHABILITATION PROJECT CONTRACT B: VARIOUS SEWER SYSTEM REPAIRS ALEXANDER COUNTY, NORTH CAROLINA West Consultants, PLLC Project No. 09021 TABLE OF ARTICLES (Insert Company Name) Page Article1 —Bid Recipient......................................................................................................................................................................2 Article2 — Bidder's Acknowledgements.............................................................................................................................................2 Article3 — Bidder's Representations.................................................................................................................................................... 2 Article4 — Further Representations........................................................................:............................................................................. 3 Article5 — Basis of Bid......................................................................................................................................................................... 3 Article6 — Time of Completion........................................................................................................................................................... 5 Article7 — Attachments To This Bid................................................................................................................................................... 5 Article8 — Defined Terms.................................................................................................................................................................... 5 Article9 — Bid Submittal.....................................................................................................................................................................5 EJCDC C410 Suggested Bid Form for Construction Contracts Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 -1 Addendum No.1, dated November 18, 2009 ARTICLE 1— BID RECIPIENT 1.01 This Bid is submitted to: Town of Taylorsville 67 Main Avenue Drive Taylorsville, NC 28681 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 this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This 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. 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 carefiilly 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, if any, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06, if any. 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 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 work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. EJCDC C410 Suggested Bid Form for Construction Contracts Copyright © 2002 [National Society of Professional Engineers for EJCDC. All rights reserved. 00410 - 2 Addendum No. 1, dated November 18, 2009 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 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 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. ARTICLE 5 — BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): EJCDC C410 Suggested Bid Form for Construction Contracts Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 - 3 Item Addendum No. 1, dated November 18, 2009 Quantity Unit Unit Price Total Bid 1. Replace 8" Sewer Line 373 LF $ $ 2. Spot Repairs 24 EA $ $ 3. Tap Replacement 20 EA $ $ 4. Reline 4' Dia. Manhole (96 MHs) 690 VF $ $ 5. Epoxy Manhole Lining (4' Dia.) 50 VF $ $ 6. Reseal Manhole Frame 61 EA $ $ 7. Riser Addition or Replacement 48 VF $ $ 8. New Frame & Cover 18 EA $ $ 9. Manhole Insert 89 EA $ $"- 10. Fill Large Voids in MH Walls 2 EA $ $ 11. Repair MH Outside Drop Connection at Tee 1 Lump Sum $ 12. Reseal Riser Precast Sections 3 VF $ $ 13. Replace Flusher MH w/ Doghouse MH 4 EA $ $ 14. Macedonia Pump Station Rehabilitation (All Work as Indicated on Sheet 10) 1 Lump Sum $ 15. US 64 Gravity Sewer Replacement 1 Lump Sum $ 16. Gravity Sewer Line Aerial Replacements 1 Lump Sum $ 17. New Manhole (Depth-T) 1 Lump Sum $ 18. New Inside Drop at MH SM 128 1 Lump Sum $ 19. Testing - Core Drilling 10 EA $ $ 20. Testing - ASTM C1244 10 EA $ $ 21. Testing - ASTM Committee DO1.23 10 EA $ $ 21. Testing - ASTM D 5162 10 EA $ $ Total of All Bid Items $ ALTERNATE BID #1: (Required) Refurbish Northwood Pump Station A. All Work Except Generator and ATS 1 Lump Sum $ B. Generator with ATS 1 Lump Sum $ ALTERNATE BID #2: (Required) Install SpectraShield Liner in Macedonia PS Wet Well (Indicate Deduction or Addition to Bid Item #14 Above) 1 Lump Sum $ ALTERNATE BID #3: (Required) Install Protective Coating and Lining of 1" minimum (Sewper Coat, Strong Seal, or equal) in Macedonia PS Wet Well (Indicate Deduction or Addition to Bid Item #14 Above) I Lump Sum $ *NOTE: Costs for all fertilizing, seeding, mulching, pavement, gravel, landscaping, culvert and fence replacements, stone foundation conditioning, f any, or any other restoration of existing improvements that are disturbed shall be included in the various bid items. No separate payment will be made for these items. EJCDC C410 Suggested Bid Form for Construction Contracts Copyright OO 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 - 4 Addendum No. 1, dated November 18, 2009 Unit Prices have been computed in accordance with Paragraph 11.033 of the General Conditions. 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, determined as provided in the Contract Documents. ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete within 180 calendar days after the date when the Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions, and will be completed and ready for final payment in accordance with Paragraph 14.07.B of the General Conditions within 210 calendar days after the date when the Contract Times commence to run. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the Contract Times, ARTICLE 7 — ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security. B. "Affidavit A — Listing of Good Faith Efforts" or "Affidavit B — Intent to Perform Contract with Own Workforce" C. Identification of Minority Business Participation, if applicable. D. For building contracts: A list of proposed Subcontractors for Heating, Ventilating, and Air Conditioning; Plumbing; and Electrical. E. For any Subcontractors proposed to perform more than 25% of the total work, provide a list of such Subcontractors with the following information as a minimum: Name, address, telephone number, license type and number, five references, experience history, and a list of current projects. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 — BID SUBMITTAL 9.01 This Bid submitted by: If Bidder is: An Individual Name (typed or printed): By: (Individual 's signature) Doing business as: EJCDC C410 Suggested Bid Form for Construction Contracts Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 - 5 (SEAL) A Partnership Partnership Name: By: Addendum No. 1, dated November 18, 2009 (Signature of general partner — attach evidence of authority to sign) Name (typed or printed): A Corporation Corporation Name: State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature — attach evidence of authority to sign) Name (typed or printed): Title: Attest: (Signature of Corporate Secretary) Date of Qualification to do business in A Joint Venture Name of Joint Venturer: First Joint Venturer Name: By: (CORPORATE SEAL) [State Where Project is Located] is \ \ (Signature of first joint venture partner — attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: By: (SEAL) (SEAL) (SEAL) (SEAL) (Signature of second joint venture partner — attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Bidder's Business address: Phone: Submitted on 20 Facsimile: State Contractor License No. . (If applicable) EJCDC C410 Suggested Bid Form for Construction Contracts Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00410 - 6 .85 — - 185 _ i DIP 470 a2 • r L1Y 0 P "D - U a•oo o-so I•oo �ec�oisiw�ro HORIZONTAL SCALE. 1 " = 20 VERTICAL SCALE- 1" = 5' JDRO]5:'G B VICINITY AIAP CROSSING A EX NN SD103 STA 0.00 RIM-478. TT y`] INV IN NE-IT2.1) INV IN SE-1T3. 22 INV OUT-IT2.3T / y ``SSA SS -- - a •�O a •S_ n 416 EX. CREEK NOT TO bTp BE DISTURBED �a 5 CARDIN L BELL 08 533 PD 2019 di ]19 10 0 10 20 ,A GRAPHIC SCALE - FEET 1"=10' _I Xa sTfrlar c.w�- � ! laEPY _ - e• PY� 1 -- —� r-= - -- -}- ! - HORIZONTAL SCALE. 1 = 20' VERTICAL SCALE.- 1"5' CROSSING 8 CONCRETE COLLAR / a I yy i EX. 8' CL£ANW7 /i0P EL WOVE) yy WOVE) gEPUt£ EXfSTINO 6' GRAVITY LINE NY B' DIP EX,fANNECTION TO EX. ' GRAVITY VCP -- CALCD INYERI-fB0.I 3 PACEENSVNEIY DAA'HOLE Sp♦� y�_ �k f, ROSIE Y WATSON 0B 507 PG 167 pRD J'XAYNE RUSSELL DB N PD 572 zs / i +- EX. CLEWIOUT ,' �• /1 0�Q2t.. s0 . EX. CREEK NOT TO - - N BE DISTI7RBEo / 1 EX BN S9754 RIY-411,11 10 0 10 20 INSTALL NEIV AW DEPTH - 3- N` INV IN EAST-JT5.57 1 INV IN S)5,36 1 INV OU/-476.25Q5.29 N GRAPHIC SCALE — FEET 1"=10' \ I I 1 •. / BILLY BILLSAPS ET AL �Y CB 387 PO 1BJ5 $a V T SHEET Al OF 2 PROJECT SITE \ �Yg •ywl '�\� \ \,;y _Mi / m ee r. of / / �' mie ve y ` �, E+t4El/x: NxPFA WwECffEN (YPASS! YSm �:£dI44WY SSAilM'J 9i m — _ \�d e�m s.wi%wf�ve%��a I � 'FcwcEYux � .\ \\\ F •caTAEEE 1—� �.� ' vu vE4 1 1 � \ le 1 ' i`LJ mfe Ft J NORTMXOOD PUMP STATION SITE 20' W S¢S ti W w � m m � �W o¢ va m m 7- FCuvO+.TlOrl VIHJDV ~ 4 LEVEL LEVEL CONTROLS CONTRACTOR SHALL INSTALL AND PROVIDE 5 LEVEL CONTROL FLOATS FOR WET WELL. ss' gg SR SUMP LEVEL CONTROLS SHALL BE OF THE MERCURY TUBE TYPE SEALED IN POLYURETHANE FLOAT AND WEIGHTED TO KOLO POSITION IN TIE SUMP. CORD CONNECTING THE CONTROL SHALL BE SJO TYPE. !S[NARDE 4 g_ dub A STAINLESS STEEL MOUNTING BRACKET THAT ATTACHES TO THE BASIN WALL SHALL BE PROVIDED TO SUPPORT CONTROLS. THE SYSTEM SHALL USE TWO CONTROLS TO STOP -START AND ALTERNATE _Pla i qq PWPS AND ONE CONTROL SHALL BE USED FOR OVERRIDE TO START BOTH LL 3- DIOR U ^ PUMPS WHEN REQUIRED. SEPARATE HIGH-WATER ALARM AND LOG -WATER ALARM SWITCHES SHALL BE USED TO ACTIVATE THE ALARM. EXACT LEVELS WILL BE DETERIINED BY ENGINEER. Q FLOAT LEVELS SHALL BE DETERMINED IN FIELD WI OWNER'S ASSISTANCE. — ¢ E- ISC—SE PIPE tp INSTALL ANCHORS AS —_ Ir REQUIRED BY GEAEHARIT B' YfN. ALL 0-s IxSiAI1Di10.Y5 qq U p Bf Hcucn Y`TA�N s 6TEEL (AJ 2'De4' ATCNp9 �!-i BOL15 FFCN SIDE OF BASE) IIOOII I ( s�nwoBY LCSURE EMLo E L—L—SiEFt BtSE STEEL ` T ti r p F N j-223' L➢CN9ET A SUhWUADINO W W NRTlw VINCOV COATeTOEEExx WOO 1. m A1vF LR 1 2 AO �C NORTHWDOO PUMP STATION I- • 2' PAD f$f2E1D/10 AS REOBIAED 1. ACTUAL GENFJUTOR Ims-LEU1 W W STANDBY GENERATOR wMTING DETAIL SHEET x 9 A2 OF 2 ExE9T�YG E �iTF EtlIAt IWI I I I� a:eTix6 1/�{ if ISELaeBFLnoxl ITXP.! LS' . J i (T� EK6f:�L C@ICRETE PAD EYISfDG 4 . A R-AAA <I1P.f _ OVER VEi VELL µ>H gSAQA iRR6FR SN9[H B�b3 � _ 22' GE 112y9 22' _ PE�LAEE El14if� 25. Ex mTx X PROJECT ELECTRICAL AND CONTROL REQUIREMENTS, DEMOLITION NOTES AND PLAN VIEWS I STANDARD ELECTRICAL REQUIREMENTS: I wmu+a su,: ammcru �w,x � sx�W �mou�aa�u w`�'owr`�ari�uop ' oe`mlx aieul s pu..i� m°s o,�•..�,.l�i s..w"�.0 .s aim aomnca ne u � �rti� �, mu i `v� wean unum ®uoc aau uo u�mnx ra��aoe�N m"`oua of �p �g ai mYOMY Ml,w �a� mIWR ��� �m A,w�Y�O pA'IR�f�94�RIp6�A� wu6� imlffi f s"'ws""4,�i k' m••'�"4'o'�iolaY'mu �rz�'i. •iO 9OY a w�vc • u rm u mn¢nu wu °rn•aw.e°��isMia�r�u mrom mpunu.a wf a�iusw�i � as P�.cl �,a�vmnv�i,v� � 4 �40 A x[ m�P,ffi�fw.�P�+Wio met �9 W rt�fa���rtui� v � taa,c wai F� IYmum�u�i9[ 4�a. - t� 4a• Y w a,`•m4lmmfn sr.,at m a n ¢fin©ev�a�ie mew uw 4 sam�moc�� woa°a:��no.a�ivana�.nz °O..?t~�'ia�.�uiu""m� ruuc,K rW.wx. ... ma.raa„u� n<�wa uono,.ose"suu a°Aiw'�'a au`°ac o � wm �m�w m w an I"raHwrm � °tea° �umjOa"`a�uo we ra rcv.. roaaemou owhu runecwcs v.va x.r m.0 nm ua a ae, m ueu o,m•m ray, w v,w a n..><aamrs awf a oa,-.1 mr. .a„:.w awu caa ca.nauw.az. was ma.x.., r.u,. aw •u..x uma wr.¢a oe nAn �u.ml uo GENERAL DEMOLITION NOTES: FI m u I II u I 1 t 1 Sul 1 I vo PARTIAL DEMOLITION PLAN J NOT TO SCALE MINIMUM CONTROL PANEL ,SYSTEM REQUIREMENTS SEE SPECIFICATIONS FOR COMPLETE REQUIREMENTS tt ea,wm e.�rae PI na s.,00�vmx � w w:w wru,.rc non. law ,w.l. ,.ww f,w,ac •. (ren wwx.� wa[p �st n ue�se�tmsrvm�xu�im•uwcrit�wnilr n o�iunr. rnwa' �uurt oaw, as„ms fm uE antapi K,�n qx+ ws,wm, [xTa® Br w un,un cant+ �oE,Esi � � mr•iGs�vR�ui� m�ii vriams a wm�n fS,ruiIDD .4ouu�9'r � Fx,:JR, IPSf S utun Vafx. pu Srxn e�i [E+u,� ruWa. M w,N xofx a,.16[ fvM[m a=ua10No,or. iw. u.x+ frsrt„ sw. es unnm uc r n%,ure: swFcu,c s,mee wwwlwr a ua', cap wwu+u.. u mme u.�..1A.,.�w. O O w LIGHTING PLAID NOT TO SCALE SPECIFIC PROJECT ELECTRICAL REQUIREMENTS ir `Qi�s'�a"soq� ` MO�a"1{x:'•"`•um,mam awr.+uea wwr,x..z m• �m� wm��aiw•wmow,necwrtra.xM�au.m ELECTRICAL CONTROL WIRING NOTES ��M�� unm m vYOron�' �a:'m mro"O °."ao."O m'®rna®ml`s" 4 v�'n r II A-6 vomue,+ca x I I meow A-4 I u.n I POWER PLAN NOT TO SCALE e 0 0 o - WATTS ENGINEERS, PLLC Consulting Engineers 4876 " 64 rg Moanton, NO M55 ELECTRICAL ONLY W.114 E1 OF 2 SYMBOL NOTES FOR RISER DIAGRAM • Ew u an�nenW q Swv. A •CAE Fau a [wtl �anw-wo.*r m w^a.• 5.m.avTvrcE"sac• a..,a. ecn-a . Ead a syv. o I wID� ��.0.: �rN�nne...e�rr•:� e..a�a�eve�•,-..�� -sow" ^ TYPI AI SMMCE EMPMENT GROUNDIM D T4 ELECTRICAL PANEL SCHEDULE POWER RISER DIAGRAM + DETAILS qv v.a [.sv G caa • na r...e. a�..m��'w vic 3 RENOVATED PUMP STATION POWER RISER DIAGRAM NOT TO -E l.rff to �j rn TYPICAL STANDBY GENERATOR MOUNTING DETAIL NTS I i I , TYPI I SYSTEM nNTRO PANE1 N9TH OPERATORS INDICATORS AND ALARMS WATTS ENGINEERS, I Consulting Engineers Z75 US — varganton, NC 28S55 M.) ss.-xTe ELECTRICAL ONLY N 1� y� 2 8qo iS m�C 4$?FSa a J ti o� U � W J N SHEET E2 OF 2 07300 Addendum No. 1, Novemberl8, 2009 CURED IN PLACE MANHOLE LINER SECTION 07300 (MACEDONIA PUMP STATION WETWELL) 07300.1 General This section covers the lining and rehabilitation of sanitary and storm water collection systems with the use of a cured -in - place (CIP) laminated composite comprised of an epoxy -fiberglass -impervious membrane combination. 07300.2 Description of Work A. It shall be the responsibility of the Contractor to make sure that the CIP Manhole Liner completely seals the manhole, shelf, pipe inlet and outlets, and the lid ring frame in a monolithic method, as required, or as shown on the plans, and that no holes, cracks or seams in the liner are left unsealed, which would allow gases or fluids to flow behind the CIP Liner. B. Furnish all labor, materials, equipment, and incidentals required to supply and install a protective CIP Liner as required or as shown on the plans. All material shall conform to Type II or Type III as defined in Section 07300.6. Any required by-pass pumping shall be furnished by the Contractor. All cutting and repairing of existing pavements, where necessary, shall be completed to the satisfaction of NCDOT. C. The CIP Liner shall be designed and installed to protect concrete, brick and other manhole surfaces from corrosion. The CIP liner product shall be designed to stop infiltration, root intrusion, and further deterioration in the manhole. The interior surfaces to be protected shall include the walls, shelves, pipe junctions and the lid ring frame. D. Omission of a specific item or component obviously necessary for the proper installation and functioning of the system shall not relieve the Contractor from the responsibility of supplying that specific item or component at no additional expense to the Owner. 07300.3 Referenced Snecifications The CIP Protective Liner System shall be manufactured and installed as to be in compliance with the listed minimum values of the applicable ASTM testing requirements. ASTM D-638 Tensile Strength and Tensile Modulus ASTM D-695 Compressive Strength ASTM D-790 Flexural Strength and Flexural Modulus ASTM D-2240 Hardness 07300.4 Submittals A. The Contractor shall submit for review, complete detailed shop drawings and schedule for all materials furnished under this section. B. The Contractor shall submit for approval all manufacturer warranties for all materials furnished under this section. The Contractor shall submit for approval the licensed installer certification for the applicator under this section. C. Contractor shall submit the manufacturer's certification of testing, with the accompanying test data, showing epoxy resin bonding strength of over 7,000 lbs. when tested with 6" diameter, 10,000 psi concrete test cylinders in a butted resin bonding test. This testing must demonstrate no epoxy bonding detachment prior to the failure of the concrete. 07300.5 Warranty and Qualifications A. The manufacturer of the CIP lining material shall furnish an affidavit attesting to a minimum period of 5-years successful use of its materials as a lining for concrete and brick structures in wastewater conditions recognized as corrosive or otherwise detrimental to concrete. 07300 B. The lining must be repairable at any time during the life of the structure. The lining shall be flexible, and have an elongation sufficient to bridge up to a''/a-inch settling crack, without damage to the lining. The liner shall be able to bridge expansion cracks that may occur. Manufacturer shall warrant the performance and labor of the CIP Liner materials for 10 years to repair or replace any failing conditions of the liner in the structure. Certification of the conforming warranty shall be provided prior to approval of the submittals and award of contract. C. Applicator/installer shall be trained in handling and correct application of the materials and shall be certified by the product manufacturer. Evidence of certification shall be submitted to Engineer. Applicator/installer shall have completed five projects of equal or larger size using product certified for, or have a minimum of 3 years experience using product certified for. Obtain all chemical grouting, patching and sealing compounds, coating system, structural lining, and corrosion protection materials from a single manufacturer or an approved component by the coating manufacturer with a minimum of 3 years verifiable experience providing materials of the type specified in this section. The engineer may approve at his discretion, the use of compatible materials by multiple manufacturers. Approval is subject to compliance with the specifications and submittal of a letter of certification from each of the manufacturers, that the products they are providing are compatible with each of the other manufacturers' products. Each proposed manufacturer shall provide verifiable experience of the successful use of their materials with the other proposed manufacturers products. _ Submit manufacturer's representative name, address and telephone number who will be available to provide information and answer questions on the proper use of the products. 07300.6 Materials A. Type 1: In structures up to 12 feet in depth (depending on specific local conditions), the liner shall be a three - layered composite system (see table 1 below) with a total pre -saturated fabric weight of 44-ozs. per square yard. Layer #1 will be not less than 12-oz. structural fiberglass impregnated with a modified epoxy resin and bonded to the existing substructure. Layer #2 is to be a 20-oz. non -porous membrane of special synthetic materials bonded to layer #1 and layer #3. Layer 93 consists of not less than a 12-oz. structural fiberglass saturated with epoxy and bonded to the non -porous membrane, forming a smooth interior wall to the host structure. The non -porous water and gas shield shall be imbedded between the structural layers of epoxy -fiberglass to guard against nicks, tears and damage to the gas protection membrane. B. Type II: In structures up to 16 feet deep (depending on specific local conditions), a three -layered composite system (see table 1 below) with a total pre -saturated fabric weight of 56-ozs. per square yard. Layer #1 is 18-oz. structural fiberglass impregnated with a modified epoxy resin and bonded to the existing substructure: Layer #2 is to be a 20-oz. non -porous membrane of special synthetic materials bonded to layer #1 and layer #3. Layer #3 will consist of 18-oz. structural fiberglass saturated with epoxy and bonded to the non -porous membrane, forming a smooth interior wall to the host structure. The non- porous water and gas shield shall be imbedded between the structural layers of epoxy -fiberglass to guard against nicks, tears, and damage to the gas protection membrane. C. Type III: In structures up to 24 feet deep, or with site conditions requiring structural enhancement, the CIP will utilize a three -layered composite system (see table 1 below) with a total pre -saturated fabric weight of 68-ozs. per square yard. Layer #1 will be a 24-oz. structural fiberglass impregnated with modified epoxy resins and bonded to the existing substructure. Layer #2 shall be a 20-oz. non -porous membrane of special synthetic materials bonded to layer #1 and layer D. Layer #3 will consist of a 24-oz. structural fiberglass saturated with epoxy and bonded to the non -porous membrane, forming a smooth interior wall to the host structure. The non -porous water and gas shield shall be imbedded between the structural layers of epoxy -fiberglass to guard against nicks, tears, and damage to the gas protection membrane. D. Type IV: In structures deeper than 24 feet, or with site conditions requiring additional structural enhancement, the CIP will utilize a three -layered composite system (see table 1 below) with a total pre -saturated fabric weight of 116-ozs. per square yard. Layer # 1 will be (2) 24-oz. structural fiberglass layers impregnated with modified epoxy resins and bonded to the existing substructure. Layer #2 shall be a 20-oz. non -porous membrane of special synthetic materials bonded to layer #1 and layer #3. Layer #3 will consist of (2) 24-oz. structural fiberglass layers saturated with epoxy and bonded to the non- porous membrane, forming a smooth interior wall to the host structure. The non -porous water and gas shield shall be 07300 imbedded between the structural layers of epoxy -fiberglass to guard against nicks, tears, and damage to the gas protection membrane. There is no minimum or maximum manhole depth limit on this liner. E. The design guide above is intended as a general manhole guide for the liner products, and is not intended to limit the manufacturer's and authorized installer's judgment to use a heavier liner in determining the appropriate thickness and type of liners for individual structures based upon the specific conditions encountered in each structure. Any variation of the above described liner thickness requirement by the manufacturer or authorized installer will not affect the warranty requirement. F. The CIP liner shall be constructed such that the non -porous inner membrane is protected from damage by the use of an epoxy -fiberglass layer. This inside surface protective layer is to protect the CIP liner from impact damage e.g. nicks from rodders and root cutters, hydro -vac nozzles, inspection cameras, survey equipment, and construction techniques used in pipeline rehabilitation. The importance of this protection layer cannot be overemphasized to protect the manhole from sulfides and other gases penetrating through nicks and cuts in an unprotected membrane. This CIP liner must be impervious and without holes that will allow hidden corrosion on the concrete behind the liner, which can cause the eventual failure of the liner and the manhole. G. The CIP Lining System shall be applied by a qualified licensed applicator/installer. Applicator/installer shall be trained in handling and application of the materials, and will custom fit the liner to the manhole in order to protect the concrete and brick surfaces from sewer gases. TABLE 1 Test Property Values Materials Section Type I Type II Type III Type IV Pre -Saturated Fabric Wt. 44 oz/psy 56 oz/psy 68 oz/psy 116 oz/psy ASTM-D-790 Flexural Strength 15,000 psi 17,500 psi 20,000 psi 26,000 psi Flexural Modulus 800,000 psi 900,000 psi 1,000,000 psi 1,000,000 psi ASTM-D-695 Compressive Strength 8,500 psi 9,400 psi 10,000 psi 12,000 psi Compressive Modulus 800,000 psi 900,000 psi 1,000,000 psi 950,000 psi ASTM-D-638 Tensile Strength 7,000 psi 9,000 psi 11,500 psi 18,000 psi Tensile Modulus 750,000 psi 950,000 psi 1,050,000 psi 1,350,000 psi Average Liner Thickness 0.125 inch 0.15 inch 0.175 inch 0.200 inch ASTM-D-2240 Hardness 82 shore D 82 Shore D 82 shore D 82 Shore D Epoxy Bond Strength 7,000 lbs. 7,000 lbs. 7,000 lbs. 7,000 lbs. Engineered Life Expectancy 50+ Years 50+ Years 50+ Years 50+ Years Installation Warranty 5 Years 5 Years 5 Years 5 Years Materials Warranty 10 Years 10 Years 10 Years 10 Years Upon request, the manufacturer shall provide written certification that the CIP liner to be used meets or exceeds the above requirements of this specification. The manufacturer shall also certify that the CIP liner material has passed a 14-day concentrated chemical immersion testing with less than a 2.1% average weight gain. 07300.7 CIP Installation 07300 A. The Contractor shall remove the existing manhole steps. The metal portion of all steps will be removed flush with the manhole wall surface, and any remaining holes are to be patched flush prior to applying the CIP rehabilitation system. The final coated surface shall have a smooth uniform appearance. B. Prior to patching severe defects in the manhole, all loose and deteriorated material shall be removed and disposed of by the contractor. The bench areas shall be repaired as determined by the installer. The prepared surface of the shelves shall be smooth and shall be sloped to allow for all bench areas to drain to the pipe invert. C. Manhole chimney, wall and shelf/bench repair shall include plugging, and/or patching as necessary, with specified grout, plugging or patching compounds, typically hydraulic and/or Type II Portland cement or equal. D. All active hydrostatic water leakage shall be stopped within four (4) inches of where the liner will end around pipes or the shelf area in accordance with manufacturer's instruction. E. All surfaces of the host structure are to be cleaned with a high-pressure sprayer having an operating pressure of at least 4,000-psi. After pressure cleaning, surface is to be cleaned with degreaser or other solvents as needed to remove any film or residue on the surface. Structure shall then be pressure rinsed with clean water. F. All cracked or disintegrated material shall be removed from the area to be patched exposing a sound substrate. Patches shall be allowed to cure according to the manufacturer's specifications before continuing with the CIP manhole rehabilitation process. G. All incoming laterals and sewer main line openings shall be properly trimmed and grouted with hydraulic or Portland type II cement forming a filet (not less than a 6 inch radius) between the structure wall and each pipe. Such application of grout shall extend at least four inches from the outlet onto the wall area making a smooth transition for the liner connection to the pipe openings. H. Shelves and walls shall be repaired or refinished as appropriate using chemical grout, hydraulic cement or Portland type II cement. Shelf areas and floors shall be lined with the CIP Liner System materials saturated with the epoxy resin and placed in the bottom to extend approximately three inches up the wall section, so as to overlap with the liner wall section. The CIP Liner shall be made longer than the structure to overlap and reinforce the bench transition area. 7300.8 Testing Verification testing of the wetwell per ASTM Committee DO 1.23: Test Method for Nondestructive Measurement of Dry Film Thickness of Applied Organic Coatings Using an Ultrasonic Gauge, shall be conducted by Contractor in the presence of Owner or Owner's representative. Verification testing of the wetwell per ASTM D 5162 Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates, shall be conducted by Contractor in the presence of Owner or Owner's representative. 07300.9 Final Inspection and Acceptance A. Liner material and components shall have been custom fabricated to fit the specific configuration of each structure prior to the commencement of the liner installation. Liner shall be of the type that allows rehabilitation of concentric, eccentric or flat top manholes without removing manhole ring, top section, flat -top, or corbel. B. The installation of the approved liner system shall be in strict accordance with the manufacturer's written instructions. Contractor may submit alternate thick-nesses as per the manufacturer's recommendations. The work shall include re -grouting all inlet and outlet lines and benches, as needed, including all preparation, installation, curing and finish operations for the complete rehabilitation process. The liner shall be installed and cured -in -place via a pressurization blower system with steam heat injection, or other manufacturer approved process. The curing process shall be completed within four hours of the time by-pass pumping or inlet line plugging begins. Inlet and outlet lines must be reopened within one hour from the time the curing process is completed. 07300 C. The CIP lining of the structure shall result in a monolithic structure, bonded to the contours of the existing manhole structure. The liner shall be adequately bonded to the interior structure surface, and be completely water tight from the ring and cover area to the transition area where the shelf and invert channel connects, including completely sealing the manhole wall and shelf areas to the inlet and outlet pipes. D. Qualification Testing---- Qualification tests shall have been completed prior to the installation of CIP liners. The initial structural properties as shown in Table 1 shall be met or exceeded and the CIP liners installed will be certified accordingly. Also, any pertinent qualification testing shall be completed according to ASTM D 5813 as agreed upon between the owner and manufacturer. Cleaned Structure ---- All surfaces of the host structure shall be clean to the concrete substrate, acceptable to the owner/inspector and ready for lining. Resin Quantity ---- The liner manufacturer shall provide a tag on every CIP liner indicating the amount of catalyzed resin necessary for impregnation purposes in order to meet structural properties. This will be acceptable with a tolerance variation of plus or minus 5%. The completed installation should be visually inspected to assure dry spots and/or lifts are not present in the finished liner. This can also be accomplished by closed circuit television if usual inspection cannot be accomplished. No infiltration of groundwater should be observed coming through the CIP liner or coming out at any place the liner ends. E. GUARANTEE PERIOD The Manufacturer shall unconditionally guarantee all Work included in the Project against defects of materials and workmanship for a period of 10 years under normal use, operation, and service. This 10-year guarantee shall be in effect from the ending date of the contract. The Manufacturer shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during the 10-year period at his own expense and without cost to the Owner. The guarantee shall be in published form and apply to all Work under this contract. 07310 Addendum No. 1, Novemberl8, 2009 SECTION 07310 PROTECTIVE COATING and LINING FOR MANHOLES 07310.1 Description This specification includes all work, materials and equipment required for stopping leaks by repair and sealing of the concrete and/or masonry bench, channel, invert, pipe inlets, walls, cone, chimney and frame of all manholes to include removal of unsound materials, preparation, chemical grouting, structural grouting, patching, plugging and sealing compounds, and surface preparation, and installation of structural lining, structural lining with corrosion protection coating/lining, corrosion protection coating, and corrosion protection lining, to include protection of surfaces not to be treated, touch-up, clean-up, and appurtenant work all in accordance with the requirements of the contract documents and this specification. Approved manufacturers shall be Strongseal equal, or Sewpercoat equal, Madewell, equal, Reliner MSP Cement or approved equal. 07310.2 Quality Assurance A. Furnish materials of quality required by the American Society for Testing and Materials (ASTM) standards or other approved standards and specifications. B. Provide guarantee against defective materials and workmanship in accordance with the requirements of these specifications. C. The Contractor installing the finished protective liner will be a certified trained applicator of the specified process. D. Provide verifiable independent third party creep test results documenting no less than 70% retention of flexural modulus of elasticity after 50 years of service. The third party testing firm may not be affiliated with the manufacturer in any way. 07310.3 References ASTM — American Society for Testing and Materials, 100 Barr Harbor Drive, West Conshohocken, PA 19428-2959, (610)832-9585 A. ASTM D 4258 "Practice for Surface Cleaning Concrete for Coating". B. ASTM D 4261 "Practice for Surface Cleaning Unit Masonry for Coating". C. ASTM D 4262 "Test Method for pH of Chemically Cleaned or Etched Concrete Surfaces". D. ASTM D 4541 "Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Testers". E. ASTM D 4414 "Standard Practice for Measurement of Wet Film Thickness by Notch Gages". SSPC — The Society for Protective Coatings, 40 24`h Street, 61h Floor, Pittsburgh, Pa. 15222-4643, (412) 281-2331 and NACE — National Association of Corrosion Engineers, P.O. Box 218340, Houston, TX 77218-8340, (281) 492-0535. A. SSPC-SP 13/NACE No. 6 Surface Preparation of Concrete B. SSPC-SP 10 Near White Blast Cleaning for Metal Surfaces C. SSPC-SP12/NACE No. 5 HPWJ High Pressure Water Jetting D. NACE Standard RP0591 "Coatings for Concrete Surfaces in Non -Immersion and Atmospheric Service" 07310 Addendum No. 1, November18, 2009 07310.4 Project/Site Conditions Co-ordinate with the Construction Manager for traffic control during rehabilitation work at each designated location. 7310.5 Sequencing All required interruptions of flow through manholes, wet wells, pump stations or any other portion of the plant sanitary sewer system shall be coordinated with and approval received from the Facility Manager or Construction Manager prior to the interruption. 07310.6 Infiltration Control Mix Cementitious Grout Infiltration leakage of concrete structures shall be stopped by method of spot grouting with polyurethane grouts. Products will be hydrophobic foam, hydrophilic gel, hydrophilic foam, chemical grouting compound, or a combination of these methods and materials as recommended by the Manufacturer. Infiltration leakage of brick lined structures shall be stopped by method of encapsulation grouting/curtain wall grouting with polyurethane grouts. Product approved for use will be hydrophilic gel chemical grouting compound as recommended by the manufacturer. 07310.7 Cementitious Structural Lining Designated structures shall receive an application of cementitious structural repair mortar. The structural repair materials shall be Calcium Aluminate Repair Mortars. Thickness shall be sufficient to replace lost cross section, fill voids and provide a minimum 1/2" cover over all interior concrete and masonry surfaces of the structure. Compressive strength ASTM C-109 > 5,000 psi Flexural strength ASTM C-293 > 600 psi Bond ASTM C-882 > 1,650 psi Shrinkage ASTM C-596 < .002% Freeze/Thaw 100 cycles) ASTM C-666 No Effect 07310.8 Inspection Evaluation of Atmosphere: Prior to entering structures, an evaluation of the atmosphere will be conducted to determine the presence of toxic, flammable vapors or possible lack of oxygen. The evaluation shall be in accordance with local, state or federal safety regulations. 07310.9 Preparation A. Concrete and Masonry Surface Preparation Concrete and masonry surfaces shall be prepared in accordance with SSPC SPI2/NACE No. 5 HPWJ "High Pressure Water Jetting". The International Concrete Repair Institute (ICRI) Technical Guideline No. 03732, Guide to Surface Preparation of Concrete to Receive Sealers, Coatings and Polymer Overlays shall be used to visually evaluate the concrete surface profile. Required profile shall be equivalent to CSP 3-5. 2. Concrete surface defects, such as deteriorated concrete or masonry, hollow areas, bugholes, honeycombs, cracks and voids shall be filled flush and true with specified grouting, plugging or patching compound in accordance with ICRI Technical Guideline No 03730 "Guide for Selecting Application Methods for the Repair of Concrete Surfaces". Fins, trowel marks, and all protrusions or rough edges shall be removed. All active leaks shall be stopped by use of Chemical Grouting, Structural Grouting or Hydraulic Plugging compounds. B. Brick Substrate Surface Preparation 07310 Addendum No. 1, November18, 2009 Brick substrates shall be prepared in accordance with SSPC SP13/NACE No. 6 "Surface Preparation of Concrete" utilizing sandblasting methods with angular blast media to provide a surface profile. The International Concrete Repair Institute (ICRI) Technical Guideline No. 03732, Guide to Surface Preparation of Concrete to Receive Sealers, Coatings and Polymer Overlays shall be used to visually evaluate the concrete surface profile. Required surface profile shall be equivalent to CSP3-5. C. Debris resulting from surface preparation and cleaning shall be removed from the structure and not allowed to enter the waste flow. 07310.10 Installation A. The Contractor shall perform all work in a safe workmanlike manner in full compliance with all federal state and local worker safety regulations. B. The Contractor shall at all times maintain traffic control in cooperation with local police details, property owners and municipality. C. Special attention is drawn to the need for confined space entry permits and certificates of training for all personnel. D. The Contractor shall maintain a record of monthly safety meetings and training. This record will be made available to the Owner upon request. Absence of an approved safety program or adequate record keeping will be cause for contract cancellation. E. The Contractor shall maintain sewer flow in accordance with the contract documents. Diversion of the flow or plugging the flow of sewerage for the purposes of affecting repairs to the structure shall be coordinated at the direction of the owner. F. The Contractor shall install each system in accordance with the manufacturers' installation procedures and these specifications. 07310.11 Application A. Structural Lining shall be applied to all interior concrete and masonry surfaces of the structure to include bench, invert, formed channel, walls, cone, chimney and other components of the stricture. (Note: At the applicators discretion, they may choose to apply sufficient resinous coating to overcome minor surface imperfections in the substrate) B. Prior to application of the Structural lining by hand trowel or pneumatic spray, the concrete or masonry surface shall be thoroughly saturated but free of standing or running water ("SSD"). The surface should remain damp and cool to prevent the substrate from absorbing moisture from the repair and causing premature drying. C. For hand trowel applications, a slurry mixture of the mortar should be scrubbed into the surface to be repaired with a stiff bristled brush. Immediately apply the bulk mortar. D. For overhead applications by hand trowel or spray, thickness should be limited to a minimum of 1/2" and a maximum of 1" per lift. For vertical applications by hand trowel or spray, thickness should be limited to 1/2" minimum and 2" maximum per lift. Horizontal applications should be limited to 1/2" minimum and 4" maximum per lift. All applications of mortar are to be finished with a broomed finish or sponge float technique. E. Repair and rebuilding. of bench and invert surfaces shall be completed such that the original slope is maintained from the wall to the invert. The bench/wall joint should be rounded to form a seamless cant. 07310 Addendum No. 1, November18, 2009 F. For newly lined areas that will be subject to sewer flow, allow system to cure for a minimum of 24 hours at 75°F. G. Corrosion Protection Flexible Lining shall be applied to all interior surfaces of the structure to include bench, invert, formed channel, walls,.cone, chimney and other components of the structure as indicated by owner. Corrosion protection shall be epoxy and shall be 100% solids. The epoxy shall have the following properties: compressive strength of 8,800 psi, flexural strength of 12,400 psi, and tensile strength of 7,700 psi. The epoxy coating shall be Madewell Mainstay DS-5, Tnemec equal, Sherwin Williams equal, Sprayroq equal, Raven equal, or other approved equal. H. Prior to application of the Corrosion Protection Lining system, all concrete and masonry surfaces shall be Surface dry ("SSD"). All structural steel, miscellaneous metal fabrication, and concrete surfaces shall be primed with 3.0-4.0 mils DFT of Low Temperature Cured, Moisture Tolerant, Amine Blush Resistant Epoxy. I. Apply the Corrosion Protection Flexible Lining in accordance with the manufacturers system bulletin application procedures to a minimum thickness of 125 mils DFT in one spray applied application with multiple passes. 07310.12 Testing For cementitious lined manholes: Random verification testing of the manholes using core drilling shall be conducted by Contractor in the presence of Owner or Owner's representative. Random verification vacuum testing of the manholes per ASTM C1244 shall be conducted by Contractor in the presence of Owner or Owner's representative. The manhole shall be considered to pass the vacuum test if the vacuum reading does not drop more than 1" Hg (i.e. from 10" Hg to 9" Hg) during the following minimum test times. Minimum Test Times for Various Manhole Diameters MH Depth (feet) T Diameter MH 5' Diameter MH 6' Diameter MH 15 Feet or less 50 sec. 1 min. 5 sec. 1 min. 20 sec. 15.01 to 30 Feet 1 min. 20 sec. 1 min. 45 sec. 2 min. 10 sec. For corrosion protection lined manholes: Random verification testing of the manholes per ASTM Committee D01.23: Test Method for Nondestructive Measurement of Dry Film Thickness of Applied Organic Coatings Using an Ultrasonic Gauge, shall be conducted by Contractor in the presence of Owner or Owner's representative. Random verification testing of 10% of the manholes per ASTM D 5162 Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates, shall be conducted by Contractor in the presence of Owner or Owner's representative. 07310.13 Qualifications Applicator/installer shall be trained in handling and correct application of the materials and shall be certified by the product manufacturer. Contractor shall submit a letter in writing from the manufacturer stating such along with the submittal package. Applicator/installer shall have completed five projects of equal or larger size using product certified for, or have a minimum of 3 years experience using product certified for. Obtain all chemical grouting, patching and sealing compounds, coating system, structural lining, and corrosion protection materials from a single manufacturer or an approved component by the coating manufacturer with a minimum of 3 years verifiable experience providing materials of the type specified in this section. The engineer may approve at his discretion, the use of compatible materials by multiple manufacturers. Approval is 07310 Addendum No. 1, Novemberl8, 2009 subject to compliance with the specifications and submittal of a letter of certification from each of the manufacturers, that the products they are providing are compatible with each of the other manufacturers' products. Each proposed manufacturer shall provide verifiable experience of the successful use of their materials with the other proposed manufacturers products. Submit manufacturer's representative name, address and telephone number who will be available to provide information and answer questions on the proper use of the products. 07310.14 Guarantee Period The Contractor shall unconditionally guarantee all Work included in the Project against defects of materials and workmanship for a period of 5 years under normal use, operation, and service. This 5-year guarantee shall be in effect from the ending date of the contract. The Contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during the 5-year period at his own expense and without cost to the Owner. The guarantee shall be in published form and apply to all Work under this contract. Section 07422 Addendum No. 1, Novemberl8, 2009 SECTION 07422 DRY -PIT PUMPS AND ACCESSORIES DRY -PIT SUBMERSIBLE D5430WD SOLIDS -HANDLING PUMP SPECIFICATIONS PART L GENERAL 1.01 This specification includes the supply of two (2) base -mounted, dry -pit submersible solids -handling pumping unit(s), UL Listed for explosion proof Class I, Division 1, Groups C and D hazardous locations. One pump shall be clockwise rotation. The other pump shall be counterclockwise rotation. 1.02 QUALITY ASSURANCE A. All pumping equipment furnished under this Section shall be of a design and manufacture that has been used in similar applications, and it shall be demonstrated to the satisfaction of the Engineer that the quality is equal to equipment made by those manufacturers specifically named herein. B. Unit responsibility. Pump(s), complete with motor and all other specified accessories and appurtenances, shall be furnished by the pump manufacturer to insure compatibility and integrity of the individual components, and provide the specified warranty for all components. C. The base -mounted, dry -pit submersible solids -handling pump(s) and motor(s) specified in this section shall be furnished by and be the product of one manufacturer. D. Pumps are to be engineered and manufactured under a written Quality Assurance program. The Quality Assurance program is to be in effect for at least ten years, to include a written record of periodic internal and external audits to confirm compliance with such program. E. Pump(s) are to be engineered and manufactured under the certification of ISO-9001:2000. 1.03 PERFORMANCE A. The pump(s) shall be designed for continuous operation and will be operated continuously under normal service. B. OPERATION CRITERIA Max. NPSHR @ Pump Rated Speed Solids Max. Shutoff Condition Flow GPM TDH ft. RPM Passage Head ft. ft. Design Condition 450 140 1770 3 inch 170 11 C. Net positive suction head available at the centerline of the pump impeller is 20 feet at 450 GPM. D. Liquid pumped is municipal wastewater with a maximum temperature of 60 deg. F. PART 2, PRODUCTS 2.01 PUMPS A. Manufacturers 1. Pumps shall be Fairbanks Morse Model D5430WD, Yeomans Chicago Pump equal, KSB equal, or other approved equal. The existing pumps are Fairbanks Morse Model D5430WD. If a different model pump is used, the Contractor will be responsible for supplying and installing any transition fittings or other items needed to install the pumps in the space of the existing pumps. 2. Manufacturer shall have installations of like or similar application with a minimum of 5 years service for this pump size. 3. Pumps and associated parts must be assembled in the USA (in accordance .with the American Recovery and Reinvestment Act of 2009). B. Design Section 07422 Addendutn No. 1, November18, 2009 1. Rotation a. One pump will be clockwise rotation and the other counterclockwise rotation when viewed from the driver end looking at the pump. 2. Impeller a. Impeller shall be of the balanced non -clogging type matched to its constant velocity equalizing pressure volute and be made of close -grained cast iron conforming to ASTM A48 CL30. It shall be of one-piece construction, single suction, enclosed two -vane, radial flow design with well-rounded leading vanes and then tapered toward the trailing edge for a circular flow pattern to prevent the accumulation of solids and stringy material. b. The clearance between the impeller outside diameter and cutwater shall be capable of passing a 3" sphere. c. The impeller is to be balanced and secured to the shaft by means of a bolt, washer, and key. The arrangement shall be such that the impeller cannot be loosened from torque in either forward or reverse rotation. d. Wiper vanes on the back impeller shroud are not allowed. e. Impeller shall be trimmed to specifically meet the conditions of operation. 3. Volute/Casing a. Volute is to be cast with extra thick walls made of close -grained cast iron conforming to ASTM A48, Class 30. It is to be one-piece, constant velocity equalizing pressure (except 4"5435WD which is specifically designed with a circular volute to minimize radial loads at low flows) with smooth fluid passages large enough to pass any size solid that can pass through the impeller. b. The volute shall be side flanged tangential discharge and be capable of rotation in 45- degree increments to accommodate piping orientation. Volute discharge shall be minimum 4" diameter as measured on the inside diameter of the discharge flange opening. Diffusion vanes are not permitted. c. The volute shall be furnished with large cleanout openings located at the impeller centerline, to allow access to the impeller. d. The casing shall be designed to permit the removal of the rotating assembly without disturbing the suction or discharge piping. The casing shall be hydrostatically tested to 1.5 times the design head or 1.25 times the shutoff head whichever is greater. 4. Wear Rings a. Wear rings shall be provided on both the impeller and fronthead so that clearances can be maintained throughout the life of the rings and minimize recirculation. b. Impeller wear rings shall be of the axial- or face -type. c. Fronthead wear rings shall be of the axial- or face -type. d. Wear rings shall be attached to the impeller and fronthead using an interference fit and Loctite. e. Wear rings shall be stainless steel, with the impeller wear ring approximately 50 Brinell softer than the fronthead wear ring. f. Wear ring clearance adjustment shall be attained through impeller adjustment shims. 5. Base and Suction Elbow a. A rugged, heavy-duty fabricated steel base with openings large enough to permit access to the suction elbow and cleanout, bolted directly to the volute, shall be provided. The base shall be designed to support the assembled weight of the pump and motor. b. A cast iron suction elbow with ''/2" gauge connection, contoured handhole cleanout, and a 125 lb. flat -faced flange conforming to ANSI drilling shall be furnished. 6. Motor a. Pump(s) shall be driven by completely sealed, electric submersible squirrel cage induction motors with a maximum NEMA nameplate rating of 40 HP or less, 1.15 service factor, 1770 RPM, 460 volts, 3-phase, 60 Hertz. The motor nameplate horsepower rating should exceed the brake horsepower requirements of the specified head and capacity conditions and have a minimum full load efficiency of 81 %. b. Submersible equipment shall be UL Listed for Class I, Division 1, Groups C and D explosion -proof hazardous locations as defined by the National Electric Code. All Section 07422 Addendum No. 1, Noveynberl8, 2009 electrical parts shall be housed in an air -filled cast iron, 'watertight enclosure which is sealed by the use of O-rings and rabbeted joints with extra large overlaps. c. The stator winding and lead shall be insulated with moisture -resistant Class F insulation for continuous duty in 40 degree C ambient. The motor shall be designed for continuous duty capable of ten (1) starts per hour. Automatic reset, normally closed thermal overloads shall be imbedded in the motor windings to provide overheating protection. Motor winding thermostats must be connected to an electric controller per local and state codes and the National Electric Code. d. Motor shaft shall be one-piece, 416 stainless steel.' Carbon steel shafts or shaft sleeves are not acceptable. Rotor is to be dynamically balanced to meet NEMA vibration limits; all external hardware is to be stainless steel. e. Cable leads are to enter at the top of the motor, and are to allow the cable -to -motor connection to be accomplished in the filed without soldering. All power and control lead wires are to be double sealed s it enters the motor in such a manner that cable - wicking will not occur. This sealing system shall consist of a rubber grommet followed by epoxy that is high in adhesive qualities and has a low coefficient of expansion. Each cable wire is to have a small section of insulation removed to establish a window area of bare wire and each wire is to be untwisted and surrounded by epoxy potting material. A cable strain relief mechanism shall be an integral part of this sealing system. Cable sealing system shall be capable of withstanding an external pressure test of 1200 PSI as well as a cable assembly pull test as required by Underwriters Laboratories. Singular grommet or other similar sealing systems are not acceptable. Motor shall be supplied with sufficient length of multi -conductor type "SOW -A" or "W" power cable and control cable to avoid any splicing. Cable sizing shall conform to NEC specifications and be UL Listed. f. Power and'control leads shall be terminated on a sealed terminal board. The terminal board and its bronze lugs shall be O-ring sealed. g. The motor cooling jacket (frame 250 and larger) shall be sealed to the motor housing with O-rings. A portion of the liquid being pumped shall be used to cool the motor. The liquid enters the motor cooling jacket internally via a self-cleaning, rotating flow - control disc to prevent solids from entering and accumulating in the mechanical seal area and cooling water jacket. The cooling jacket shall be designed so that on start-up there is a means to purge the air from the jacket as the cooling water enters. Shaft Seal Arrangement a. Pump(s) shall be provided with two separate tandem -mounted mechanical seals to prevent the pumped liquid from entering the rotor/stator cavity area to ensure reliability of operation. The upper and lower seals are mounted to rotate in the same direction. b. The lower mechanical seal mating surfaces are to be immersed in an oil bath, sealing the pump volute chamber from the oil cavity. Oil in this cavity shall also lubricate the upper mechanical seal faces. Seal faces of both the upper and lower mechanical seals shall be held in contact by independent polymeric elastomer bellows, which act as a spring mechanism. Seals require neither maintenance nor adjustment, but shall be easily inspected and replaced. Pressure generated by the pump assists in sealing the mating surfaces of the lower seal. c. Component material for the upper seal shall consist of a composite elastomer body, carbon steel snap ring, Buna-N O-ring, carbon rotating face and ceramic stationary face. Lower seal component construction shall include a composite elastomer body, stainless steel clamp and set screws, Buna-N O-ring, silicon carbide rotating face and tungsten carbide stationary face. d. Two moisture detection probes shall be installed so that they will detect moisture in either the seal or stator cavity measuring resistivity between the probes. They shall be wired internally to the control cable connection at the top of the motor. Float type devices located in the rotor/stator area or single probe -to -ground moisture detectors measuring continuity are not acceptable. O-ring sealed inspection plugs shall be provided in the mechanical seal oil chamber for ease of inspection, draining and filling of oil. Section 07422 Addendum No. 1, November18, 2009 8. The pump shall rotate on a grease lubricated -for -life thrust bearing (oil lubricated in 210 frame) and grease lubricated radial bearing (oil lubricated in 210 frame) with a minimum L10 life of 40,000 hours. Lower shaft bearings shall be locked in place to prevent shaft movement and to take thrust loads. 9. Fits and Hardware a. All machined bolts, nuts, and capscrews shall be stainless steel and be of the hex -head type and will not require the use of any special tools. 10. Testing a. a. A certified factory performance test shall be performed on each pumping unit in accordance with Hydraulic Institute Standards, latest edition. Tests shall be sufficient to determine the curves of head, input horsepower, and efficiency relative to capacity from shutoff to 150% of design flow. A minimum of six points, including shutoff, shall be taken for each test: At least one point of the six shall be taken as near as possible to each specified condition. 11. Pumps shall be manufactured by companies whose management system is registered to ISO- 9001:2000. 2.02 CONTROL PANEL In addition to items listed above, all duplex panels shall include a main circuit breaker for each pump, a magnetic contactor with quick. trip ambient compensated over load block, main circuit breaker for alarm and control circuit, yellow run light for each pump, H-O-A switch for each pump, red seal failure light for each pump, alarm switch for on -off and test, outside flashing red alarm light, alarm horn with silence, alternator relay to alternate pumps on each successive cycle, and override circuit to start both pumps if level rises in sump or to start second .pump if one pump fails, separate alarm circuit, elapsed time meter for each pump, a terminal strip for connecting pumps and controls, and a 115 volt 10 amp duplex receptacle. In addition, the panel shall include the necessary relays to start the lag pump on a time delay such that both pumps never start simultaneously. Contractor shall reconnect existing telemetry unit to new control panel and verify that all alarm conditions will activate unit. 2.03 SUBMITTALS Provide to Engineer five (5) complete sets of shop drawings and literature, prior to production release, showing all components. Submittals shall contain sufficient detail to show compliance with these specifications. After shipment, 5 sets of specific operation and maintenance manuals shall also be submitted. 2.04 STARTUP AND CHECKOUT The supplier shall provide a factory -trained technician to inspect the completed installation and to perform a startup test. The technician shall verify proper -installation and operation of all the equipment supplied under these specifications. In addition, the technician shall train Owner's personnel in operation, maintenance, and trouble- shooting procedures. A written report of the inspection and testing shall be provided to the Owner. 2.05 MEASUREMENT All materials and labor described in this Section shall be included in the lump sum bid price for "Refurbish Northwood Pump Station". 06256 Addendum: No. 1, November18, 2009 SECTION 06256 BORING AND ENCASEMENT 06256.1 Scone This section shall include construction methods for pipelines installed by boring and jacking in the locations as shown on the Contract Drawings. The Contractor shall inspect the locations at the proposed crossings and shall familiarize himself with the conditions under which the work will be performed and with all necessary details and the suitability of his equipment and methods for the work required. 06256.2 Boring and Encasement The encasement pipe shall be of the size wall and thickness as shown on the Contract Drawings. All encasement pipes shall conform to ASTM A-53 Grade B or ASTM A-139 Grade B. Installation of pipeline shall be carried out without disturbance of the embankment, pavement, or other highway facilities and without obstructing the passage of traffic at any time. The boring machine shall be accurately aligned before the boring is commenced and the Contractor shall take such necessary steps as are required to accurately place the encasement with respect to line and grade. Payment will not be made for a bore and encasement that is not accurate as to line and grade as determined by the Engineer. As the boring operation progresses, each new section of the encasement pipe shall be butt welded to the section previously jacked into place. The boring auger shall not be of a greater diameter than the outside diameter of encasement. The leading edge of the steel casing shall be kept as close to the auger head as possible and shall be advanced at the same rate of speed as the earth auger in order to minimize any unsupported holes in the earth. Any voids that occur are to be filled with 3:1 grout at 50 psi pressure to insure that there will be no settlement. There will be no payment for grout work. In the event that an obstruction is encountered during the boring operation which cannot be penetrated as determined by the Engineer, the auger is to be withdrawn and the steel pipe encasement is to be cut off, capped and completely filled with 1:3 grout at 50 psi pressure before moving to a new site. Payment will be made by the Owner on that amount of linear footage of boring and encasement that was completed before the boring operation was stopped plus the additional linear footage at the new site. There will be no payment for the grout work. 06256.3 Pipeline Installation After completion of the boring and encasement, the Contractor shall insert the pipeline in prejointed segments. A galvanized steel spider shall be installed behind each carrier pipe bell in the encasement pipe, as shown on the Contract Drawings. After placing and jointing the pipeline, the ends of casing pipes and tunnels shall be closed with brick masonry bulkheads. �;^-� �.-•�� 5st Fi' + i Pe►forma cr Annual Report Town of Taylorsville JUL 1 0 2009 (2008 2009) I. General InformatlQn .RECEIVED Facility System Na T lorsville. Wastewater 7reatment'Pla t & Collection System >' ,. JUL - 6 2009 Responsible Entity: Town of Taylorsville 67 Main Ave Dr, Taylorsville NC, 28681 DENR - WATER QUALITY Persons in Charge/Contacts: Brian Eades wwrP-ORC POINT SOURCE BRANCH David Robinette -Public Works Director/ CS ORC Applicable Permit(s): NC0026271-WWTP & WAY °Collection System i Description of Collection system & Treatment Process: The Town of Taylorsville's Collection System consists of approximately 22 miles of sewer pipe and 22 regularly maintained pump stations. Domestic sewage flows into an 930,000 gallon per day Treatment Facility where it is properly treated for discharge into the Lower little River. The WWTP consists of one micro -screening device for solids removal, two (2) 415,000 gallon aeration basins for BOD5 and NH removal, two (2) 4S foot diameter Clarifiers for settling solids, two (2) CL2 chambers for water disinfection, and one (1) S02 chamber to reduce Ct2 levels in treated water. Also, there are four (4) aerobic digester which treat an average of 1.2 million gallons of sludge per year for land application. Each process is operate efficiently throughout this fiscal year. The Effluent has been compliant with state regulations each month (with the exception being the month of 12/2008 when TSS levels were marginally non -compliant due to heavy rainstorms). 11. Performance; Text summary of System Performance for the fiscal year 2008-2009. The sewer system is effectively maintained and operated at all times to prevent improper discharge to land or surface waters. A map of the sewer system has been develQ ed and actively updated. An operation and maintenance plan has been developed and implemented. A general observation of the entire sewer system Is conducted at a least one per year. Inspection and maintenance records are kept for a period of three (3) years. Also any overflows or §yp sses (SSO's) are reported to our division regional office in accordance to 15A NCAC 2B.05061al as well as public notification (as needed]. The Town's Sewage Collection System operated efficiently with only minor clogs that were quickly unstopped to prevent SSO's The WWTP successfully removed over 95% Qf_Qrganic biqlqgiol contaminants, and over 90% of the settable solids from the wastewater throughout the_vear. and produced a clear -clean water to reintroduce Into the river. There were four (4) occurrences of sewer overflow during the fiscal year 2008-2009. All incidents were reported to the State Divisjgn of Water Quality (DWQ) in Mooresville as regulations require, and repairs and cleanup performed also according to stringent state regulations. III. Notifications: This report will be published in the local newspaper and the public will be advised that copies will be available at the Town Hall. IV. Certification: I certify under penalty of law that this report is complete and accurate to the best of my knowledge. 1 further certify that this report has been made available to the users or customers of the named system and that those users have been notified of its availability. /_ — -��M R04924�ULSL June 29, 2009 David Robinette Public Works Director Town of Taylorsville David Robinette, -Public' Works Director Town of Taylorsville 67 Main.Ave Drive Taylorsville, NC 28681 Dear Mr. Robinette: Michael F. Easley, Governor William G. Ross Jr. North Carolina August 27, 2008 AUG 2 9 2008 DENR W10 DVS-Sursccc ��Ptcrrct�.ctson Subject: Additional Information Needed Town of Taylorsville Permit Number WQCS00135 Alexander County The Division has reviewed the application for renewal from the Town of Taylorsville. A review of the application documents by the Mooresville Regional Office indicated that "Attachment A" should not list the sub -waterway crossing as High Priority Lines. The Capital Improvement Plan does not contain the year of the plan or the total amount of money allocated for the CIP. Please provide "Attachment A" with the necessary changes and a Capital Improvement Plan with the appropriate information along with a copy of this letter, to the address on the letterhead. If you have any question regarding this letter, please feel free to contact me at 919-807-6313 or if you prefer to e-mail at tom.ascenzo@ncmail.net. Sincerely, Tom Ascenzo Environmental Specialist Enclosure cc: Mooresville Regional Office,_S_WP=Secfiion) Barbara Sifford- MRO PERCS UNIT File Central Files - WQ0030113 One Pretreatment, Emergency Response and Collection Systems Unit Internet http://h2o.enr.ne.state.us/peres NorthCarolina 1617 Mail Service Center, Raleigh, NC 27699-1617 An Equal Opportunity Action Employer a'atura //ff Telephone (919) 807-6300 Fax (919) 807-6489 50% recycled/10% post -consumer paper 1` _Performance Annual Report Pic tmpy. (2002-2003) AND NATURAL RML2URMS L General Information I'LIOD ESVILLE RMIMP FRC, Facility System Name: Taylorsville Wastewater Treatment Facility & Collection System. Responsible Entity: Town of TaylorsvilleAUG 05003 Persons in Charge/Contacts: Brian Eades WWTP-ORC/ i David Robinette PWD Applicable Permit(s): NC0026271-WWTP P p�r,(f'if��.��... t� :P�Tl��if�q�•i� 41'h"�{',i�" "J Description of Collection System or Treatment Process: The Town of Taylorsville's Collection System consists of approx. 22 miles of sewer pipe and 18 regularly maintained pump stations. Domestic sewage flows into a 830 mgd Treatment Facility where it is properly treated for discharge into the Lower Little River. The WWTP consists of one micro -screening device for solids control, two 415.000 gallon aeration basins for BODS/Nitrogen removal, two 45 diameter Clarifiers for settling, two CL2 chambers for disinfection purposes, and one SO2 chamber to reduce CL2 levels in treated water. Also there are four di esters which treat (on average) 1.2 MG of sludge annually for land application Each process is operated efficiently all year. H. Performance: Text summary of System Performance for Fiscal Year 2002-2003 The Town's Collection System operated efficiently with only minor sewer clogs that were quickly unstopped to prevent overflows. The WWTP successfully removed over 99% of organic contaminants throughout the year, and produced a clear discharge into receiving waters During the fiscal year 2002-2003, there were no occurances of sewer line overflow reported as reaching surface waters. Any incidents that occur are reported as regulations require M. Notification: This report will be published in the local newspaper and the public will be advised that copies will be available at the Town Hall. IV. Certification: I certify under penalty of law that this report is complete and acurate to the best of my knowledge I further certify that this report has been made available to the users or customers of the named and that those users have been notified of its David Robinette Public Works Director Town of Taylorsville Puly AU, LVVJ Date Coot 0 n r Performance Annual Report-- - (2006-2007) I. General Information Facility System Name: Taylorsville Wastewater Treatment Facility & Collection System. JUL1 2 2G�i Responsible Entity: Town of Taylorsville Persons in Charge/Contacts: Brian Eades WWTP-ORC/ L . David Robinette PWD L Applicable Permit s zAy—qg026271-WWTP & WQCS00135 Collection System Description of Collection System or Treatment Process: The Town of Tavlorsville's Collection. Svstem consists of approx. 22 miles of sewer pipe and 18 regularly maintained pump stations. Domestic sewage flows into a .830 mgd Treatment Facility where it is properly treated for discharge into the Lower Little River. The WWTP consists of one micro -screening device for solids control, two 415,000 gallon aeration basins for BODS/Nitrogen removal, two 45 diameter Clarifiers for settling, two CL2 chambers for disinfections purposes, and one SO2 chamber to reduce CL2 levels in treated water. Also, there are four digesters, which treat (on average) 1.2 MG of sludge annually for land application. Each process is operated efficiently all year. Hi Performance: Text summary of System Performance for fiscal year 2006-2007 The sewer system is effectively maintained and operated at all times to prevent improper discharge to land or surface waters. A map of the sewer system has been developed and actively updated. An operation and maintenance plan has been developed and implemented. A general observation of the entire sewer system is conducted at least once per year. Inspection and maintenance records are kept for a period of three years. Also, any overflows or bypasses are reported to our division regional office in accordance to 15A NCAC 2B.0506 (a) as well as public notification as needed. The Town's Collection System operated efficiently with only minor sewer clogs that were quickly unstopped to prevent overflows. The WWTP successfully removed over 95% of organic contaminants throughout the year, and produced a clear discharge into receiving waters. There were no occurrences of sewer overflow during the fiscal year 2006-2007. Any incidents that occur are reported, as regulations require. III. Notification: This report will be published in the local newspaper and -the public will be advised that copies will be available at the Town Hall. IV. Certification: I certifv under penalty of law that this report is complete and accurate to the best of my knowledge. I further certify that this report has been made available to the users or customers of the named system, and that those users have been notified of its availability. July 2, 2007 David Robinette Date Public Works Director Town of Taylorsville JUL '1 i Performance Annual Report . (2007-2008) I. General Information Facility System Name: Taylorsville Wastewater Treatment Facility & Collection System. Responsible Entity: Town of Taylorsville Persons in Charge/Contacts: Brian Eades WWTP-ORC/ l; ? JUL 1 David Robinette PWD 0 2008 Applicable Permit(s): NCO026271-WWTP & VVQCS00135,Collection System !` _ 'MUFti ilI'r LIfY Description of Collection System or Treatment Process: The Town of Tavlorsville's Collection System consists of awrox. 22 miles of sewer pipe and 18 regularly maintained pump stations. Domestic sewage flows into a .830 mad Treatment Facility where it is properly treated for discharge into the Lower Little River. The WWTP consists of one micro -screening device for solids control. two 415,000 gallon aeration basins for BOD5/Nitrogen removal. two 45 diameter Clarifiers for settling, two CL2 chambers for disinfection purposes, and one S02 chamber to reduce CL2 levels in treated water. Also there are four d•¢esters which treat (on average) 1.2 MG of sludee annually for land application. Each process is operated efficiently all year. Effluent treated water has been in compliance with State Regulations during the entire report period. H. Performance: Text summary of System Performance for fiscal year 2007-2008 The sewer system is effectively maintained and operated at all times to prevent improper discharge to land or surface waters. A map of the sewer system has been developed and actively updated. An operation and maintenance plan has been developed and implemented A General observation of the entire sewer system is conducted at least once per Year. Inspection and maintenance records are kept for a period of three years. Also, any overflows or bypasses are reported to our division regional office in accordance to 15A NCAC 2B 0506 (a) as well as public notification as needed The Town's Collection System operated efficiently with only minor sewer clogs that were auickly unstopped to prevent overflows. The WWTP successfully removed over 95% of organic contaminants throughout the year and produced a clear discharge into receiving waters There were three (3) occurrences of sewer overflow daring the fiscal Year 2007 2008 All incidents were reported to the NCDEIM office in Mooresville as regulations require, and repairs and cleanup performed also according to strmeent state regulations. M. Notification: This report will be published in the local newspaper and the public will be advised that copies will be available at the Town Hall. IV. Certification: I certify under penalty of law that this report is complete and accurate to the best of my knowled e_ I further certify that this report has been made available to the users or customers of the named system, and that those users have been notified of its availability t RMIVL,,,_�_/12June E D 16. 2008 David Robinette Date Public works Director JUL 1 5 2008 Town of Taylorsville NC-DENR MRC DWG -Surface Water Protection 6's tJk MRO Incident / Complaint Report ^_ o Investigator: Received By: John Lesle Contact Date: Date Received: 06/27/200 Investigated Date: Time Received: 1500 hrs Response Date: County: Alexander Complaint Type: Collection system Incident #:200801797 Investigated? ❑ yes ❑ no BIMS Violation? ❑ yes ❑ no RUST ❑ NOV Sent? ❑ yes ❑ no Other: Responsible Party: Town of Ta lorsville Complainant: Rev. Dan Spears Telephone: Telephone:828-632-3610 Address: Address: 63 Macedonia Church Road, Ta lorsville, NC 28681 Nature of Complaint: Terrible odors coming from Town of Taylorsville lift station and collection system near prison. Directions to Site: Intersection of Hwy 16 and Macedonia Church Road Actions Taken/Comments: Referred to: ❑ UST ❑ LQ ❑ AP ❑ SWP ❑ Haz. Waste ❑ Solid Waste ❑ PWS ❑ County HD Referred on: Referred by: Additional Comments: Advised Rev. Spears to contact the Town and report the problem to the utilities department to get some immediate relief from the problem. He has contacted them in the past for alarms at the lift station and found them to be cooperative.