90
North American Operations Project Milford Proving Grounds MPG WWT Upgrades Statement of Requirements Design Build Request for Quote: RFQ # 1100818091 Bid Package: MDC-1200663-002 Date: July 9, 2014 Issued by: General Motors Corporation North American Operations Global Facilities Projects Milford Proving Grounds (MPG) 3300 General Motors Rd., Milford, MI 48380 This information and associated documents shall be used ONLY to provide a responsive bid to GM and for no other purpose –Please return via e-mail providing documentation that the information has been destroyed if there is no intention to bid and/or after the Bid/Award process is complete.

North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

  • Upload
    vanlien

  • View
    217

  • Download
    0

Embed Size (px)

Citation preview

Page 1: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

North American OperationsProject

Milford Proving Grounds

MPG WWT UpgradesStatement of Requirements

Design BuildRequest for Quote: RFQ # 1100818091

Bid Package: MDC-1200663-002

Date: July 9, 2014

Issued by:

General Motors CorporationNorth American Operations

Global FacilitiesProjects

Milford Proving Grounds (MPG)3300 General Motors Rd., Milford, MI 48380

This information and associated documents shall be used ONLY to provide a responsivebid to GM and for no other purpose –Please return via e-mail providing documentationthat the information has been destroyed if there is no intention to bid and/or after the

Bid/Award process is complete.

Page 2: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 2 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

STATEMENT OF REQUIREMENTS

The Work of the Contract includes, but is not limited to, the following:

DESCRIPTION OF THE PROJECT

GM is planning modifications and partial demolition of areas of the existing WasteTreatment Facility located on the Milford Proving Grounds Campus. The WasteTreatment facility consists of two Treatment Tanks; three Clarifier Tanks; Grit Chamber;Splitter Box; Influent Sump Structure; Sludge Drying Bed area; Waste Water TreatmentBuilding # 19, consisting of a lab area, filter room, blower room and chemical storagetanks, sump area and pumps.

The modifications shall include environmental control of materials to be demoed,abatement and control of waste materials, the replacement of existing building processair blowers, new backwash and surface pumps, lab area renovations, new above andunderground chemical lines, new VFD’s and modifications to existing control panelsand VFD’s, new flow meters, calibrating of new and existing flow meters, new levelsensors, new telescoping gate valves, new articulated sludge arms, new heat pump,new filter tank covers and vents, roof modifications, Cimplicity screen modifications,alarm verifications and set-up, new heat tracing, insulation and lagging, modifications tocontrol and power to support all rework, verification, testing of components, piping, andsystem as a whole, hydro/pressure testing, labeling, painting, cleanup. In addition,roadways, sidewalks, and green belt areas will need to be re-established; provide adouble wide air conditioned rental trailer that is to be set up as a remote lab near thesludge bed area with a rest room and a conference area with power, water for the sinkand rest room, water heater, stairs, communication and remote process controlcapability for running the plant. All work to be coordinated with GM and plantoperations. Conduct coordination meetings and site control.

SCOPE OF WORK

1. Contractor to provide 3d model and BIM coordination.

2. Contractor shall provide abatement of materials found to contain asbestos, lead,mercury or PCB. At the current time the assessment/report is not complete so thisitem will be bid as an ALLOWANCE. Assessment will be provided to the contractorafter award. This work shall be performed on a time and material basis with Timesheets turned in on a Daily basis. Typical type of work to be included in this lineitem:

Page 3: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 3 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

a. Remove/dispose of environmentally regulated universal waste(thermostats and other electronic components) in approved manner.

b. Perform asbestos abatement on all pipe & duct work insulation fittings.Perform all work per regulations, safety standards & codes.

c. Caulk that has been determined to contain PCB or Asbestos theContractor shall remove in the most cost effective manner and disposewithin approved environmental requirements.

d. Equipment that contains grease that was identified as containing PCBshall be abated and disposed of in an environmentally acceptable manner.

e. Clean and decontaminate mechanical equipment to remove any residualoils, debris, liquids, and other materials/contaminants prior to demolition.

f. Mechanical equipment containing CFCs shall be decommissioned toremove CFCs for recycle in GM approved facility.

g. Roofing materials that are found to contain asbestos shall be properlyremoved.

h. Submit all notices to State and/or Federal Government for abatement anddemolition activities/notifications.

i. Provide locations and gain approval from site project team/siteenvironmental for all waste locations including recyclefacilities/companies.

3. Flow Meter - Replace the flow meter next to the Grit Chamber with a full range unit.Remove the old unit, modify the anchor points to hold the new unit. Calibrate theunit and verify that the readings can be seen within the control room in building #19.Program and modify screens on the Cimplicity monitor control system located in thelab. Include all testing and verification of the system.

4. Clean Grit Tank – Remove all sludge material from within the entire chamber. Freeup all sliding gates for normal operation. Clean all manual gates. (Provide labels forall piping systems). Remove loose stones from the top of the Grit Chamber wallsand epoxy approximately 100 LF, prepare top and both sides of the wallapproximately 1’-0” on each side of the damaged area for the covering.

5. Solids Grinder – Remove and replace two solids grinders within the grit chamberwith the following existing grinder types: Disposable Waste Systems, Inc., (JWCEnvironmental) Model PC-200, Serial No 7190, 3HP, 460 volt, 3 Phase, 1’-8” +/-channel width. The other existing grinder is also a JWC Environmental unit orOwner approved equal for both units. Contractor can provide alternate torecondition for a cost saving to the Owner. Modify structural support framing andreview the height requirements for the new grinders. Establish all control and powerwiring for both grinders. Any steel used shall be protected from rust.

Page 4: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 4 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

6. Level sensors- Replace level sensors in both storage tanks. Calibrate devices andverify that the level control can be seen at the control room. This includes allmiscellaneous items for a functional system.

7. Influent Pump Discharge Flow Meter – Calibrate influent pump station effluent meter.Verify that the true readings can be viewed in the control room.

8. Replace four 6” valves, actuators, modify piping as necessary, and verify that thecontrols for these valves are functional back in the control room. Modify the twoVFD panels in the blower room for the influent pumps to allow for open and closecontrol including lights for the closed position. Provide all necessary wiring andcontrols, modify control screen to allow for local and remote control in the sump pit.Include all drawing changes for this modification.

9. Remove and replace Ferric and Polymer underground and above ground piping fromthe tanks located in building #19 to the existing treatment tanks and to the splitterbox. The piping shall be schedule 80, lined and installed below the frost line.Duplicate the line size as shown on drawing CSO-002. Install the new piping coringof holes, expand the excavation for the new piping before the old piping is removed.Provide heat tracing and insulation as required. Call Miss Dig for locating allunderground utilities that may be in path. Replace with new engineered fill andreplace/restore Asphalt, sidewalks and lawn in areas that were disturbed.Coordinate work with Waste Treatment operations. For control modifications to theexisting Allen Bradly PLC Compact Logix, 1769-L32E contact Cortec, Jon Smathersat (248)-1259-8965).

10. Provide and install three new positive displacement blowers, concrete pads, conduitand wire, new pipe manifold, flex connections, pipe and fittings, control valves andnew lockable block valves, hangers, supports, three new VFD’s, associated panelsand disconnects, control wiring, power wiring, gauges, conduct continuity checks,controls to the main HMI in the control room, check out and testing, balancing, zonecontrol for the air distribution within each of the tanks.

a. Rework any lighting as required, provide tagging, labeling, modify work atthe MCC’s as required for the new blowers. Mark or label all unusedbuckets in the existing MCC as spare with phenolic tags.

b. New Air nozzles within the tanks are not required due the fact they havebeen replaced in the last five years. The original coarse nozzle 3” pipingon the in-tank manifold piping shall not be used and shall be removedfrom tank and capped at existing valve location.

c. Equipment shall be equipped with the ability to communicate with thesite’s Cimplicity system for monitoring and alarm points. Allow for aminimum of 25 analog points to be wired backed to the Cimplicity screenfor blower operation and for troubleshooting. Create Cimplicity screens for

Page 5: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 5 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

operations use to monitor and see alarms. Verify and validate each of thepoints.

d. Contractor shall include short circuit analysis and arch flash study alongwith providing and installing all Arc Flash/ESWP labeling for alldevices/panels. Study must be performed by Keweenaw Power Systems.

11. Remove the existing four air blowers, flex connections, butterfly valves, hangers,miscellaneous supports, main manifold, and blower foundations. Remove andmodify conduits and wire to suitable location for new work. Remove associatedexisting VFD’s, conduit and wire. Remove all chemicals from the equipment prior todisposal and follow GM disposal check list for asset disposal. All material shall bescrapped and tonnage recorded. GM environmental will be required to sign off.Contractor to remove and save all asset tags from the equipment and turn over tothe Owner.

12. Replace (2) PVC Sludge Transfer Valves at sludge beds with the same make andmodel.

13. Remove and replace two telescoping gate valves next to the Drying Bed Building.This will include excavation and removal of the gate valves, pipe modifications,revisions to the pipe support framing and wall supports. Coordinate with operationsfor diverting sludge during this modification.

14. Provide permanent pipe for Geo Bag Fill operations with new pivot arm for the fillbag hose for both Geo Bags (two locations). The design/build shall allow for a newhose section that is supported by a structure that can be swung to its verticalposition when not in use and during bag removal. This shall include pipe racksupports and the associated foundations, pipe racks, pivot arm structures thatcantilever over the bags for filling operations. The new piping and valves shall beheat traced and insulated. Provide all miscellaneous steel for pipe supports/racksand pivot arms, foundations, flex connections, heat tracing and insulation from thenew piping to the existing manifold, new flex hose with new Cam-lock fittings for theability to connect to the existing Geo-bags in the sludge containment area. Connectthe new heat tracing to the existing control panel having spare contacts that islocated within the Drying Bed Building. Include all power and control wiring, conduit,testing and panel modifications, labeling and control room monitoring.

15. At the Junction box or Splitter Box for the Treatment tanks:a. Remove existing gates, frames, supports and overhead Unistrut for new

work. The new work shall include mechanically operated screw weir gatesattached and sealed to the existing concrete wall structure within thechamber. The gate operators shall extend beyond and at a height for anoperator to open or close with ease for diverting water within the chamber.Provide a new galvanized ladder, swing gate, structural platform, non-slip

Page 6: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 6 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

grating and handrail/kick plates for the new structure. Install a new lightpole for platform and for viewing water flow in Splitter Box. Include allunderground electrical conduit and wire for the new light. Use Miss Dig forlocating other underground utilities. Interface the lights with the existingsystem. Include all electrical components and circuit as required.

b. Remove and replace old chamber tags with new phenolic, mechanicallyfastened tags. Install new labels for the air and chemical piping at thesplitter box chamber.

16. Lab Renovation – Demolition: In the existing lab located within Building 19disconnect existing equipment, remove existing case work, and counter tops,dishwasher, and all cabinets above and below the counter tops, and dispose of.Remove the existing fume hood for future reuse on the new counter top. Removeexisting A/C unit, drain pan and associated piping, infill with CMU. Remove theexisting dishwasher and dispose of. Remove all floor tile and clean for paint.

17. Lab Renovation - Furnish and install a new dishwasher, desiccator, and a splitsystem heat pump for the lab area. Coordinate all new items for fit and finish.Rework outlets, provide and install all required conduit and wire, tubing, controls,ground fault protection for the new purchased equipment, follow all coderequirements. Provide and install a new thermostat, modify circuits and panels asrequired for the new equipment. Reinstall existing fume hood on new counter topand rework as required.

18. Lab Renovation - Provide new steel base cabinets, glass door wall cabinets, integraldesk area, resin acid-proof black counter tops, rework all plumbing and electrical,paint walls, paint floor with epoxy paint non-slip finish, replace open shelves, andreinstall existing fume hood on the new counter tops. Remove the existing PeriodicTable from the wall and reinstall after painting.

19. Temporary Trailer: Furnish and install an air conditioned, temporary double widelab/construction trailer for the expected renovation period. The trailer will be used asa temporary lab, office for plant operations, operation’s storage, constructionmeeting area (conference room), and an office for the Contractor’s onsitesuperintendent or Project Manager. The trailer shall have an operating kitchenettethat will be used for the lab and a functional bathroom. Provide temporary water andsewer hook ups and heat trace/insulate the temporary water and sewer lines that areabove grade and to a minimum of 4 foot below grade. Move existing lab equipment,computer and other Operation’s materials to the trailer for use and temporarystorage. This shall include moving the same lab equipment and materials back intothe finished lab/building area after the renovation period is completed. Provideservice power to the base trailer and provide auxiliary circuit panel as required foradditional requirements such as dedicated circuit for the microwave oven, dedicatedcircuit for the refrigerator, dedicated 208 circuit for a printer, dedicated circuits for

Page 7: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 7 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

heat trace, dedicated circuits for lab receptacles and general trailer receptacles fortrailer offices and conference room (minimum ten additional receptacles). Provideand install temporary power poles for the services. Extend GM IT communications tothe trailer and provide jacks for the operations control screen and wireless service.The trailer shall be skirted; have stairs and landings that meet MIOSHA; lockable atall exterior doors with 7 pin best cores (GM security will provide key cores); outsidelighting at the entrances to the trailer. The kitchenette that is to be used as a lab,shall have a minimum of 10 lineal foot of counter. The contractor will use the traileras a job trailer to conduct meetings and to run the project. The contractor’s workshall also include the delivery, set-up, teardown and removal from site the trailersections. See attached drawing for trailer location.

20. Main water supply to Building 19: Replace water supply gate valves, gauges,regulators, by-pass pipe configuration, other pipe and fittings in filter room.Coordinate with operations for the shutting down of the supply water system to thebuilding. Include the cost to freeze outside underground feed pipe in case the shut-off valve does not hold. Include the replacement of the underground shut-off valve.Paint and label all new piping and valves. Provide all shutdown requests prior to thecommencement of work.

21. Provide and install removable FRP filtration vessel covers with hinged hatches forviewing.

22. Furnish and install vents for each filter through the roof. This shall include all roofrework, curbing, flashing and counter flashing, and rain hoods, guy wires asrequired. Provide flex connection from the piping to the tank covers. Ventingheights to meet code requirements, and to prevent the effects on the roof fromChlorinated water.

23. Replace Chlorine tubing on the Chlorine disinfection system. Provide new supports.The tubing size to match the existing size and type. Inspect, clean and reinstall theexisting roto-meters. Also for this line item shall include the replacement of theexisting scale for the Chlorine disinfection system. This shall include any floormodification to create a floor depression. Include all necessary excavation and slabwork associated with the installation of the new scale so that it is flush with adjacentconcrete floor. The work shall also include calibration of the scale.

24. Reconfigure SCADA monitoring system on the Chlorine disinfection system.SCADA has the capabilities to monitor but the sensors or devices for monitoring donot communicate properly to the Cimplicity system and to the correct tolerance sothe operator is forced to go inside the room. Since the exact scope is not known,this item will be an Owner ALLOWANCE item so that the contractor can bring in theappropriate experts to debug and make changes to improve this operation.

Page 8: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 8 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

25. Inspect/evaluate all three filter vessels in the Filter Room for wall thickness andinspect their bases. Provide a report of the findings to General Motors. Tworecommended contacts for doing the inspection/evaluation work are thefollowing: TUV Rhineland, contact Mike Belcher at (616) 891-3570 @ #1137,[email protected], and NTH Consultants, contact Joe Jackson at (248) 553-6300, [email protected].

26. Filtration vessel and base restoration ALLOWANCE.

27. Remove and replace two existing backwash pumps, Peerless Pumps, 425 GPM @25 ft. TDH, Model 9LA, US Electric Motors, 5HP, 1730 RPM, 460 Volt, 3 Phase,Class F Insulation, Continuous Duty, and the two surface pumps, PeerlessPumps, Model 350S, 35 GPM @ 200 ft. TDH, US Electric Motors, 5HP, 460 Volt,3 Phase, 3500 RPM, Class F Insulation, Continuous Duty. Modify the bases asrequired for the fit-up to the floor, this shall any concrete modifications for base platefit-up. Provide four new fused disconnects conduit and wire for the new pumps.Rework controls. Match all of the requirements of head pressures, and flowrequirements. Review all controls and modify conduit and power and control wiringfor control of the new pumps. One of the existing pumps to be handed over to theOwner, Owner to select.

28. Repair and replace sections of concrete sidewalk located near the north-east cornerof building #19 and at the splitter box:

The top landing of the east, exterior wall, stairway landing has dropped due to soil erosion beneathit and created a significant trip hazard at the top of the stairway

Concrete sidewalk area next to the splitter box to be replaced.

Page 9: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 9 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

29. Replace existing internal catwalk grating for treatment tanks #1 and #2. This shall include theremoval of the existing 2'-0" catwalk grating; Installation of miscellaneous support steel at mid spansto allow for 32” wide grating; Installation of new 32” grating; and new support steel at the cornerswhere the inner circle walkway and the center walkway grating meet. The new galvanized gratingshall be 3/4" deep for the full width of the railing areas for the straight runs and curved walkways.Also, Install vertical finished plates (toe boards) across the width of two steps from the inner circlecatwalk to the main center catwalk for tanks #1 and #2 and two locations at tank #3 to reduce triphazards. See below for photos, captions and additional scope items that shall be included with thisline item:

Remove existing grating and replace with new full width for the inner catwalks of Tanks 1 & 2 toremove large gaps that are present between the existing grating and guardrail. The catwalks arebuilt to accommodate 32” wide grating and only 24” wide was installed.

Cat wal k not f ul l y decked – 24” wi de i gr at i ng i nt all ed

The mid rail of Tank #3’s center catwalk is mounted (outboard) on the outside of the catwalksupport posts and not directly between the support posts creating a larger than normal gapbetween the guardrail mid rail and catwalk grating. Contractor shall relocate to the inboard side orbetween the posts.

Page 10: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 10 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

30. Install new steps at the entrances to all outer circle catwalk walkways for all three (3)tanks and replace the wooden step at tank #3 (see photo below).

Tank #3 – Replace the wooden step to the entrance/exit of the center catwalk

Outer Catwalks entrance/ exit step – trip hazards & uneven surfaces exist on all three tanks

Page 11: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 11 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

31. Construct new step over pipe trip hazards (or extend platform) to the center catwalkentrance step to reduce trip hazards and provide riser plate at Tank #3.

Tank #3 – Piping obstructions are present at step areas from the main center catwalk to the innercircle catwalk. A step should be provided to cover the obstructions or the upper catwalk surfaceextended over them.

32. Paint transition level change plate in main center walkway safety yellow.

Tank #3 (Center Catwalk) - sudden change in elevation in straight section of walkway needs to beclearly identified or eliminated.

Page 12: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 12 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

33. Provide hinged cover plate extensions for all three clarifier treatment tanks, for the return flowdischarge to trough areas to contain product splash to surrounding area. Provide a means to safelyopen and close from the catwalk.

Process splash from the Return Flow of all clarifier tanks has contaminated grating walking /working surfaces with potential biohazard.

34. Identify all unidentified piping systems (Paint and or labeling per GM standards).

There are multiple unidentified piping systems present on all tanks and in the area

Page 13: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 13 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

35. Provide Galvanized hand railing at Grit Separator concrete steps on descendingside. Existing concrete shall be cored and handrail posts shall be grouted foranchorage. Re-grade the adjacent soils and top/seed to eliminate the earth thesteps and landing.

Handrail required on Grit Tank stairway (Right hand side descending)

36. Filtration Tank access platform: In the Filter Room area upper level, by the west sideof the tanks, North-West side of the double doors, Install a new 2'-6" wide x 25’ longand approximately 42" down from top of existing tanks galvanized platform hungfrom the existing building steel. Include all miscellaneous support steel, 42” handrails, hangers, removable ladder, swing gate, kick plates. Include all engineeringand design for this platform. Contractor shall include roof beam reinforcement untilengineering can determine if it is required. Contractor shall remove the three (3) old

Page 14: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 14 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

ladders on the tanks after the new access platform is constructed due to the factthey are not in compliance with MIOSHA safety standards.

Install new catwalk from existing upper landing to last Filter tank

Ceiling area where catwalk can hang from. Catwalk to be 42” down from the top of tank.

Page 15: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 15 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

37. Provide and install one multi lamp, LED, low profile light pole for general lighting atthe Clarifier Tank area that would include all power, photo sensor control, footing orconcrete base, excavation, backfill and restoration of the surrounding area. SeePhoto below for general location.

Locate light pole in this area next to side walk.

38. Furnish and Install Permanent Metering, Telemetry and Communication at MH 131,MH 148 & MH290. Meters shall be wired back to WWTP for monitoring andrecording. Provide all necessary devices for monitoring including PLC andassociated programming.

39. Furnish and Install Metering with Web Hosted Data for 24 months of service in threelocations. Locations are defined on HRC drawings.

40. Sanitary Sewer manhole, Sanitary Piping and Storm piping survey to determinestorm separation issues. This item shall include video of the existing undergroundpiping from 6” to 72” in size; photos of each manhole; survey of inverts by LivingstonEngineering; and a full report. Contractor will be expected to provide preliminaryfindings via DCR submission as work progresses. This Item will be anALLOWANCE performed on time and material tickets that should be turned in on adaily basis.

41. Storm water piping and manhole work to eliminate sanitary sewer water infiltrationissues. Some of this work may include replacement of old sanitary lines that are inunsatisfactory condition. This work will be defined by the survey (item # 40) and willbe an ALLOWANCE and be done on a time and material tickets that should beturned in on a daily basis. This work will include restorations of all areas whereissues are discovered.

Attempt to matchstyle of existinglights in area but

shall be LED

Page 16: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 16 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

ADDITIONAL REQUIREMENTS1. All work is to be performed in compliance with regulations, laws, orders, or

other requirements as set forth by the Government, State, Local, or otherauthorities. General Motors reserves the right to review and approve all workplans on this site. Delays, changes, and other variations based on changesin the planned work, as required by the approval agency are not a basis forclaim.

2. Contractor/AE team shall be responsible to follow local building codes, GMEI-1 electrical specification, GM Piping and Labeling Standard and edit theappropriate GM one specification to fit the project.

3. All new mechanical and electrical equipment shall meet the GM Lockoutrequirements. All valves shall have the capability to be locked out and alldisconnects shall be lockable and knife switches.

4. Contractor shall obtain and include the cost of demolition and building permitsif deemed required by local authorities.

5. The Contractor is responsible for securing and paying for all Environmentaland Demolition notices/permits required to perform the work under thiscontract. The contractor is also responsible for completing, submitting andpaying for all other permits and must provide verification. All permits must beclosed out at the end of this project.

6. Provide soil erosion control measures on all catch basins and manholes in theimmediate and surrounded areas that are disrupted by construction.

7. Contractor responsible for soil erosion permit if applicable per state andcounty regulations.

8. Topsoil, seed and straw all disturbed areas.9. The contractor is responsible for supplying temporary electrical power as

needed for their operations during this project. This shall include power for thetemporary trailer. The temporary cables shall be protected and labeled.

10. Fire protection is the responsibility of the Contractor. Owner’s activehydrants and valves are to remain accessible at all times if located in the areaof construction.

11. The Contractor to erect and maintain all barricades, traffic control devices,hand railings, toe boards, safety devices, safety measures and securitymeasures necessary for the protection of contractor’s employees and agentsuntil the completion of work specified under this Agreement. The contractorshall remove all unnecessary safety devices and security measures put inplace for the work effort after completion.

12. Materials resulting from demolition operations become the property of theContractor and must be disposed of or preferably recycled, not salvaged forresale. Remove and dispose of demolished debris/materials off-site as workprogresses. Do not accumulate removed materials on the site unless it is in

Page 17: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 17 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

an appropriate recycle or waste container. The contractor is responsible toremove, load, haul, and legally dispose of all combustible, solid andmetallic/non-metallic debris resulting from the above captioned removal work.

13. Remove and Recycle (or dispose of) all asphalt pavement off site. Asphaltcannot be used as fill material.

14. Excess concrete debris generated from the demolition of the facility, which isnot reused on site, is to be removed from the site only when approved by theGM Project Manager. Recycle facility and landfills must be approved by GMenvironmental.

15. All waste leaving the site whether for disposal or recycling will require GMshippers which shall be obtained by GM’s Resource Manager.

16. Generally, pipes, tanks, and other equipment potentially containingcombustible materials shall be removed using mechanical or cold cuttingmethods. Any deviation shall be solely at the discretion of the GM sitemanager. Contractor to obtain all cutting and burning permits from sitesecurity.

17. All cutting, coring, and patching work shall be completed in a manner, whichwill prevent the seepage of dust, water, and debris into adjacent occupiedareas, storm drains, and sewers. As directed by the General Motors FieldEngineer, this Contractor shall provide protective enclosures to contain alldust, water, and debris.

18. All GM signage and Property Tags are to be removed from equipment beingscrapped before being shipped off site, and handed over to the Owner.

19. All fluids, oils, hydraulics, lubricants, etc. shall be verified that they havebeen removed or drained from equipment and piping into a contractorprovided container. Contractor will be responsible for all disposal and allcontainerization per state and federal regulations.

20. The Contractor shall maintain all excavations, stockpiles, haul roads,permanent access roads, waste areas, borrow areas, , and all other workareas within or without the project boundaries free from dust which wouldcause a hazard or nuisance to others or contaminate surface water.

21. The Contractor shall, at his own expense, keep dust under control at all timeson all roadways and other areas adjacent to the work or on the site of the work.Fire hydrants can be used as a water source but only after the propernotification and use of contractor provided backflow preventer.

22. Approved temporary methods of stabilization consisting of motor sweepers,vacuums, spraying water, or a combination of these methods, will be permittedto control dust. Spraying water shall be repeated at such intervals to keep allparts of the disturbed area at least damp at all times, and the Contractor shallhave sufficient suitable equipment on the job site to accomplish this, if

Page 18: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 18 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

sprinkling is used. Dust control shall be performed continuously as the workproceeds and whenever a dust nuisance or hazard occurs.

23. The Contractor shall prevent the generation of fugitive dust throughout theperformance of this project. The Contractor will provide the equipmentneeded for wetting/misting to prevent the generation of fugitive dust. Water orsome other GM approved wetting agent will be used in the wetting / mistingprocess.

24. All ferrous, non-ferrous, and other non-waste materials removed as a part ofthis contract become the property of the Contractor and shall be disposed ofas scrap.

25. All costs associated with the collection, handling, storage and properdisposal of items not salvaged are to be included in the contractor’s base bid.

26. The Contractor is responsible for determining all quantities, cleaningcontaminated surfaces, and properly removing and containerizing wastes perEPA/OSHA regulations.

27. The Contractor will be provided access to all available applicableenvironmental data. The Contractor will be responsible to promptlycommunicate any environmental issues discovered during performance of thework to the GM Site Manager.

28. The Contractor shall promptly notify the Owner of any non-compliance withany Law, including, without limitation, environmental laws and terms andconditions of any environmental permits or of any imminent non-compliancewith any such legal requirement 24 hours of becoming aware of such non-compliance. The Contractor shall take immediate corrective action to correctthe item of non-compliance.

29. The Contractor shall cooperate with the Owner in the investigation ofenvironmental incidents, necessary or desirable to comply with applicableLaws or other requirements of the Owner.

30. The Contractor shall provide any and all personnel involved in the Work suchtraining as required under environmental laws or as otherwise required underthis Contract.

31. Overall Project Site waste disposal and management thereof is theresponsibility of the Contractor. The Contractor shall conduct all suchmonitoring, record keeping and reporting as required by environmental laws.The Contractor shall dispose of waste generated by or at the Project Site inapproved waste facilities. The Contractor will also take all precautionarymeasures required to avoid any further contamination of any area of theProject Site.

32. The Contractor shall ensure that storm water and sanitary wastewaterdischarged from the Project Site to surface waters and/or to any municipal

Page 19: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 19 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

sanitary or other sewer system complies with all applicable federal, stateand/or municipal laws or bylaws and that the Contractor shall be solelyresponsible for any non-compliance with environmental laws of suchdischarge. In the event of a spill from Contractor machinery, the Contractorshall stop work, contain the spill, and immediately notify the GM SiteEnvironmental Manager.

33. The Contractor may store and use commercial products and materialscontaining Regulated Substances in quantities not to exceed reasonablecommercial requirements if the commercial products and materials arecommonly used in the execution of the Work. The Contractor shall providethe Owner with a list of and Material Safety Data Sheets (MSDS) theseproducts and materials and the estimated quantities thereof to be maintainedat the Project Site before such products and materials are delivered to theProject Site. The Contractor may not introduce or use any other RegulatedSubstances on the Project Site without the prior written permission of theOwner, which approval will not be unreasonably withheld.

34. The Contractor shall assume full responsibility and liability for compliancewith all applicable Federal, State and local regulations pertaining to workpractices, waste handling, protection of workers, visitors to the Project Site,and persons occupying areas adjacent to the Project Site. Contractor shallprovide medical examinations and maintain medical records of personnel asrequired by the applicable Federal, State, and local regulations. Contractorshall also assume full responsibility and liability for obtaining all permits,licenses, reviews, inspections, releases and related documentation,payments, statements and fees required by codes, regulations and standards.Contractor shall hold the Owner and Owner’s representatives harmless forfailure to comply with any applicable licensing, permit, work, hauling, disposal,safety, health, or other regulation on the part of himself, his employees, or hissubcontractors.

35. Without limitation upon obligations of the Contractor hereunder, if theContractor’s management of Regulated Substances at the Project Site:

A. gives rise to liability or to a claim under any environmental law, civillaw or otherwise; or

B. gives rise to an obligation to initiate or undertake any remediationunder any environmental or civil law; or

C. causes a threat to or endangers the public health, or creates anuisance or trespass;

D. Then, in any such event, the Contractor shall, at its sole cost andexpense, promptly take all applicable remediation or other action soas to comply in all material respects with all applicable environmentallaws and otherwise reasonably address any liability or claim with

Page 20: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 20 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

respect thereto, including, without limitation, the disputing or litigatingof any such claim.

36. This Contractor is required to get agreement with the Owner’s EnvironmentalRepresentative that all asbestos removal and environmental issues areresolved prior to the demolition of each building or miscellaneous structure.

37. In the event the Contractor encounters or discovers, during the progress ofthe work, any hazardous substance; the Contractor shall report his finding inwriting to the Owner immediately and proceed with other work.

38. The Contractor, unless indicated otherwise, shall remove all scrap materials,rubble, debris and non-friable and friable asbestos resulting from this contractfrom the premises and recycle or legally dispose of it in accordance with allFederal, State and Local ordinances. Contractor shall determine the wasteclassification of the material prior to disposal. The Contractor is responsiblefor all cost associated with such.

39. All materials deemed hazardous shall be placed in containers furnished bythe contractor. Removals of, and handling of, hazardous materials/wastesand construction materials shall be included in the demolition contract as wellas on site storage of hazardous materials/wastes. A third party contractorshall be retained by General Motors to observe and document the demolitioncontractor’s work.

40. The Owner’s Security is responsible for issuing cutting and burning permits,gate passes and issuing confined space permits for the duration of theproject. The Contractor is responsible for coordinating with the Project teamand Security.

41. The Contractor shall become completely responsible for site security of theconstruction area during the life of the project and therefore responsible for allanticipated scrap, tools, materials, etc. Contractor is responsible for theinstallation and removal of any necessary temporary fencing to secure thesite.

42. At the end of the job the contractor shall submit to the owner a detailedreport, out-lining the quantities of materials, and tonnages generated for thefollowing items:

A. Land filled demolition/Construction DebrisB. Metallic scrap recycled (ferrous)C. Non-metallic scrap recycled (non-ferrous)D. Recycled ConcreteE. Recycled Equipment

Page 21: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 21 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

43. If any item of the Statement of Requirements conflicts with the SpecialSafety Conditions, the Special Safety Conditions shall control.

SUPPLEMENTAL CONDITIONS

APPROVALS, MATERIALS, AND SELLER’S SHOP DRAWINGS

The Buyer has ten (10) business days to review and return shop drawings/submittals tothe Seller. If the Buyer does not return the shop drawings/submittals within the timestipulated, then the Seller shall assume the submittal status is “Reviewed and Returnedby the Buyer without Comment” and shall proceed with ordering or fabricating materials.The Seller is not relieved from meeting the requirements of the specifications of theWork even if the Buyer does not return the submittal within ten (10) business days.

The Buyer has provided cd’s containing the contract drawings and specifications. TheSeller shall contact the Buyer’s Representative for additional copies. The Seller shall“plot” and reproduce all required drawings from that cd.

SELLER’S TAX REQUIREMENTS

The Buyer expects that the Seller is knowledgeable of the sales/use tax laws governingthe state in which the work is to be performed. Furthermore, the Seller is required toreview the scope/content, of this bid package, as it pertains to the following taxable/non-taxable items and is directed to submit their proposal accordingly stating separately theamount of sales/use taxes included in the bid.

Real Property (Immoveable)

The Seller is directed to include, in their bid pricing, the value of allapplicable Sales and/or Use Taxes for any portion(s) of the scope deemedto be “Real Property” (e.g. land, land improvement, building, buildingequipment and building systems) and as such, the contractor is responsiblefor payment of said taxes to the appropriate State’s Taxing Authority(s)

Tangible Personal Property (Moveable) –

The Seller is directed to omit, from their bid pricing, the value of any Salesand/or Use Taxes for any items in the scope deemed to be “TangiblePersonal Property” (e.g. machinery and equipment jibs, fixtures, tooling,etc., (items utilized in the manufacturing process)) The Buyer holds directpay authorization in several states, and therefore will accrue and remit saidtaxes to the appropriate taxing authorities. The successful bidder will beprovided a Sales and Use Tax Exemption Certificate.

Page 22: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 22 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

PERMITS

The Seller shall maintain the PO Permit checklist and keep it posted in ContractManager under Submittal Packages, Permits. The Seller will also be responsible toscan all applications, permits, inspection stickers, approvals, temporary/final certificateof occupancy and all related items for record purposes

QUALITY CONTROL AND COMMISSIONING

The Seller shall designate in writing, a Quality Control and CommissioningRepresentative who shall be on-site at all times while the Contractor’s Work orCommissioning activities are in progress and shall have the authority and responsibilityto accept or reject items of Work. The decisions of the Contractor’s Quality Control andCommissioning Representative shall not be binding upon the Buyer review, but theBuyer shall be entitled to have access to all information made available to or developedby the Contractor’s Quality Control and Commissioning Representative.

The Seller shall assign a person(s) to fulfill the role of a qualified Quality ControlRepresentative(s) and whose responsibilities will include the Buy-Off Procedure, QualityControl Plan, and all Commissioning activities. This person(s) shall schedule allactivities and meetings, walk downs, test witnessing, etc. with all of the Owner’sRepresentatives with a minimum of 7 business day advance notice.

COMPLYING WITH BUYER’S SITE REQUIREMENTS

USE OF EXISTING FACILITIES

The Seller shall be permitted to use the Buyer’s existing facilities in connection with thework. The Seller will be working at GM’s existing facilities and GM will commence orcontinue to perform business operations during the performance of their work. TheSeller will generally be able to use the Buyer’s restrooms, lunchrooms and vendingareas or to enter the active existing GM Site. Only the Seller’s employees who arerequired to perform work in the existing GM Site will be allowed to use the Buyer’sexisting restrooms, lunchrooms and vending areas as long as in the Buyer’s opinion, theSeller maintains the cleanliness of the facilities, does not disrupt the Buyer’s operationnor damages the facilities. The Buyer can rescind this privilege at any time withoutrecourse (monetary nor schedule) by the Seller.

GM Locker Rooms will not be available for the Seller’s employees to use.

Page 23: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 23 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

At no time shall the Seller or his employees be allowed to interfere with the Buyer’soperations. The Seller and his employees shall not be permitted to harass GMpersonnel.

TOBACCO PRODUCTS & SUNFLOWER SEEDS

GM maintains non-smoking facilities. Smoking, chewing tobacco, snuff or the eating ofsunflower seeds shall not be permitted within any GM facility, building, structure,construction trailer, office trailer, garage, etc…, including those under construction,temporary, new or existing. Smoking shall be permitted outside at only designatedlocations and fifty feet away from any entrances. The Seller shall provide buckets forcigarette butts and sunflower seeds at all designated outside smoking areas. The Sellershall clean-up all cigarette butts and sunflower seeds or hulls, whether at designatedsmoking areas or outside of designated smoking areas on a daily basis.

BUSINESS AGENT VISITS

When a business agent requests permission of the Seller and Subcontractor to enterthe Site, the Buyer Representative shall be contacted and be advised of the name of thebusiness agent and the trade representative. The Seller shall follow visitor protocol forthe business agent to enter the Site. The business agent will at all times be escorted bythe Seller’s Superintendent or Project Manager. The Buyer will be notified of all suchvisits, including the time of departure. Under all circumstances, the union representativeshall be restricted to the job where the Seller is working. The Seller shall not issue anybusiness agent a badge or a sticker that would provide him with unescorted access tothe Site.

VISITORS

Seller employees are not permitted to bring visitors or guests onto the complex fortours. In the event a visit is required that is project related, the Seller shall seek theBuyer’s approval. Once approved by the Buyer, Seller’s visitor may be providedtemporary badges consistent with the Seller’s Job Site Safety Plan. The Seller shallescort the visitor at all times. The Visitor must be signed in and out at security. Thevisitor must have the appropriate PPE and attend the Seller’s Site Orientation (includingthe Plant’s safety presentation).

PERSONAL PROPERTY

Any vehicle (or person) bringing personal property onto the Site must complete aMaterial Declaration form at the gate prior to entry (i.e. tools, stock and equipment). Thisform is valid for (90) days and allows the Seller to remove the material. Contract,company or personal property that is removed after the (90) days will require a PackagePass and the original Material Declaration form. The Package Pass and PropertyRemoval Pass will be provided in the Pre-Job meeting.

Page 24: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 24 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

VEHICLE ACCESS TO THE SITE

Personal vehicles shall not be permitted on the Construction Site.

The Seller and Subcontractor shall not drive personal vehicles onto the ConstructionSite. Contractor’s to provide company vehicles to carpool their employee to and fromthe Contractor’s Gate and the project site. The Buyer reserves the right to limit theaccess of the Seller’s and Subcontractor’s company vehicles within the ConstructionSite. All vehicles (and their contents) entering and exiting the Construction Site aresubject to search by the Buyer’s Security Representative. All company vehicles to bebrought onto the Construction Site shall have company identification permanentlyattached to the side of the company vehicle and shall have a Drive on Vehicle Permit.See the Contractor’s Information Manual and MPG Facility Handbook.

The Seller shall be responsible to contact GM Security to request and complete a Driveon Vehicle Permit request form and shall provide the required insurance documentationfor each permit requested. Permit request forms will be provided by the Buyer duringthe pre-construction meeting. The permits shall be issued by the Buyer’s SecurityRepresentative. The Buyer will pay for the cost of drive on permits that will be used toidentify that a company vehicle is permitted to access the Construction Site. The Sellershall maintain a permitted parking log that shall be submitted to the BuyersRepresentative and GM Security. This log shall include the name of the person utilizingthe company vehicle, phone number, insurance expiration dates, Seller orSubcontractor name and be numbered sequentially. Permits will only be issued tovehicles that are essential to the Work. This means that the vehicle contains requiredequipment such as, ladders, tools, or equipment that will be used daily and cannot bestored on Site. Permit requests shall be approved by the designated BuyerRepresentative. Vehicles shall be limited on where they can park and locations will bepredetermined on the required Logistic Plan. The Construction Site Vehicle Permits areonly valid for the period that they are issued. All permit authorized company vehiclesentering or exiting the Construction Site shall do so via the gates designated by theBuyer.

Heavy equipment such as dump trucks, excavators, bulldozers and vacuum trucks,provided they are clearly marked with the Seller’s name, are exempt and do not requirea vehicle permit, but will require a Property Removal Pass or Package Pass for removalfrom the Construction Site.

SITE SPEED LIMITS

Contractors are expected to adhere to site speed limits which are posted throughout thesite. Failure to abide to site speed limits will result in removal of their Drive on VehiclePermit at a minimum.

Page 25: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 25 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

.

SELLER EQUIPMENT IDENTIFICATION

All Seller and Subcontractor equipment, including safety equipment, shall be identifiedby the Seller’s name and contact phone number. All hardhats shall be identified withthe Seller’s or Subcontractor company name.

CONTAINMENT OF CUTTING OILS AND LUBRICANTS

The Seller and Subcontractor’s shall contain, collect and prevent the dripping andspillage of all cutting oils and lubricants from all mobile and stationary constructionequipment. All pipe and conduit thread machines shall be used only in a liquid-tightcutting oil collection pan. All cutting oils shall be contained by collection pans. All mobileconstruction equipment shall be equipped with “diapers.”

SITE PLAN

All Work activities at the Project Site shall be performed in accordance with the SiteLogistics Plan prepared by the Seller and reviewed and as approved by the Buyer. TheSeller shall allow five (5) business days for the approval or rejection of the plan by theBuyer. The Seller shall update the Site Logistics Plan as required by the Buyer andreflect any and all changes as the Work progresses. The plan will be shared with theMPG Site. This plan will be distributed to the Project Team and the Seller shall providefive (5) hard copies of each issuance along with an electronic format copy. This planshould include but not be limited to the following areas: the Construction Site, TrailerCity, Trailer City Parking, Safety Trailer, Subcontractor Trailers, material lay down andequipment storage areas (indoors, outdoors, on Site and off Site), Trade parking (onSite and off Site), Employee Routes (on Site and off Site) to the work area (seeContractor’s Information Manual), and work areas labeled. The Seller shall beresponsible to manage the Trailer City Layout.

SECURITY / PARKING

Seller employees and Subcontractor employees which are assigned to work at the GMProving Grounds, shall park in Contractor’s Gate Parking Lot and shall enter throughContractor’s Gate (see Contractor’s Information Manual).

TEMPORARY FACILITIES AND UTILITIES

The Seller and his Subcontractor shall provide their own utilities service tie-ins andconnections from the existing utility tie-in points to their own trailers. The Seller can usethe Buyer’s power, water, & sewer. All other services such as IT & telephone, etc…shall be provided by the Seller.

Page 26: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 26 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

The Seller and his Subcontractor shall provide their own trailers at their own costs. TheSeller and his Subcontractor shall provide all other Trailer City utilities, cleaning,drinking water, other services, communication systems and equipment, officeequipment and materials, etc… at their own cost.

The Seller shall provide his own on Site and off Site first-aid, emergency medical, clinicand fire protection services.

STORAGE OF MATERIALS & EQUIPMENT

Temporary storage of materials and equipment on the Site will be limited, and the Sellershall make every effort to have construction materials delivered to the Construction Siteon a “as needed” or “just-in time” basis. The Seller shall be responsible to pay for andprovide any off Site material lay down or equipment storage areas. The Buyer will notbe responsible for the security of the Seller’s equipment and materials stored on Site oroff site. The Seller shall provide and pay for his own security measures to protect hisequipment and materials located at on Site and offsite material laydown or equipmentstorage areas.

DELIVERIES TO THE GM PROJECT SITE

The Seller must designate one of their employees per shift as the main contact personfor all of their deliveries to the Site. The Seller designee shall also serve as the onepoint contact for all Subcontractors. This person shall coordinate delivery times andpaths with their suppliers and GM Security. All delivery vehicles entering a building orstructure must be escorted by a Seller supplied ground person (escort). The drivers ofdelivery vehicles do not require PPE unless they get out of their vehicles. The deliverydrivers shall stay with their vehicles at all times and shall not be allowed to wander awayfrom their vehicle and through the Construction Site.

MPG security must be given the name of the responsible Seller contact person andphone number. Security will call the Seller contact person and alert them that thevehicle is ready to enter the site. The vehicle will not be allowed to enter the site until a“spotter” (escort) has been provided for the vehicle.

NOTE: Delivery truck trailers must be less than 10 years old.

CONSTRUCTION MATERIAL LAY DOWN AREAS

The Seller shall store all construction materials in a manner that will keep them free ofdirt, mud, and corrosion. The Seller shall store all materials above the ground, mud orstanding water. The Seller shall clean or replace as directed by the Buyer allconstruction materials, at the Seller’s own cost, that become dirty or corroded. TheSeller at his own expense shall modify the storage method of construction materials, as

Page 27: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 27 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

directed by the Buyer, if the Seller cannot keep the materials free of dirt, mud or free ofcorrosion.

SITE MAINTENANCE

The Seller is responsible to clear snow from anywhere on the Site, the ConstructionSite, on Site and off Site Seller Parking areas and Seller on Site and off Site laydownand equipment storage areas, including removing snow away from the Trailer Cityarea, walkways, and all work areas for safe access. A snow pile designation shall bedetermined by the Buyer. The Seller shall maintain and repair all roadways, parkingareas, construction access roads and access points as directed by the Buyer. TheSeller shall provide, maintain and repair safe personnel access paths to/from all areasof the Construction Site to/from the Seller’s Parking area and Trailer City. The Sellershall maintain the cleanliness of the Site. The Seller shall keep all dirt, debris andmaterials off of the Site roadways, walkways, access points and surrounding publicroadways.

WASH OUT AREA

The Seller shall install and maintain a wash-out area for the use of all concrete transittrucks and disposal of all waste concrete by the Seller and the Subcontractor at an areaidentified by the Buyer for the duration of the Work. The Seller shall dispose of thewaste concrete periodically and shall remove all remaining concrete and the wash-outarea at the end of the Site Work.

SPOILS AREA

The Seller shall maintain a spoils area, including roll-off waste containers. All wasteshall be separated according to the type of material and segregated by roll-off wastecontainer (i.e.-metal, wood, trash, etc…).

CONSTRUCTION HOUSEKEEPING LABOR

The Seller shall maintain enough housekeeping laborers to keep the Site clean andorderly on a daily basis, including all outside Site areas (including any on/off Siteparking, material laydown and equipment storage areas). If necessary, the Seller shallbe directed by the Buyer to hire more housekeeping laborers at no additional expenseto the Buyer.

The Seller shall maintain the cleanliness of the floors on a daily basis. In addition to theuse of brooms to remove dirt and debris from floors, the Seller shall minimize airbornedust within buildings and structures through the use of floor scrubbers. The floorscrubbers shall clean all floor areas at least once per shift.

Page 28: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 28 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

RECORDING EQUIPMENT

Camera phones, cameras, audio recording and video recording equipment are notpermitted on site without the prior approval of the Buyer.

ELECTRONIC PORTABLE EQUIPMENT

The use of handheld communications devices is permitted; however, the user shallremain alert of their surroundings and step out of the aisle ways and stop walking whenusing the device even if the device is “Hands Free”. There is to be no cell phone orradio communications while operating a vehicle anywhere on site (internal or external toa building) even if it is “Hands Free”.

WORK AT BUYER’S EXISTING FACILITIES

WORKING IN THE EXISTING SITE

Jobs that are outside of the designated work areas and/or will require the closure ofaisles, roads, rooms, parking areas, etc. must be submitted in writing and approved bysecurity via the Buyer’s Representative a minimum of five (5) business days prior to thework commencing. The Seller and Subcontractor is required to notify the plant, if specialpaperwork is required it will be provided.

The form shall be submitted to the Buyer’s Representative a minimum of five (5)business days before the Seller or Subcontractor would like to start the work. Therequest must be approved by the site (production, safety and security).

COMPLIANCE WITH LAWS

UNDOCUMENTED ALIEN

Neither the Seller nor any subcontractor of any tier shall knowingly employ, hire foremployment, or continue to employ an undocumented alien to perform work under theContract Documents.

As a condition for the award of the contract or any subcontract, the Seller and itssubcontractors shall, by sworn affidavit and provision of documentation, affirm itsenrollment and participation in a federal work authorization program with respect to theemployees working in connection with the Contract Documents.

The Seller and any subcontractor may enroll and participate in federal workauthorization program and shall verify the employment eligibility of the employer’s hires

Page 29: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 29 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

whose employment commences after the employer enrolls in a federal workauthorization program. The Seller and the subcontractors shall retain a copy of thedated verification report received from the federal government. Any business entity thatparticipates in such program shall have an affirmative defense that such business entityhas not violated this section.

The Seller or any subcontractor of any tier shall not be liable under the Section abovewhen such Seller or subcontractor contracts with its direct subcontractor who violatesthe section above, if the contract binding the Seller and subcontractor affirmativelystates that the direct subcontractor is not knowingly in violation of the section above andshall not henceforth be in such violation and the Seller or subcontractor receives asworn affidavit under the penalty of perjury attesting to the fact that the directsubcontractor’s employees are lawfully present in the United States.

SAFETY PRECAUTIONS AND PROGRAMS

GENERAL MOTORS HEALTH AND SAFETY POLICY

"We are committed to protecting the health and safety of each employee as theoverriding priority of the Company. There will be no compromise of an individual'swellbeing in anything we do. The implementation of actions to help our employeesrealize a healthy injury-free environment is a leadership responsibility. Continuingsupport of this effort is the responsibility of everyone. We will lead the General Motorsteam to ensure that we protect the well-being of every member."

The General Motors President's Council

General Motors expects that vendors/outside contractors adopt this policy whenexecuting work on its premises. The foundation for an injury-free environment resideswholly with Management's Commitment to employ effective measures to maintain a"zero injury" workplace.

Those measures to be employed by each vendor's/outside contractor's managementinclude:Providing its employees effective jobsite safety orientation and specialized health andsafety training appropriate to the work being performed.Using pre-task planning as a core technique to identify and control hazards associatedwith the work.Ensuring properly trained and adequate staff are available to provide leadership.

Finally, vendor's and outside contractor's management must recognize that despite bestefforts to avoid incidents or injuries, they may occur. At such times, management must

Page 30: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 30 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

be committed to undertake an objective, non-threatening analysis of the incident so thatpermanent, remedial measures may be promptly employed to avoid a recurrence of thatoccasion.

EXCAVATION AND TRENCHING

The Seller and Subcontractor are required to obtain an Excavation Permit (seeContractor’s Information Manual) prior to excavating, trenching and making any groundpenetrations (i.e.-fence posts, poles, stakes, etc…). An Excavation Permit shall also beobtained by the Seller and Subcontractor from the Buyer prior to making any floor orroof penetration. The Excavation permit shall be obtained from the Buyer 24 hours priorto the planned activity and shall have a detailed sketch with the area and all knownutilities identified. Each and every excavation and floor/roof penetration shall be properlyguarded and marked before the excavation or penetration is made. The Seller and hisSubcontractor shall provide barricades for excavations and penetrations in productionareas. Barricades will be constructed to ensure the safety of all Plant personnel,equipment and operations. (Hard barricades are recommended for excavation &trenching activities).

SIGNAGE AND BARRICADES

The Seller and Subcontractor shall furnish, install and maintain fall protection,barricades, signs and tags (during all phases of the project: construction, start-up,commissioning, etc…) where employees and other personnel might be or would likelybe injured. Warning tape is not to be used in place of a fall protection barricade.

The Seller and Subcontractor must identify with durable, maintained signs the hazardwithin the barricaded area. The barricades and signs must be installed before the workproducing the hazard begins. The sign must include the following information: the typesof hazard(s) within the barricaded area, the name of the Seller, the person responsiblefor maintaining the barricade and their phone number.

The Seller shall erect the final, permanent fall protection (hand rails and toe plates) aswork progresses on elevated catwalks, walkways, platforms, mezzanines, floors, aroundpits and other floor openings, etc… The Seller shall design, fabricate and install fallprotection, as much as possible, so it is installed before the elevated structure iserected. Where the Seller cannot install the final permanent fall protection (handrails) aspart of the elevated structure it is protecting, the Seller shall install the final permanentfall protection (handrails) within one day of the erection of the elevated structure.

Temporary fall protection will only be used on temporary, elevated structures and worksurfaces on the leading edge of permanent work.

Page 31: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 31 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

Barricades, fall protection and signs shall meet OSHA requirements and be continuallymaintained, including the removal of the barricades and fall protection, signs after thehazard(s) is gone.

CONSTRUCTION, FALL PROTECTION, TIE-OFFS

The Seller and Subcontractor shall design and install construction fall protection and tie-offs as part of the fabricated Plant Shop equipment in order to provide fall protection forthe Seller’s and Subcontractor’s employees during the erection and installation of thefabricated equipment on Site. The Seller and Subcontractor shall also provide,incorporated/design into structures and equipment, and install fall protection, tie-offsystems prior to the installation of structures and equipment requiring fall protection, tie-off points.

SAFETY T-SHIRTS

All safety T-shirts if used shall have reflective strips on them. The safety T-shirts shallbe maintained and shall not be used if they are faded as determined by the Buyer.

ELECTRICAL EXTENSION CORDS

All electrical extension cords (drop cords) shall be identified with the Seller andSubcontractor names. Extension cords shall be supported off the floor and overhead ofthe work until they reach their point of use. Any extension cord that is not in good repairwill be confiscated and disposed of by the Buyer without monetary recourse by theSeller or Subcontractor.

USE OF INTERNAL COMBUSTION ENGINES WITHIN BUILDINGS AND ENCLOSEDSPACES

When work requires the use of equipment powered by internal combustion engines forextended periods of time, and the Seller has received the Buyer’s written consent, theengine exhaust must be vented to the outside of the building or structure to minimizeemployee exposures to carbon monoxide. In situations where equipment is continuallymoving about, this may not be practical. In these instances, equipment should be shutdown when idling for an extended period of time or when not in use. Exhaust shall notexceed 25 PPM of CO. The Seller shall continuously monitor the adjacent areas toassure these levels are not exceeded. Diesel exhaust scrubbers shall be used on allequipment used within an enclosed structure. Scrubbers must be designed for thespecific equipment and used per the manufacturer’s instructions and recommendations.

OVERHEAD DOOR ACCESS

Pedestrians are not allowed to walk through overhead doors unless escorting mobileequipment.

Page 32: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 32 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

MOBILE CONSTRUCTION EQUIPMENT OPERATORS AND ESCORT

Any mobile construction equipment shall be escorted by a “ground person” wheneverthe equipment is carrying a load and whenever a delivery is being made within abuilding or structure. Mobile construction equipment shall only be operated with theequipment headlights turned on.

CONSTRUCTION FIRE WALLS

The Seller shall install construction walls as directed by the Buyer for work performed inthe existing GM Plant. The walls shall be fire-resistant plywood up to 8’ high and thenshall be reinforced, flame resistant plastic from the top of the plywood to the ceiling orroof above. The construction walls shall be continuous and shall be constructed toprevent the migration of dust and fumes into the adjacent Buyer’s operations.

Seller shall be responsible to remove the construction walls as directed by Buyer whenwork is completed.

The Seller must protect the Buyer’s equipment and conveyors being installed by otherduring the Seller’s on-going construction activities.

JOB-SITE SAFETY ORGANIZATION - DESIGNATED REPRESENTATIVE

The Buyer will have the right to review the resumes of each and every safety personthat the Seller and Subcontractor propose to hire. The Seller and Subcontractor shallsubmit the resumes and credentials of each and every safety representative two weeksprior to bringing the safety representative on Site. GM reserves the right to accept orreject the selection of each and every safety person that the Seller or Subcontractorproposes to hire.

The Seller shall provide the following on Site Safety Employees for the duration of theWork:

One (1) - Full-time Safety Manager; shall have at a minimum the OSHA 30 –hour Construction Safety Card, the OSHA 500 Training and five years ofverifiable construction safety experience as their primary duty.

References are required and will be verified by the Buyer’s Site Safety Manager.

One (1) - Full time Safety Manager Assistant; shall have at a minimum theOSHA 30-hour Construction Safety Card and three years of verifiableconstruction safety experience as their primary duty.

Page 33: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 33 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

One (1) - Full time Safety Manager Administrative Assistant; The SellerSafety Manager Administrative Assistant shall relieve the Seller Safety Managerand Assistant from having to take care of routine paperwork.

The Seller Safety Manager and the Seller Safety Manager Assistant shall each spend atleast four hours per day walking the Construction Site.

The Subcontractor shall have full time Safety Representatives on Site. There shall be aminimum of one full time Safety Representative for each Subcontractor that has fifteenworkers or more. Each Subcontractor company shall provide one additional full time, onSite, Safety Representative for each additional twenty (25) workers / employees aSubcontractor company brings on Site, even if the Subcontractor company workers,work under separate contracts, Sellers or Subcontractors. All Subcontractor SafetyRepresentative shall have a Thirty-Hour, OSHA Training Certificate with three yearsminimum verifiable construction safety experience as a primary duty. The Buyerreserves the right to require the Subcontractors to have a full time SafetyRepresentative if safety issues develop, even if the Subcontractor has less than thefifteen workers minimum. If the Subcontractor has less than fifteen workers, then asenior management person will be designated as the Subcontractor SafetyRepresentative and will be held responsible and accountable for all safety activitiesincluding all required documentation.

The Seller must post and maintain one (1) Safety Bulletin Board at the Construction Siteentrance and their immediate work area. Each of the Subcontractors shall also maintaina Safety Bulletin Board in their immediate work areas. The following information will beposted on each Safety Bulletin Board at a minimum: Weekly Safety Tour Results,Seller’s Own Safety Performance tracking, Emergency Evacuation Routes, EmergencyShelter Areas & Emergency Access routes, Emergency Phone Numbers, Spill ControlResponse, Seller’s Job Site Organization and the Buyer’s Job Site Safety Organization,Tool Box Talks, Pre-Task Plans and Sign-In Sheets and Weekly Safety MeetingMinutes.

Prior to commencement of the Site Work by the Seller or the Subcontractors, the Sellershall schedule a safety job review(s) with the Buyer to verify the Seller andSubcontractors are meeting the safety requirements of the Project. All safetydocumentation that is required of the Seller is also required of the Subcontractors, to beturned into the Buyer’s Safety Manager.

The Buyer reserves the right to add or remove safety requirements as the project andsafety conditions warrant.

Page 34: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 34 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

SAFETY ORIENTATIONBADGING, & SAFETY AWARDS

The Seller will hold site orientation in the Safety trailer and show the appropriate GMVisitor Protocol video as part of each Buyer approved Seller’s Orientation Program.Seller shall provide signed verification of the orientation to Buyer’s Document ControlAdminister. The Seller shall provide project specific stickers for the hardhats that willhave the emergency number on them. The verbiage is subject to the approval of theBuyer.

All Seller and Subcontractor personnel working on Site shall be required to present aSeller, Site Specific Badge and Sticker to the GM Site Security Guard in order to gainaccess to the Site. The Seller, Site Specific Badge or Sticker shall be obtained by eachSeller or Subcontractor employee, only after the employee successfully completes theSeller’s Site Orientation Program. The Seller shall hold the Seller’s, Site OrientationProgram in the safety trailer (Buyer provided). The Seller shall show the Seller’sSafety/Orientation and the GM Plant’s Orientation Videos as part of the Seller’s, SiteOrientation Program. The Seller shall provide signed verification of the orientation to theBuyer’s Document Control Administer with a copy of “current” status for substanceabuse testing for each individual requesting access to the Site. The Seller shall provideorange background with black lettered project specific stickers for the hardhats that willhave the Site emergency number on them. Verbiage is subject to the approval of theBuyer.

The Seller shall pay for all hardhat stickers for project workers and visitors (Seller,Subcontractor & Buyer) including: safety, orientation, roof access, commissioning,hours-safely-worked achievement awards, etc…

The Seller shall pay for all safety hour celebrations (luncheons, prizes and gifts) forProject workers (Seller, Subcontractor and Buyer). The Seller shall hold a safetyluncheon for all project employees at 50,000 hours, 100,000 hours, 250,000 hours andevery 250,000 hours thereafter.

SAFETY MEETINGSEXISTING GM SITE SAFETY REQUIREMENTS

The Seller shall meet with the GM Site Safety Representatives before beginning any ofthe Work at the existing GM Site. The meeting shall be arranged only with theassistance of the GM Project Safety Manager. The Seller shall meet the site’s safetyrequirements and procedures as part of the Work at the existing GM Site. The Sitesafety requirements cover but are not limited to the following concerns: construction

Page 35: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 35 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

safety, lock-out/tag-out, PPE, EWSP, industrial hygiene, noise, dust, MSDS andenvironmental requirements.

NOTIFICATION OF SERIOUS INJURY, INCIDENT AND NEAR MISS

At the Buyer’s request, the Seller shall, at no additional cost to the Buyer, documenteach first aid case and provide the Buyer corrective action plans on the Seller’s IncidentInvestigation Report.

ACCESS TO THE CONSTRUCTION SITE

Seller’s personnel shall enter and exit the Construction Site at the Contractor’s Gateusing the means of identification directed by the Buyer. Also toolboxes, bags,packages, etc…, carried in or out of the Site shall be subject to search by the Buyer’sSecurity Representative.

CONTRACTOR GREEN CONSTRUCTION PROGRAM

General Motors Facilities Group encourages our construction contractors to utilizeGreen Construction practices during the execution of projects that they perform inorder to support GM’s commitment to the environment.

As part of each Bidders bid submission, GM is required that the attached check list becompleted. The successful Bidder, prior to starting work in the field, shall submit a“Green Construction Program” that outlines the procedures and practices that theBidder plans on implementing during the design and construction of the project. Thiswill serve as an opportunity to build structures that use less energy, raw materials andwater which results in a cost savings / cost reduction to the overall project for both thesuccessful Bidder as well as GM. The check list will be reviewed as part of the overallpackage that is evaluated during a technical review of each Bidder’s bid prior to award.

The bidders are encouraged to expand on this checklist if past experiences / bestpractices / company policies support a “Green Construction Program” and could beimplemented on the project.

Some examples of efforts that can be documented as part of the Green ConstructionProgram may include practices listed on the attached. Please review the list andindicate whether the Green Construction Practice listed is one that can be implementedas part of the project.

THIS PROGRAM DOES NOT REPLACE OR ELEMINATE OTHER CONTRACTUALREQUIREMENTS AND RESPONSIBILITIES.

Page 36: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 36 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

HAZARDOUS MATERIALS, WASTE AND CONTAMINATIONOFF SITE DISPOSAL/RECYCLING

Non-Hazardous Construction Debris (C&D) Waste – Seller shall include as part ofthe Base Bid Amount, the cost for the management, separation and disposal of all non-contaminated and contaminated (non-hazardous) C&D waste (including soil, concrete,metal and all other excavation materials), friable and non-friable asbestos, and trashusing a General Motors approved waste disposal or scrap reclamation site, as shownon the Waste Stream Management document, dated March 23, 2012. C&D waste iswaste generated as a result of construction and demolition activities and is not the resultof an industrial process. General Motors approved disposal site list will be provided tothe bidders. If the Seller wishes to use a company other than a GM approved site, theSeller must obtain approval from General Motors. The Seller shall recycle constructionand demolished materials including, but not limited to, scrap steel, carpet, ceiling tiles,drywall, concrete and cardboard at a GM approved site.

The Seller shall furnish a list of all recycle/disposal vendors, waste volumes associatedwith the project and all documentation (shipping documents, scale tickets, etc.)concerning the disposal and recycling of waste under the contract at the completion ofthis project.

The Seller shall also follow the attached Environmental Due Diligence Requirements.

Hazardous C&D Industrial and Hazardous Waste – If the Seller suspects that anywaste may contain any industrial or hazardous materials, the Seller shall immediatelycontact the Buyer. The Seller shall not dispose of any industrial or hazardous wastes.All industrial and hazardous wastes must be placed in containers provided by the Buyer,and appropriate labeling and placarding must be used. The Buyer, through the BuyerRepresentative, will provide disposal services for all contaminated C&D, industrial andhazardous waste.

CONTRACT SUM AND PAYMENTOWNER ALLOWANCES

Before the Seller proceeds with the expenditures defined by an Allowance, the Sellershall submit to the Buyer (for review and approval) a DCR with a plan for expenditurewhich explains subcontractor or suppliers being considered, how any supplier orsubcontractor is to be selected, the basis of payment and estimated cost. In addition,the Seller shall provide an estimated cost of labor, material and equipment provided by

Page 37: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 37 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

the Seller. The Seller shall not proceed with the Work until authorized to do so by theBuyer.

Payment to the Seller for Work defined by an Allowance shall be in conformance withMethod 3, described in Article 14.3.3. The Seller will keep complete records showing allexpenditures (including the cost of manpower) for the service or items procured underthe Allowance. Each day the Seller shall submit to the Buyer time sheets showing thelabor expended along with equipment and material received for this work for theprevious day. As soon as the final cost is known (and before the submittal of theinvoice for Final Progress Payment), the Seller will submit a DCR requesting a FieldOrder to be issued for the overrun or underrun of the Allowance. The DCR shall beaccompanied by a quotation detailing expenditures and other costs for the underrun oroverrun. If there is no underrun or overrun, the Seller shall submit a quotation for $0detailing the expenditures and costs. The quotation shall comply with the requirementsfor a quotation for a Field Order.

Per Article 13.9.1 - The instructions and editable versions of the Invoice Forms will beprovided to the successful bidder.

Seller may also wish to submit a pre-copy of their invoice to Michele Hogan [email protected] who will review the invoice for completeness.

Upon completion of the work and prior to submittal of the Application for RetentionPayment, the Seller shall furnish to the Buyer one (1) reproducible set of 2-D as-builtdrawings, and one (1) 2-D CD-ROM computer disk. The drawings shall show locationsand elevations of all work and shall record any variations from working drawings,engineering drawings or Shop Drawings.

MISCELLANEOUS

SILICONE CONTAMINATION

ABSOLUTELY NO silicone or silicone-containing materials or lubricants are used inany manner in the Buyer’s plant facilities.

START UPEQUIPMENT DESIGN AND START UP PROCESS

The General Motors Design for Health and Safety Specification will be used fordesigning and installing all new equipment, refurbished equipment and or newprocesses.

Page 38: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 38 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

The Seller shall implement the Facilities, Equipment and Systems Buy-Off Procedure(See Attachments). This Procedure will include a scanned copy of the NAO0052Equipment Buy- Off form, Red Tag Procedure (aka 3 Part Tag &/or replaced by G-Comply). This procedure shall be a part of the quality control plan to address therequirements of scheduling, notification, coordination, verification, and documentationrequired for final acceptance of equipment and systems by the Owner. The Contractorshall designate a representative(s) to perform the role of Buy-Off Coordinator(s) asoutlined in the Buy-Off Procedure.

The Seller shall use the G-Comply process for equipment start-up

Page 39: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

SCHEDULEING REQUIREMENTSPROPOSAL SCHEDULEThe Seller shall submit a summary bar chart schedule with the proposal for the project. Inaddition, the Seller shall submit evidence with the proposal that his organization is qualified in thetechniques of critical path scheduling and control of the work to the extent and of the complexityanticipated for this project and indicate the critical path method scheduling software to be used.

The summary bar chart schedule shall separately identify the activities for each trade or area andinclude all work contained in the Contract scope of work, including but not limited to designdevelopment and engineering construction documents, subcontractor identification, material andequipment procurement, construction, installation and commissioning activities. The summarybar chart shall be time scaled, maximum monthly, to indicate the start and finish of each workelement, using the anticipated contract award date as Day 1. The summary bar chart shall includeall milestones provided in the contract documents and shall be developed to a level of detailadequate to convey the Seller's plan to deliver the work of this contract per the Buyer's requireddates.

SCHEDULING - GENERALThe Seller’s obligations regarding the CPM Schedule include preparation of a detailed, criticalpath method schedule, monthly status reports, revisions to the networks and analyses asprescribed, and an as-built schedule. The planning, scheduling, management and execution ofthe work are the sole responsibility of the Seller. The progress schedule requirements in theContract Documents are established to allow the Buyer to review the Seller's planning,scheduling, management and execution of the Work; to assist the Buyer in evaluating workprogress and make progress payments; to allow other contractors to coordinate their activitieswith those of the Seller; and to provide the Buyer with information about the construction schedule.

The Seller shall prepare, for review and acceptance by the Buyer, a logic-based CPM Scheduleusing a computerized critical path method scheduling program acceptable to the Buyer. TheSeller shall submit the same information in electronic format in addition to the paper copiessubmitted. The CPM Schedule shall be used to plan, organize, direct, manage, control andadminister the work and to provide a basis for determining job progress. The project completiondate and other milestone dates provided in the contract documents shall govern and the CPMSchedule shall include these dates and shall be prepared so as to meet these required dates.

PRELIMINARY SCHEDULE AND NARRATIVE REPORTThe Seller, within fourteen (14) days after the date of the contract, shall submit to the Buyer apreliminary CPM Schedule and narrative report that clearly define activities within the first sixty(60) calendar days of the project. The general approach to the balance of the work shall be shownby summary activities.

At the same time, the Seller shall designate and submit the qualifications of his lead SchedulingRepresentative for the project. The Contractor's Lead Scheduling Representative shall have thecapability to perform the work required by these specifications and shall have the necessaryexperience in similar type projects and critical path scheduling to execute the work.

Page 40: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

BASELINE SCHEDULE AND NARRATIVE REPORTThe Seller, within thirty (30) days after the date of the contract, shall submit to the Buyer acomprehensive CPM Schedule and narrative report with added level of detail required to plan andcontrol the rest of the work of the contract and satisfying the requirements of the contractdocuments. The comprehensive schedule shall have been reviewed and accepted by keysubcontractors and suppliers prior to submittal to the Buyer.

Upon initial submission of the baseline schedule, the Seller shall schedule a meeting with theBuyer to discuss the schedule and review the critical path, work sequence and resourceassumptions that form the basis of the schedule. The schedule, when accepted by the Buyer,will become the Project Baseline Schedule and shall be binding on the Seller.

SCHEDULE CONTENTThe schedule shall reflect the contract dates and include all design and construction activitiessuch as design development, engineering construction documents, permitting, detailing, shopfabrication, mobilization, field activity durations, building and equipment commissioning andacceptance and shall be sufficiently detailed to enable the Buyer to compare actual withscheduled progress at all times throughout the duration of the work. The schedule shall portraythe specific plan of operation proposed by the Seller. The schedule shall include interrelatedactivities of any phase of work being performed under a separate contract with the Buyer, andshall show related activities by others as provided to the Seller by the Buyer.

The Seller shall submit the current schedule data file in the accepted electronic format in additionto the paper copies submitted.

Activity Identification numbers shall be unique, such that not more than one activity may have thatactivity number and each activity shall have the same identification number throughout the project.Description of each activity may be brief but shall convey the scope of work described. Durationfor all activities shall be in working days (not calendar days) and no duration shall exceed 20 days,with the exception of activities representing materials procurement. In calculating activitydurations, normal inclement weather shall be considered.

Currently known dates that are critical to the delivery of this project are as follows:

MILESTONE EVENT DATEPre-Bid Meeting 7/9/2014Bids Due 7/21/2014Anticipated Award 8/6/2014Mobilization 8/13/2014Project Complete 12/31/2014

GM “NON-PRODUCTION’ HOLIDAYS

If indicated Seller’s will be allowed to work in the plant on the following GM holidays. For“GM Holidays” which are considered “work days” by the local trade unions and/or theNMA, the Seller shall plan to work and show this in their schedule.

Page 41: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Available to SellerDATE HOLIDAY YES NO9/1/2014 Labor Day X

11/27/2014 Thanksgiving X

12/25/2014 Christmas X

Page 42: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 42 of 45 MPG WWT UpgradesJuly 9, 2014 Bid Package Number: MDC-1200663-002

SCHEDULE UPDATE REPORTSBeginning with the first monthly project meeting and monthly thereafter, the Seller shall submit tothe Buyer a status report, based on the detailed CPM Schedule, with data as of the last day ofthe prior pay period. The monthly status report shall include an updated copy of the currentlyaccepted schedule, variance to baseline report, variance to critical path report, and a narrative.The Seller will address the Buyer's comments in the subsequent monthly status report. The Sellershall submit the same information in electronic format in addition to the paper copies submitted.

The monthly schedule status report shall show percentages of completion for all activities, actualstart and finish dates and remaining durations, as appropriate, as well as baseline start and finishdates. Activities not previously included in the baseline schedule may be added but thecontractual dates and milestone dates in the schedule shall not be changed except by changeorder. Review of a revised schedule by the Buyer will not be construed to constitute concurrencewith the time frames, durations or sequencing for such added activities.

The narrative shall include the following information:

Construction progress including: Activities completed this reporting period Activities in progress this reporting period Activities scheduled to commence next reporting period

Description of problem areas

Current and anticipated delays: Cause of the delay Corrective action and schedule recovery adjustments to correct the delay Impact of the delay on other activities, milestones, and completion dates

Changes in construction sequence

Pending items and status thereof: Permits Change Orders Time Extensions

Contract completion date status: Ahead of schedule and number of days, or Behind schedule and number of days.

In addition to the monthly progress schedule updates, the Seller will be required to submit a ThreeWeek Look-Ahead Schedule on a weekly basis. That schedule will show all scheduled activitiesand durations for the upcoming three (3) weeks, plus one (1) week of history of activities workedduring the previous week with actual start and/or finish dates and percent complete. The reportshould highlight any variance from the previous week's plan with a narrative description of anymeasures required to maintain planned progress. The Four Week Schedule will be distributedprior to and reviewed at the weekly construction coordination meeting.

Page 43: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 43 of 45 MPG WWT UpgradesJuly 9, 2014 Bid Package Number: MDC-1200663-002

PROGRESSIf the Seller fails to adhere to the project schedule, the Buyer may request that the Seller prepareand submit a recovery schedule that details the means and methods that the Seller will use toavoid any delay to the project milestones. The recovery schedule should show the work location,number of men and crew and equipment required to bring the project back on schedule. If theSeller fails to maintain and meet the recovery schedule, the Buyer reserves the right to takewhatever steps necessary to bring the project back on schedule at the Seller’s expense.

REVISIONS TO PROJECT SCHEDULEAll requests for revisions to the Project Baseline CPM Schedule critical path shall be made by theSeller using a DCR, which will be subject to acceptance by the Buyer. The revision shallincorporate all previous changes to reflect current as-built conditions.

A revised detailed work plan shall be submitted for review, when required by the Buyer, if theBuyer directs a change that affects the dates specified in the Contract or alters the length of acritical path, or if the Seller elects to change any sequence of activities so as to affect a criticalpath on the CPM schedule.

If the Buyer requires revisions to the CPM schedule in order to evaluate planned progress orassess the impact of a change in the work being considered, the Seller shall provide an interimsubmittal for review with the change impact incorporated as directed. Approved interim revisionsto the documents will be incorporated into the project schedule during the first subsequentmonthly status report.

AS-BUILT SCHEDULEAfter Substantial Completion but prior to Final Payment, the Seller shall submit an as-builtschedule. The As-Built Schedule shall include all activities with actual start and finish dates. TheSeller shall submit the same information in electronic format in addition to the paper copiessubmitted.

ATTACHMENTS:

GM Buy Off ProcedureG-ComplyAppendix J for Captured Key

Page 44: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 44 of 45 MPG WWT UpgradesJuly 9, 2014 Bid Package Number: MDC-1200663-002

Page 45: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

Statement of Requirements Page 45 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

CONSTRUCTION GENERAL TERMS AND CONDITIONS

The contract will be issued on a standard General Motors Purchase Orders. GMPayments Terms are 2nd Day, 2nd Month.

General Motors Standard Purchase Order Terms and Conditions are altered by thefollowing:

Construction General Terms and Conditions – Dated: Local Appendix Special Safety Conditions GM1788 “Additional Terms and Conditions GM2500 “Construction Manager Supplemental Conditions Scope of Requirements

Construction General Terms and Conditions can be accessed atwww.gmsupplypower.com, login, select Manufacturing Power, select Applications,select Facilities, then select “Construction General Terms and Conditions”

If your company has not previously registered at GM Supply Power, you may do sowhen you access www.gmsupplypower.com. Click the button “Register” and follow theinstruction provided for “Supplier Enrollment”. The GM group you select to send yourrequest to is “005356613/wfg”.

Page 46: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

North American OperationsProject

Milford Proving Grounds

MPG WWT UpgradesStatement of Requirements

Design BuildRequest for Quote: RFQ # 1100818091

Bid Package: MDC-1200663-002

Date: July 9, 2014

Issued by:

General Motors CorporationNorth American Operations

Global FacilitiesProjects

Milford Proving Grounds (MPG)3300 General Motors Rd., Milford, MI 48380

This information and associated documents shall be used ONLY to provide a responsivebid to GM and for no other purpose –Please return via e-mail providing documentationthat the information has been destroyed if there is no intention to bid and/or after the

Bid/Award process is complete.

Page 47: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 2 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

STATEMENT OF REQUIREMENTS

The Work of the Contract includes, but is not limited to, the following:

DESCRIPTION OF THE PROJECT

GM is planning modifications and partial demolition of areas of the existing WasteTreatment Facility located on the Milford Proving Grounds Campus. The WasteTreatment facility consists of two Treatment Tanks; three Clarifier Tanks; Grit Chamber;Splitter Box; Influent Sump Structure; Sludge Drying Bed area; Waste Water TreatmentBuilding # 19, consisting of a lab area, filter room, blower room and chemical storagetanks, sump area and pumps.

The modifications shall include environmental control of materials to be demoed,abatement and control of waste materials, the replacement of existing building processair blowers, new backwash and surface pumps, lab area renovations, new above andunderground chemical lines, new VFD’s and modifications to existing control panelsand VFD’s, new flow meters, calibrating of new and existing flow meters, new levelsensors, new telescoping gate valves, new articulated sludge arms, new heat pump,new filter tank covers and vents, roof modifications, Cimplicity screen modifications,alarm verifications and set-up, new heat tracing, insulation and lagging, modifications tocontrol and power to support all rework, verification, testing of components, piping, andsystem as a whole, hydro/pressure testing, labeling, painting, cleanup. In addition,roadways, sidewalks, and green belt areas will need to be re-established; provide adouble wide air conditioned rental trailer that is to be set up as a remote lab near thesludge bed area with a rest room and a conference area with power, water for the sinkand rest room, water heater, stairs, communication and remote process controlcapability for running the plant. All work to be coordinated with GM and plantoperations. Conduct coordination meetings and site control.

SCOPE OF WORK

1. Contractor to provide 3d model and BIM coordination.

2. Contractor shall provide abatement of materials found to contain asbestos, lead,mercury or PCB. At the current time the assessment/report is not complete so thisitem will be bid as an ALLOWANCE. Assessment will be provided to the contractorafter award. This work shall be performed on a time and material basis with Timesheets turned in on a Daily basis. Typical type of work to be included in this lineitem:

Page 48: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 3 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

a. Remove/dispose of environmentally regulated universal waste(thermostats and other electronic components) in approved manner.

b. Perform asbestos abatement on all pipe & duct work insulation fittings.Perform all work per regulations, safety standards & codes.

c. Caulk that has been determined to contain PCB or Asbestos theContractor shall remove in the most cost effective manner and disposewithin approved environmental requirements.

d. Equipment that contains grease that was identified as containing PCBshall be abated and disposed of in an environmentally acceptable manner.

e. Clean and decontaminate mechanical equipment to remove any residualoils, debris, liquids, and other materials/contaminants prior to demolition.

f. Mechanical equipment containing CFCs shall be decommissioned toremove CFCs for recycle in GM approved facility.

g. Roofing materials that are found to contain asbestos shall be properlyremoved.

h. Submit all notices to State and/or Federal Government for abatement anddemolition activities/notifications.

i. Provide locations and gain approval from site project team/siteenvironmental for all waste locations including recyclefacilities/companies.

3. Flow Meter - Replace the flow meter next to the Grit Chamber with a full range unit.Remove the old unit, modify the anchor points to hold the new unit. Calibrate theunit and verify that the readings can be seen within the control room in building #19.Program and modify screens on the Cimplicity monitor control system located in thelab. Include all testing and verification of the system.

4. Clean Grit Tank – Remove all sludge material from within the entire chamber. Freeup all sliding gates for normal operation. Clean all manual gates. (Provide labels forall piping systems). Remove loose stones from the top of the Grit Chamber wallsand epoxy approximately 100 LF, prepare top and both sides of the wallapproximately 1’-0” on each side of the damaged area for the covering.

5. Solids Grinder – Remove and replace two solids grinders within the grit chamberwith the following existing grinder types: Disposable Waste Systems, Inc., (JWCEnvironmental) Model PC-200, Serial No 7190, 3HP, 460 volt, 3 Phase, 1’-8” +/-channel width. The other existing grinder is also a JWC Environmental unit orOwner approved equal for both units. Contractor can provide alternate torecondition for a cost saving to the Owner. Modify structural support framing andreview the height requirements for the new grinders. Establish all control and powerwiring for both grinders. Any steel used shall be protected from rust.

Page 49: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 4 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

6. Level sensors- Replace level sensors in both storage tanks. Calibrate devices andverify that the level control can be seen at the control room. This includes allmiscellaneous items for a functional system.

7. Influent Pump Discharge Flow Meter – Calibrate influent pump station effluent meter.Verify that the true readings can be viewed in the control room.

8. Replace four 6” valves, actuators, modify piping as necessary, and verify that thecontrols for these valves are functional back in the control room. Modify the twoVFD panels in the blower room for the influent pumps to allow for open and closecontrol including lights for the closed position. Provide all necessary wiring andcontrols, modify control screen to allow for local and remote control in the sump pit.Include all drawing changes for this modification.

9. Remove and replace Ferric and Polymer underground and above ground piping fromthe tanks located in building #19 to the existing treatment tanks and to the splitterbox. The piping shall be schedule 80, lined and installed below the frost line.Duplicate the line size as shown on drawing CSO-002. Install the new piping coringof holes, expand the excavation for the new piping before the old piping is removed.Provide heat tracing and insulation as required. Call Miss Dig for locating allunderground utilities that may be in path. Replace with new engineered fill andreplace/restore Asphalt, sidewalks and lawn in areas that were disturbed.Coordinate work with Waste Treatment operations. For control modifications to theexisting Allen Bradly PLC Compact Logix, 1769-L32E contact Cortec, Jon Smathersat (248)-1259-8965).

10. Provide and install three new positive displacement blowers, concrete pads, conduitand wire, new pipe manifold, flex connections, pipe and fittings, control valves andnew lockable block valves, hangers, supports, three new VFD’s, associated panelsand disconnects, control wiring, power wiring, gauges, conduct continuity checks,controls to the main HMI in the control room, check out and testing, balancing, zonecontrol for the air distribution within each of the tanks.

a. Rework any lighting as required, provide tagging, labeling, modify work atthe MCC’s as required for the new blowers. Mark or label all unusedbuckets in the existing MCC as spare with phenolic tags.

b. New Air nozzles within the tanks are not required due the fact they havebeen replaced in the last five years. The original coarse nozzle 3” pipingon the in-tank manifold piping shall not be used and shall be removedfrom tank and capped at existing valve location.

c. Equipment shall be equipped with the ability to communicate with thesite’s Cimplicity system for monitoring and alarm points. Allow for aminimum of 25 analog points to be wired backed to the Cimplicity screenfor blower operation and for troubleshooting. Create Cimplicity screens for

Page 50: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 5 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

operations use to monitor and see alarms. Verify and validate each of thepoints.

d. Contractor shall include short circuit analysis and arch flash study alongwith providing and installing all Arc Flash/ESWP labeling for alldevices/panels. Study must be performed by Keweenaw Power Systems.

11. Remove the existing four air blowers, flex connections, butterfly valves, hangers,miscellaneous supports, main manifold, and blower foundations. Remove andmodify conduits and wire to suitable location for new work. Remove associatedexisting VFD’s, conduit and wire. Remove all chemicals from the equipment prior todisposal and follow GM disposal check list for asset disposal. All material shall bescrapped and tonnage recorded. GM environmental will be required to sign off.Contractor to remove and save all asset tags from the equipment and turn over tothe Owner.

12. Replace (2) PVC Sludge Transfer Valves at sludge beds with the same make andmodel.

13. Remove and replace two telescoping gate valves next to the Drying Bed Building.This will include excavation and removal of the gate valves, pipe modifications,revisions to the pipe support framing and wall supports. Coordinate with operationsfor diverting sludge during this modification.

14. Provide permanent pipe for Geo Bag Fill operations with new pivot arm for the fillbag hose for both Geo Bags (two locations). The design/build shall allow for a newhose section that is supported by a structure that can be swung to its verticalposition when not in use and during bag removal. This shall include pipe racksupports and the associated foundations, pipe racks, pivot arm structures thatcantilever over the bags for filling operations. The new piping and valves shall beheat traced and insulated. Provide all miscellaneous steel for pipe supports/racksand pivot arms, foundations, flex connections, heat tracing and insulation from thenew piping to the existing manifold, new flex hose with new Cam-lock fittings for theability to connect to the existing Geo-bags in the sludge containment area. Connectthe new heat tracing to the existing control panel having spare contacts that islocated within the Drying Bed Building. Include all power and control wiring, conduit,testing and panel modifications, labeling and control room monitoring.

15. At the Junction box or Splitter Box for the Treatment tanks:a. Remove existing gates, frames, supports and overhead Unistrut for new

work. The new work shall include mechanically operated screw weir gatesattached and sealed to the existing concrete wall structure within thechamber. The gate operators shall extend beyond and at a height for anoperator to open or close with ease for diverting water within the chamber.Provide a new galvanized ladder, swing gate, structural platform, non-slip

Page 51: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 6 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

grating and handrail/kick plates for the new structure. Install a new lightpole for platform and for viewing water flow in Splitter Box. Include allunderground electrical conduit and wire for the new light. Use Miss Dig forlocating other underground utilities. Interface the lights with the existingsystem. Include all electrical components and circuit as required.

b. Remove and replace old chamber tags with new phenolic, mechanicallyfastened tags. Install new labels for the air and chemical piping at thesplitter box chamber.

16. Lab Renovation – Demolition: In the existing lab located within Building 19disconnect existing equipment, remove existing case work, and counter tops,dishwasher, and all cabinets above and below the counter tops, and dispose of.Remove the existing fume hood for future reuse on the new counter top. Removeexisting A/C unit, drain pan and associated piping, infill with CMU. Remove theexisting dishwasher and dispose of. Remove all floor tile and clean for paint.

17. Lab Renovation - Furnish and install a new dishwasher, desiccator, and a splitsystem heat pump for the lab area. Coordinate all new items for fit and finish.Rework outlets, provide and install all required conduit and wire, tubing, controls,ground fault protection for the new purchased equipment, follow all coderequirements. Provide and install a new thermostat, modify circuits and panels asrequired for the new equipment. Reinstall existing fume hood on new counter topand rework as required.

18. Lab Renovation - Provide new steel base cabinets, glass door wall cabinets, integraldesk area, resin acid-proof black counter tops, rework all plumbing and electrical,paint walls, paint floor with epoxy paint non-slip finish, replace open shelves, andreinstall existing fume hood on the new counter tops. Remove the existing PeriodicTable from the wall and reinstall after painting.

19. Temporary Trailer: Furnish and install an air conditioned, temporary double widelab/construction trailer for the expected renovation period. The trailer will be used asa temporary lab, office for plant operations, operation’s storage, constructionmeeting area (conference room), and an office for the Contractor’s onsitesuperintendent or Project Manager. The trailer shall have an operating kitchenettethat will be used for the lab and a functional bathroom. Provide temporary water andsewer hook ups and heat trace/insulate the temporary water and sewer lines that areabove grade and to a minimum of 4 foot below grade. Move existing lab equipment,computer and other Operation’s materials to the trailer for use and temporarystorage. This shall include moving the same lab equipment and materials back intothe finished lab/building area after the renovation period is completed. Provideservice power to the base trailer and provide auxiliary circuit panel as required foradditional requirements such as dedicated circuit for the microwave oven, dedicatedcircuit for the refrigerator, dedicated 208 circuit for a printer, dedicated circuits for

Page 52: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 7 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

heat trace, dedicated circuits for lab receptacles and general trailer receptacles fortrailer offices and conference room (minimum ten additional receptacles). Provideand install temporary power poles for the services. Extend GM IT communications tothe trailer and provide jacks for the operations control screen and wireless service.The trailer shall be skirted; have stairs and landings that meet MIOSHA; lockable atall exterior doors with 7 pin best cores (GM security will provide key cores); outsidelighting at the entrances to the trailer. The kitchenette that is to be used as a lab,shall have a minimum of 10 lineal foot of counter. The contractor will use the traileras a job trailer to conduct meetings and to run the project. The contractor’s workshall also include the delivery, set-up, teardown and removal from site the trailersections. See attached drawing for trailer location.

20. Main water supply to Building 19: Replace water supply gate valves, gauges,regulators, by-pass pipe configuration, other pipe and fittings in filter room.Coordinate with operations for the shutting down of the supply water system to thebuilding. Include the cost to freeze outside underground feed pipe in case the shut-off valve does not hold. Include the replacement of the underground shut-off valve.Paint and label all new piping and valves. Provide all shutdown requests prior to thecommencement of work.

21. Provide and install removable FRP filtration vessel covers with hinged hatches forviewing.

22. Furnish and install vents for each filter through the roof. This shall include all roofrework, curbing, flashing and counter flashing, and rain hoods, guy wires asrequired. Provide flex connection from the piping to the tank covers. Ventingheights to meet code requirements, and to prevent the effects on the roof fromChlorinated water.

23. Replace Chlorine tubing on the Chlorine disinfection system. Provide new supports.The tubing size to match the existing size and type. Inspect, clean and reinstall theexisting roto-meters. Also for this line item shall include the replacement of theexisting scale for the Chlorine disinfection system. This shall include any floormodification to create a floor depression. Include all necessary excavation and slabwork associated with the installation of the new scale so that it is flush with adjacentconcrete floor. The work shall also include calibration of the scale.

24. Reconfigure SCADA monitoring system on the Chlorine disinfection system.SCADA has the capabilities to monitor but the sensors or devices for monitoring donot communicate properly to the Cimplicity system and to the correct tolerance sothe operator is forced to go inside the room. Since the exact scope is not known,this item will be an Owner ALLOWANCE item so that the contractor can bring in theappropriate experts to debug and make changes to improve this operation.

Page 53: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 8 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

25. Inspect/evaluate all three filter vessels in the Filter Room for wall thickness andinspect their bases. Provide a report of the findings to General Motors. Tworecommended contacts for doing the inspection/evaluation work are thefollowing: TUV Rhineland, contact Mike Belcher at (616) 891-3570 @ #1137,[email protected], and NTH Consultants, contact Joe Jackson at (248) 553-6300, [email protected].

26. Filtration vessel and base restoration ALLOWANCE.

27. Remove and replace two existing backwash pumps, Peerless Pumps, 425 GPM @25 ft. TDH, Model 9LA, US Electric Motors, 5HP, 1730 RPM, 460 Volt, 3 Phase,Class F Insulation, Continuous Duty, and the two surface pumps, PeerlessPumps, Model 350S, 35 GPM @ 200 ft. TDH, US Electric Motors, 5HP, 460 Volt,3 Phase, 3500 RPM, Class F Insulation, Continuous Duty. Modify the bases asrequired for the fit-up to the floor, this shall any concrete modifications for base platefit-up. Provide four new fused disconnects conduit and wire for the new pumps.Rework controls. Match all of the requirements of head pressures, and flowrequirements. Review all controls and modify conduit and power and control wiringfor control of the new pumps. One of the existing pumps to be handed over to theOwner, Owner to select.

28. Repair and replace sections of concrete sidewalk located near the north-east cornerof building #19 and at the splitter box:

The top landing of the east, exterior wall, stairway landing has dropped due to soil erosion beneathit and created a significant trip hazard at the top of the stairway

Concrete sidewalk area next to the splitter box to be replaced.

Page 54: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 9 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

29. Replace existing internal catwalk grating for treatment tanks #1 and #2. This shall include theremoval of the existing 2'-0" catwalk grating; Installation of miscellaneous support steel at mid spansto allow for 32” wide grating; Installation of new 32” grating; and new support steel at the cornerswhere the inner circle walkway and the center walkway grating meet. The new galvanized gratingshall be 3/4" deep for the full width of the railing areas for the straight runs and curved walkways.Also, Install vertical finished plates (toe boards) across the width of two steps from the inner circlecatwalk to the main center catwalk for tanks #1 and #2 and two locations at tank #3 to reduce triphazards. See below for photos, captions and additional scope items that shall be included with thisline item:

Remove existing grating and replace with new full width for the inner catwalks of Tanks 1 & 2 toremove large gaps that are present between the existing grating and guardrail. The catwalks arebuilt to accommodate 32” wide grating and only 24” wide was installed.

Cat wal k not f ul l y decked – 24” wi de i gr at i ng i nt all ed

The mid rail of Tank #3’s center catwalk is mounted (outboard) on the outside of the catwalksupport posts and not directly between the support posts creating a larger than normal gapbetween the guardrail mid rail and catwalk grating. Contractor shall relocate to the inboard side orbetween the posts.

Page 55: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 10 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

30. Install new steps at the entrances to all outer circle catwalk walkways for all three (3)tanks and replace the wooden step at tank #3 (see photo below).

Tank #3 – Replace the wooden step to the entrance/exit of the center catwalk

Outer Catwalks entrance/ exit step – trip hazards & uneven surfaces exist on all three tanks

Page 56: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 11 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

31. Construct new step over pipe trip hazards (or extend platform) to the center catwalkentrance step to reduce trip hazards and provide riser plate at Tank #3.

Tank #3 – Piping obstructions are present at step areas from the main center catwalk to the innercircle catwalk. A step should be provided to cover the obstructions or the upper catwalk surfaceextended over them.

32. Paint transition level change plate in main center walkway safety yellow.

Tank #3 (Center Catwalk) - sudden change in elevation in straight section of walkway needs to beclearly identified or eliminated.

Page 57: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 12 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

33. Provide hinged cover plate extensions for all three clarifier treatment tanks, for the return flowdischarge to trough areas to contain product splash to surrounding area. Provide a means to safelyopen and close from the catwalk.

Process splash from the Return Flow of all clarifier tanks has contaminated grating walking /working surfaces with potential biohazard.

34. Identify all unidentified piping systems (Paint and or labeling per GM standards).

There are multiple unidentified piping systems present on all tanks and in the area

Page 58: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 13 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

35. Provide Galvanized hand railing at Grit Separator concrete steps on descendingside. Existing concrete shall be cored and handrail posts shall be grouted foranchorage. Re-grade the adjacent soils and top/seed to eliminate the earth thesteps and landing.

Handrail required on Grit Tank stairway (Right hand side descending)

36. Filtration Tank access platform: In the Filter Room area upper level, by the west sideof the tanks, North-West side of the double doors, Install a new 2'-6" wide x 25’ longand approximately 42" down from top of existing tanks galvanized platform hungfrom the existing building steel. Include all miscellaneous support steel, 42” handrails, hangers, removable ladder, swing gate, kick plates. Include all engineeringand design for this platform. Contractor shall include roof beam reinforcement untilengineering can determine if it is required. Contractor shall remove the three (3) old

Page 59: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 14 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

ladders on the tanks after the new access platform is constructed due to the factthey are not in compliance with MIOSHA safety standards.

Install new catwalk from existing upper landing to last Filter tank

Ceiling area where catwalk can hang from. Catwalk to be 42” down from the top of tank.

Page 60: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 15 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

37. Provide and install one multi lamp, LED, low profile light pole for general lighting atthe Clarifier Tank area that would include all power, photo sensor control, footing orconcrete base, excavation, backfill and restoration of the surrounding area. SeePhoto below for general location.

Locate light pole in this area next to side walk.

38. Furnish and Install Permanent Metering, Telemetry and Communication at MH 131,MH 148 & MH290. Meters shall be wired back to WWTP for monitoring andrecording. Provide all necessary devices for monitoring including PLC andassociated programming.

39. Furnish and Install Metering with Web Hosted Data for 24 months of service in threelocations. Locations are defined on HRC drawings.

40. Sanitary Sewer manhole, Sanitary Piping and Storm piping survey to determinestorm separation issues. This item shall include video of the existing undergroundpiping from 6” to 72” in size; photos of each manhole; survey of inverts by LivingstonEngineering; and a full report. Contractor will be expected to provide preliminaryfindings via DCR submission as work progresses. This Item will be anALLOWANCE performed on time and material tickets that should be turned in on adaily basis.

41. Storm water piping and manhole work to eliminate sanitary sewer water infiltrationissues. Some of this work may include replacement of old sanitary lines that are inunsatisfactory condition. This work will be defined by the survey (item # 40) and willbe an ALLOWANCE and be done on a time and material tickets that should beturned in on a daily basis. This work will include restorations of all areas whereissues are discovered.

Attempt to matchstyle of existinglights in area but

shall be LED

Page 61: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 16 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

ADDITIONAL REQUIREMENTS1. All work is to be performed in compliance with regulations, laws, orders, or

other requirements as set forth by the Government, State, Local, or otherauthorities. General Motors reserves the right to review and approve all workplans on this site. Delays, changes, and other variations based on changesin the planned work, as required by the approval agency are not a basis forclaim.

2. Contractor/AE team shall be responsible to follow local building codes, GMEI-1 electrical specification, GM Piping and Labeling Standard and edit theappropriate GM one specification to fit the project.

3. All new mechanical and electrical equipment shall meet the GM Lockoutrequirements. All valves shall have the capability to be locked out and alldisconnects shall be lockable and knife switches.

4. Contractor shall obtain and include the cost of demolition and building permitsif deemed required by local authorities.

5. The Contractor is responsible for securing and paying for all Environmentaland Demolition notices/permits required to perform the work under thiscontract. The contractor is also responsible for completing, submitting andpaying for all other permits and must provide verification. All permits must beclosed out at the end of this project.

6. Provide soil erosion control measures on all catch basins and manholes in theimmediate and surrounded areas that are disrupted by construction.

7. Contractor responsible for soil erosion permit if applicable per state andcounty regulations.

8. Topsoil, seed and straw all disturbed areas.9. The contractor is responsible for supplying temporary electrical power as

needed for their operations during this project. This shall include power for thetemporary trailer. The temporary cables shall be protected and labeled.

10. Fire protection is the responsibility of the Contractor. Owner’s activehydrants and valves are to remain accessible at all times if located in the areaof construction.

11. The Contractor to erect and maintain all barricades, traffic control devices,hand railings, toe boards, safety devices, safety measures and securitymeasures necessary for the protection of contractor’s employees and agentsuntil the completion of work specified under this Agreement. The contractorshall remove all unnecessary safety devices and security measures put inplace for the work effort after completion.

12. Materials resulting from demolition operations become the property of theContractor and must be disposed of or preferably recycled, not salvaged forresale. Remove and dispose of demolished debris/materials off-site as workprogresses. Do not accumulate removed materials on the site unless it is in

Page 62: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 17 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

an appropriate recycle or waste container. The contractor is responsible toremove, load, haul, and legally dispose of all combustible, solid andmetallic/non-metallic debris resulting from the above captioned removal work.

13. Remove and Recycle (or dispose of) all asphalt pavement off site. Asphaltcannot be used as fill material.

14. Excess concrete debris generated from the demolition of the facility, which isnot reused on site, is to be removed from the site only when approved by theGM Project Manager. Recycle facility and landfills must be approved by GMenvironmental.

15. All waste leaving the site whether for disposal or recycling will require GMshippers which shall be obtained by GM’s Resource Manager.

16. Generally, pipes, tanks, and other equipment potentially containingcombustible materials shall be removed using mechanical or cold cuttingmethods. Any deviation shall be solely at the discretion of the GM sitemanager. Contractor to obtain all cutting and burning permits from sitesecurity.

17. All cutting, coring, and patching work shall be completed in a manner, whichwill prevent the seepage of dust, water, and debris into adjacent occupiedareas, storm drains, and sewers. As directed by the General Motors FieldEngineer, this Contractor shall provide protective enclosures to contain alldust, water, and debris.

18. All GM signage and Property Tags are to be removed from equipment beingscrapped before being shipped off site, and handed over to the Owner.

19. All fluids, oils, hydraulics, lubricants, etc. shall be verified that they havebeen removed or drained from equipment and piping into a contractorprovided container. Contractor will be responsible for all disposal and allcontainerization per state and federal regulations.

20. The Contractor shall maintain all excavations, stockpiles, haul roads,permanent access roads, waste areas, borrow areas, , and all other workareas within or without the project boundaries free from dust which wouldcause a hazard or nuisance to others or contaminate surface water.

21. The Contractor shall, at his own expense, keep dust under control at all timeson all roadways and other areas adjacent to the work or on the site of the work.Fire hydrants can be used as a water source but only after the propernotification and use of contractor provided backflow preventer.

22. Approved temporary methods of stabilization consisting of motor sweepers,vacuums, spraying water, or a combination of these methods, will be permittedto control dust. Spraying water shall be repeated at such intervals to keep allparts of the disturbed area at least damp at all times, and the Contractor shallhave sufficient suitable equipment on the job site to accomplish this, if

Page 63: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 18 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

sprinkling is used. Dust control shall be performed continuously as the workproceeds and whenever a dust nuisance or hazard occurs.

23. The Contractor shall prevent the generation of fugitive dust throughout theperformance of this project. The Contractor will provide the equipmentneeded for wetting/misting to prevent the generation of fugitive dust. Water orsome other GM approved wetting agent will be used in the wetting / mistingprocess.

24. All ferrous, non-ferrous, and other non-waste materials removed as a part ofthis contract become the property of the Contractor and shall be disposed ofas scrap.

25. All costs associated with the collection, handling, storage and properdisposal of items not salvaged are to be included in the contractor’s base bid.

26. The Contractor is responsible for determining all quantities, cleaningcontaminated surfaces, and properly removing and containerizing wastes perEPA/OSHA regulations.

27. The Contractor will be provided access to all available applicableenvironmental data. The Contractor will be responsible to promptlycommunicate any environmental issues discovered during performance of thework to the GM Site Manager.

28. The Contractor shall promptly notify the Owner of any non-compliance withany Law, including, without limitation, environmental laws and terms andconditions of any environmental permits or of any imminent non-compliancewith any such legal requirement 24 hours of becoming aware of such non-compliance. The Contractor shall take immediate corrective action to correctthe item of non-compliance.

29. The Contractor shall cooperate with the Owner in the investigation ofenvironmental incidents, necessary or desirable to comply with applicableLaws or other requirements of the Owner.

30. The Contractor shall provide any and all personnel involved in the Work suchtraining as required under environmental laws or as otherwise required underthis Contract.

31. Overall Project Site waste disposal and management thereof is theresponsibility of the Contractor. The Contractor shall conduct all suchmonitoring, record keeping and reporting as required by environmental laws.The Contractor shall dispose of waste generated by or at the Project Site inapproved waste facilities. The Contractor will also take all precautionarymeasures required to avoid any further contamination of any area of theProject Site.

32. The Contractor shall ensure that storm water and sanitary wastewaterdischarged from the Project Site to surface waters and/or to any municipal

Page 64: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 19 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

sanitary or other sewer system complies with all applicable federal, stateand/or municipal laws or bylaws and that the Contractor shall be solelyresponsible for any non-compliance with environmental laws of suchdischarge. In the event of a spill from Contractor machinery, the Contractorshall stop work, contain the spill, and immediately notify the GM SiteEnvironmental Manager.

33. The Contractor may store and use commercial products and materialscontaining Regulated Substances in quantities not to exceed reasonablecommercial requirements if the commercial products and materials arecommonly used in the execution of the Work. The Contractor shall providethe Owner with a list of and Material Safety Data Sheets (MSDS) theseproducts and materials and the estimated quantities thereof to be maintainedat the Project Site before such products and materials are delivered to theProject Site. The Contractor may not introduce or use any other RegulatedSubstances on the Project Site without the prior written permission of theOwner, which approval will not be unreasonably withheld.

34. The Contractor shall assume full responsibility and liability for compliancewith all applicable Federal, State and local regulations pertaining to workpractices, waste handling, protection of workers, visitors to the Project Site,and persons occupying areas adjacent to the Project Site. Contractor shallprovide medical examinations and maintain medical records of personnel asrequired by the applicable Federal, State, and local regulations. Contractorshall also assume full responsibility and liability for obtaining all permits,licenses, reviews, inspections, releases and related documentation,payments, statements and fees required by codes, regulations and standards.Contractor shall hold the Owner and Owner’s representatives harmless forfailure to comply with any applicable licensing, permit, work, hauling, disposal,safety, health, or other regulation on the part of himself, his employees, or hissubcontractors.

35. Without limitation upon obligations of the Contractor hereunder, if theContractor’s management of Regulated Substances at the Project Site:

A. gives rise to liability or to a claim under any environmental law, civillaw or otherwise; or

B. gives rise to an obligation to initiate or undertake any remediationunder any environmental or civil law; or

C. causes a threat to or endangers the public health, or creates anuisance or trespass;

D. Then, in any such event, the Contractor shall, at its sole cost andexpense, promptly take all applicable remediation or other action soas to comply in all material respects with all applicable environmentallaws and otherwise reasonably address any liability or claim with

Page 65: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 20 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

respect thereto, including, without limitation, the disputing or litigatingof any such claim.

36. This Contractor is required to get agreement with the Owner’s EnvironmentalRepresentative that all asbestos removal and environmental issues areresolved prior to the demolition of each building or miscellaneous structure.

37. In the event the Contractor encounters or discovers, during the progress ofthe work, any hazardous substance; the Contractor shall report his finding inwriting to the Owner immediately and proceed with other work.

38. The Contractor, unless indicated otherwise, shall remove all scrap materials,rubble, debris and non-friable and friable asbestos resulting from this contractfrom the premises and recycle or legally dispose of it in accordance with allFederal, State and Local ordinances. Contractor shall determine the wasteclassification of the material prior to disposal. The Contractor is responsiblefor all cost associated with such.

39. All materials deemed hazardous shall be placed in containers furnished bythe contractor. Removals of, and handling of, hazardous materials/wastesand construction materials shall be included in the demolition contract as wellas on site storage of hazardous materials/wastes. A third party contractorshall be retained by General Motors to observe and document the demolitioncontractor’s work.

40. The Owner’s Security is responsible for issuing cutting and burning permits,gate passes and issuing confined space permits for the duration of theproject. The Contractor is responsible for coordinating with the Project teamand Security.

41. The Contractor shall become completely responsible for site security of theconstruction area during the life of the project and therefore responsible for allanticipated scrap, tools, materials, etc. Contractor is responsible for theinstallation and removal of any necessary temporary fencing to secure thesite.

42. At the end of the job the contractor shall submit to the owner a detailedreport, out-lining the quantities of materials, and tonnages generated for thefollowing items:

A. Land filled demolition/Construction DebrisB. Metallic scrap recycled (ferrous)C. Non-metallic scrap recycled (non-ferrous)D. Recycled ConcreteE. Recycled Equipment

Page 66: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 21 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

43. If any item of the Statement of Requirements conflicts with the SpecialSafety Conditions, the Special Safety Conditions shall control.

SUPPLEMENTAL CONDITIONS

APPROVALS, MATERIALS, AND SELLER’S SHOP DRAWINGS

The Buyer has ten (10) business days to review and return shop drawings/submittals tothe Seller. If the Buyer does not return the shop drawings/submittals within the timestipulated, then the Seller shall assume the submittal status is “Reviewed and Returnedby the Buyer without Comment” and shall proceed with ordering or fabricating materials.The Seller is not relieved from meeting the requirements of the specifications of theWork even if the Buyer does not return the submittal within ten (10) business days.

The Buyer has provided cd’s containing the contract drawings and specifications. TheSeller shall contact the Buyer’s Representative for additional copies. The Seller shall“plot” and reproduce all required drawings from that cd.

SELLER’S TAX REQUIREMENTS

The Buyer expects that the Seller is knowledgeable of the sales/use tax laws governingthe state in which the work is to be performed. Furthermore, the Seller is required toreview the scope/content, of this bid package, as it pertains to the following taxable/non-taxable items and is directed to submit their proposal accordingly stating separately theamount of sales/use taxes included in the bid.

Real Property (Immoveable)

The Seller is directed to include, in their bid pricing, the value of allapplicable Sales and/or Use Taxes for any portion(s) of the scope deemedto be “Real Property” (e.g. land, land improvement, building, buildingequipment and building systems) and as such, the contractor is responsiblefor payment of said taxes to the appropriate State’s Taxing Authority(s)

Tangible Personal Property (Moveable) –

The Seller is directed to omit, from their bid pricing, the value of any Salesand/or Use Taxes for any items in the scope deemed to be “TangiblePersonal Property” (e.g. machinery and equipment jibs, fixtures, tooling,etc., (items utilized in the manufacturing process)) The Buyer holds directpay authorization in several states, and therefore will accrue and remit saidtaxes to the appropriate taxing authorities. The successful bidder will beprovided a Sales and Use Tax Exemption Certificate.

Page 67: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 22 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

PERMITS

The Seller shall maintain the PO Permit checklist and keep it posted in ContractManager under Submittal Packages, Permits. The Seller will also be responsible toscan all applications, permits, inspection stickers, approvals, temporary/final certificateof occupancy and all related items for record purposes

QUALITY CONTROL AND COMMISSIONING

The Seller shall designate in writing, a Quality Control and CommissioningRepresentative who shall be on-site at all times while the Contractor’s Work orCommissioning activities are in progress and shall have the authority and responsibilityto accept or reject items of Work. The decisions of the Contractor’s Quality Control andCommissioning Representative shall not be binding upon the Buyer review, but theBuyer shall be entitled to have access to all information made available to or developedby the Contractor’s Quality Control and Commissioning Representative.

The Seller shall assign a person(s) to fulfill the role of a qualified Quality ControlRepresentative(s) and whose responsibilities will include the Buy-Off Procedure, QualityControl Plan, and all Commissioning activities. This person(s) shall schedule allactivities and meetings, walk downs, test witnessing, etc. with all of the Owner’sRepresentatives with a minimum of 7 business day advance notice.

COMPLYING WITH BUYER’S SITE REQUIREMENTS

USE OF EXISTING FACILITIES

The Seller shall be permitted to use the Buyer’s existing facilities in connection with thework. The Seller will be working at GM’s existing facilities and GM will commence orcontinue to perform business operations during the performance of their work. TheSeller will generally be able to use the Buyer’s restrooms, lunchrooms and vendingareas or to enter the active existing GM Site. Only the Seller’s employees who arerequired to perform work in the existing GM Site will be allowed to use the Buyer’sexisting restrooms, lunchrooms and vending areas as long as in the Buyer’s opinion, theSeller maintains the cleanliness of the facilities, does not disrupt the Buyer’s operationnor damages the facilities. The Buyer can rescind this privilege at any time withoutrecourse (monetary nor schedule) by the Seller.

GM Locker Rooms will not be available for the Seller’s employees to use.

Page 68: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 23 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

At no time shall the Seller or his employees be allowed to interfere with the Buyer’soperations. The Seller and his employees shall not be permitted to harass GMpersonnel.

TOBACCO PRODUCTS & SUNFLOWER SEEDS

GM maintains non-smoking facilities. Smoking, chewing tobacco, snuff or the eating ofsunflower seeds shall not be permitted within any GM facility, building, structure,construction trailer, office trailer, garage, etc…, including those under construction,temporary, new or existing. Smoking shall be permitted outside at only designatedlocations and fifty feet away from any entrances. The Seller shall provide buckets forcigarette butts and sunflower seeds at all designated outside smoking areas. The Sellershall clean-up all cigarette butts and sunflower seeds or hulls, whether at designatedsmoking areas or outside of designated smoking areas on a daily basis.

BUSINESS AGENT VISITS

When a business agent requests permission of the Seller and Subcontractor to enterthe Site, the Buyer Representative shall be contacted and be advised of the name of thebusiness agent and the trade representative. The Seller shall follow visitor protocol forthe business agent to enter the Site. The business agent will at all times be escorted bythe Seller’s Superintendent or Project Manager. The Buyer will be notified of all suchvisits, including the time of departure. Under all circumstances, the union representativeshall be restricted to the job where the Seller is working. The Seller shall not issue anybusiness agent a badge or a sticker that would provide him with unescorted access tothe Site.

VISITORS

Seller employees are not permitted to bring visitors or guests onto the complex fortours. In the event a visit is required that is project related, the Seller shall seek theBuyer’s approval. Once approved by the Buyer, Seller’s visitor may be providedtemporary badges consistent with the Seller’s Job Site Safety Plan. The Seller shallescort the visitor at all times. The Visitor must be signed in and out at security. Thevisitor must have the appropriate PPE and attend the Seller’s Site Orientation (includingthe Plant’s safety presentation).

PERSONAL PROPERTY

Any vehicle (or person) bringing personal property onto the Site must complete aMaterial Declaration form at the gate prior to entry (i.e. tools, stock and equipment). Thisform is valid for (90) days and allows the Seller to remove the material. Contract,company or personal property that is removed after the (90) days will require a PackagePass and the original Material Declaration form. The Package Pass and PropertyRemoval Pass will be provided in the Pre-Job meeting.

Page 69: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 24 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

VEHICLE ACCESS TO THE SITE

Personal vehicles shall not be permitted on the Construction Site.

The Seller and Subcontractor shall not drive personal vehicles onto the ConstructionSite. Contractor’s to provide company vehicles to carpool their employee to and fromthe Contractor’s Gate and the project site. The Buyer reserves the right to limit theaccess of the Seller’s and Subcontractor’s company vehicles within the ConstructionSite. All vehicles (and their contents) entering and exiting the Construction Site aresubject to search by the Buyer’s Security Representative. All company vehicles to bebrought onto the Construction Site shall have company identification permanentlyattached to the side of the company vehicle and shall have a Drive on Vehicle Permit.See the Contractor’s Information Manual and MPG Facility Handbook.

The Seller shall be responsible to contact GM Security to request and complete a Driveon Vehicle Permit request form and shall provide the required insurance documentationfor each permit requested. Permit request forms will be provided by the Buyer duringthe pre-construction meeting. The permits shall be issued by the Buyer’s SecurityRepresentative. The Buyer will pay for the cost of drive on permits that will be used toidentify that a company vehicle is permitted to access the Construction Site. The Sellershall maintain a permitted parking log that shall be submitted to the BuyersRepresentative and GM Security. This log shall include the name of the person utilizingthe company vehicle, phone number, insurance expiration dates, Seller orSubcontractor name and be numbered sequentially. Permits will only be issued tovehicles that are essential to the Work. This means that the vehicle contains requiredequipment such as, ladders, tools, or equipment that will be used daily and cannot bestored on Site. Permit requests shall be approved by the designated BuyerRepresentative. Vehicles shall be limited on where they can park and locations will bepredetermined on the required Logistic Plan. The Construction Site Vehicle Permits areonly valid for the period that they are issued. All permit authorized company vehiclesentering or exiting the Construction Site shall do so via the gates designated by theBuyer.

Heavy equipment such as dump trucks, excavators, bulldozers and vacuum trucks,provided they are clearly marked with the Seller’s name, are exempt and do not requirea vehicle permit, but will require a Property Removal Pass or Package Pass for removalfrom the Construction Site.

SITE SPEED LIMITS

Contractors are expected to adhere to site speed limits which are posted throughout thesite. Failure to abide to site speed limits will result in removal of their Drive on VehiclePermit at a minimum.

Page 70: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 25 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

.

SELLER EQUIPMENT IDENTIFICATION

All Seller and Subcontractor equipment, including safety equipment, shall be identifiedby the Seller’s name and contact phone number. All hardhats shall be identified withthe Seller’s or Subcontractor company name.

CONTAINMENT OF CUTTING OILS AND LUBRICANTS

The Seller and Subcontractor’s shall contain, collect and prevent the dripping andspillage of all cutting oils and lubricants from all mobile and stationary constructionequipment. All pipe and conduit thread machines shall be used only in a liquid-tightcutting oil collection pan. All cutting oils shall be contained by collection pans. All mobileconstruction equipment shall be equipped with “diapers.”

SITE PLAN

All Work activities at the Project Site shall be performed in accordance with the SiteLogistics Plan prepared by the Seller and reviewed and as approved by the Buyer. TheSeller shall allow five (5) business days for the approval or rejection of the plan by theBuyer. The Seller shall update the Site Logistics Plan as required by the Buyer andreflect any and all changes as the Work progresses. The plan will be shared with theMPG Site. This plan will be distributed to the Project Team and the Seller shall providefive (5) hard copies of each issuance along with an electronic format copy. This planshould include but not be limited to the following areas: the Construction Site, TrailerCity, Trailer City Parking, Safety Trailer, Subcontractor Trailers, material lay down andequipment storage areas (indoors, outdoors, on Site and off Site), Trade parking (onSite and off Site), Employee Routes (on Site and off Site) to the work area (seeContractor’s Information Manual), and work areas labeled. The Seller shall beresponsible to manage the Trailer City Layout.

SECURITY / PARKING

Seller employees and Subcontractor employees which are assigned to work at the GMProving Grounds, shall park in Contractor’s Gate Parking Lot and shall enter throughContractor’s Gate (see Contractor’s Information Manual).

TEMPORARY FACILITIES AND UTILITIES

The Seller and his Subcontractor shall provide their own utilities service tie-ins andconnections from the existing utility tie-in points to their own trailers. The Seller can usethe Buyer’s power, water, & sewer. All other services such as IT & telephone, etc…shall be provided by the Seller.

Page 71: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 26 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

The Seller and his Subcontractor shall provide their own trailers at their own costs. TheSeller and his Subcontractor shall provide all other Trailer City utilities, cleaning,drinking water, other services, communication systems and equipment, officeequipment and materials, etc… at their own cost.

The Seller shall provide his own on Site and off Site first-aid, emergency medical, clinicand fire protection services.

STORAGE OF MATERIALS & EQUIPMENT

Temporary storage of materials and equipment on the Site will be limited, and the Sellershall make every effort to have construction materials delivered to the Construction Siteon a “as needed” or “just-in time” basis. The Seller shall be responsible to pay for andprovide any off Site material lay down or equipment storage areas. The Buyer will notbe responsible for the security of the Seller’s equipment and materials stored on Site oroff site. The Seller shall provide and pay for his own security measures to protect hisequipment and materials located at on Site and offsite material laydown or equipmentstorage areas.

DELIVERIES TO THE GM PROJECT SITE

The Seller must designate one of their employees per shift as the main contact personfor all of their deliveries to the Site. The Seller designee shall also serve as the onepoint contact for all Subcontractors. This person shall coordinate delivery times andpaths with their suppliers and GM Security. All delivery vehicles entering a building orstructure must be escorted by a Seller supplied ground person (escort). The drivers ofdelivery vehicles do not require PPE unless they get out of their vehicles. The deliverydrivers shall stay with their vehicles at all times and shall not be allowed to wander awayfrom their vehicle and through the Construction Site.

MPG security must be given the name of the responsible Seller contact person andphone number. Security will call the Seller contact person and alert them that thevehicle is ready to enter the site. The vehicle will not be allowed to enter the site until a“spotter” (escort) has been provided for the vehicle.

NOTE: Delivery truck trailers must be less than 10 years old.

CONSTRUCTION MATERIAL LAY DOWN AREAS

The Seller shall store all construction materials in a manner that will keep them free ofdirt, mud, and corrosion. The Seller shall store all materials above the ground, mud orstanding water. The Seller shall clean or replace as directed by the Buyer allconstruction materials, at the Seller’s own cost, that become dirty or corroded. TheSeller at his own expense shall modify the storage method of construction materials, as

Page 72: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 27 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

directed by the Buyer, if the Seller cannot keep the materials free of dirt, mud or free ofcorrosion.

SITE MAINTENANCE

The Seller is responsible to clear snow from anywhere on the Site, the ConstructionSite, on Site and off Site Seller Parking areas and Seller on Site and off Site laydownand equipment storage areas, including removing snow away from the Trailer Cityarea, walkways, and all work areas for safe access. A snow pile designation shall bedetermined by the Buyer. The Seller shall maintain and repair all roadways, parkingareas, construction access roads and access points as directed by the Buyer. TheSeller shall provide, maintain and repair safe personnel access paths to/from all areasof the Construction Site to/from the Seller’s Parking area and Trailer City. The Sellershall maintain the cleanliness of the Site. The Seller shall keep all dirt, debris andmaterials off of the Site roadways, walkways, access points and surrounding publicroadways.

WASH OUT AREA

The Seller shall install and maintain a wash-out area for the use of all concrete transittrucks and disposal of all waste concrete by the Seller and the Subcontractor at an areaidentified by the Buyer for the duration of the Work. The Seller shall dispose of thewaste concrete periodically and shall remove all remaining concrete and the wash-outarea at the end of the Site Work.

SPOILS AREA

The Seller shall maintain a spoils area, including roll-off waste containers. All wasteshall be separated according to the type of material and segregated by roll-off wastecontainer (i.e.-metal, wood, trash, etc…).

CONSTRUCTION HOUSEKEEPING LABOR

The Seller shall maintain enough housekeeping laborers to keep the Site clean andorderly on a daily basis, including all outside Site areas (including any on/off Siteparking, material laydown and equipment storage areas). If necessary, the Seller shallbe directed by the Buyer to hire more housekeeping laborers at no additional expenseto the Buyer.

The Seller shall maintain the cleanliness of the floors on a daily basis. In addition to theuse of brooms to remove dirt and debris from floors, the Seller shall minimize airbornedust within buildings and structures through the use of floor scrubbers. The floorscrubbers shall clean all floor areas at least once per shift.

Page 73: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 28 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

RECORDING EQUIPMENT

Camera phones, cameras, audio recording and video recording equipment are notpermitted on site without the prior approval of the Buyer.

ELECTRONIC PORTABLE EQUIPMENT

The use of handheld communications devices is permitted; however, the user shallremain alert of their surroundings and step out of the aisle ways and stop walking whenusing the device even if the device is “Hands Free”. There is to be no cell phone orradio communications while operating a vehicle anywhere on site (internal or external toa building) even if it is “Hands Free”.

WORK AT BUYER’S EXISTING FACILITIES

WORKING IN THE EXISTING SITE

Jobs that are outside of the designated work areas and/or will require the closure ofaisles, roads, rooms, parking areas, etc. must be submitted in writing and approved bysecurity via the Buyer’s Representative a minimum of five (5) business days prior to thework commencing. The Seller and Subcontractor is required to notify the plant, if specialpaperwork is required it will be provided.

The form shall be submitted to the Buyer’s Representative a minimum of five (5)business days before the Seller or Subcontractor would like to start the work. Therequest must be approved by the site (production, safety and security).

COMPLIANCE WITH LAWS

UNDOCUMENTED ALIEN

Neither the Seller nor any subcontractor of any tier shall knowingly employ, hire foremployment, or continue to employ an undocumented alien to perform work under theContract Documents.

As a condition for the award of the contract or any subcontract, the Seller and itssubcontractors shall, by sworn affidavit and provision of documentation, affirm itsenrollment and participation in a federal work authorization program with respect to theemployees working in connection with the Contract Documents.

The Seller and any subcontractor may enroll and participate in federal workauthorization program and shall verify the employment eligibility of the employer’s hires

Page 74: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 29 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

whose employment commences after the employer enrolls in a federal workauthorization program. The Seller and the subcontractors shall retain a copy of thedated verification report received from the federal government. Any business entity thatparticipates in such program shall have an affirmative defense that such business entityhas not violated this section.

The Seller or any subcontractor of any tier shall not be liable under the Section abovewhen such Seller or subcontractor contracts with its direct subcontractor who violatesthe section above, if the contract binding the Seller and subcontractor affirmativelystates that the direct subcontractor is not knowingly in violation of the section above andshall not henceforth be in such violation and the Seller or subcontractor receives asworn affidavit under the penalty of perjury attesting to the fact that the directsubcontractor’s employees are lawfully present in the United States.

SAFETY PRECAUTIONS AND PROGRAMS

GENERAL MOTORS HEALTH AND SAFETY POLICY

"We are committed to protecting the health and safety of each employee as theoverriding priority of the Company. There will be no compromise of an individual'swellbeing in anything we do. The implementation of actions to help our employeesrealize a healthy injury-free environment is a leadership responsibility. Continuingsupport of this effort is the responsibility of everyone. We will lead the General Motorsteam to ensure that we protect the well-being of every member."

The General Motors President's Council

General Motors expects that vendors/outside contractors adopt this policy whenexecuting work on its premises. The foundation for an injury-free environment resideswholly with Management's Commitment to employ effective measures to maintain a"zero injury" workplace.

Those measures to be employed by each vendor's/outside contractor's managementinclude:Providing its employees effective jobsite safety orientation and specialized health andsafety training appropriate to the work being performed.Using pre-task planning as a core technique to identify and control hazards associatedwith the work.Ensuring properly trained and adequate staff are available to provide leadership.

Finally, vendor's and outside contractor's management must recognize that despite bestefforts to avoid incidents or injuries, they may occur. At such times, management must

Page 75: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 30 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

be committed to undertake an objective, non-threatening analysis of the incident so thatpermanent, remedial measures may be promptly employed to avoid a recurrence of thatoccasion.

EXCAVATION AND TRENCHING

The Seller and Subcontractor are required to obtain an Excavation Permit (seeContractor’s Information Manual) prior to excavating, trenching and making any groundpenetrations (i.e.-fence posts, poles, stakes, etc…). An Excavation Permit shall also beobtained by the Seller and Subcontractor from the Buyer prior to making any floor orroof penetration. The Excavation permit shall be obtained from the Buyer 24 hours priorto the planned activity and shall have a detailed sketch with the area and all knownutilities identified. Each and every excavation and floor/roof penetration shall be properlyguarded and marked before the excavation or penetration is made. The Seller and hisSubcontractor shall provide barricades for excavations and penetrations in productionareas. Barricades will be constructed to ensure the safety of all Plant personnel,equipment and operations. (Hard barricades are recommended for excavation &trenching activities).

SIGNAGE AND BARRICADES

The Seller and Subcontractor shall furnish, install and maintain fall protection,barricades, signs and tags (during all phases of the project: construction, start-up,commissioning, etc…) where employees and other personnel might be or would likelybe injured. Warning tape is not to be used in place of a fall protection barricade.

The Seller and Subcontractor must identify with durable, maintained signs the hazardwithin the barricaded area. The barricades and signs must be installed before the workproducing the hazard begins. The sign must include the following information: the typesof hazard(s) within the barricaded area, the name of the Seller, the person responsiblefor maintaining the barricade and their phone number.

The Seller shall erect the final, permanent fall protection (hand rails and toe plates) aswork progresses on elevated catwalks, walkways, platforms, mezzanines, floors, aroundpits and other floor openings, etc… The Seller shall design, fabricate and install fallprotection, as much as possible, so it is installed before the elevated structure iserected. Where the Seller cannot install the final permanent fall protection (handrails) aspart of the elevated structure it is protecting, the Seller shall install the final permanentfall protection (handrails) within one day of the erection of the elevated structure.

Temporary fall protection will only be used on temporary, elevated structures and worksurfaces on the leading edge of permanent work.

Page 76: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 31 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

Barricades, fall protection and signs shall meet OSHA requirements and be continuallymaintained, including the removal of the barricades and fall protection, signs after thehazard(s) is gone.

CONSTRUCTION, FALL PROTECTION, TIE-OFFS

The Seller and Subcontractor shall design and install construction fall protection and tie-offs as part of the fabricated Plant Shop equipment in order to provide fall protection forthe Seller’s and Subcontractor’s employees during the erection and installation of thefabricated equipment on Site. The Seller and Subcontractor shall also provide,incorporated/design into structures and equipment, and install fall protection, tie-offsystems prior to the installation of structures and equipment requiring fall protection, tie-off points.

SAFETY T-SHIRTS

All safety T-shirts if used shall have reflective strips on them. The safety T-shirts shallbe maintained and shall not be used if they are faded as determined by the Buyer.

ELECTRICAL EXTENSION CORDS

All electrical extension cords (drop cords) shall be identified with the Seller andSubcontractor names. Extension cords shall be supported off the floor and overhead ofthe work until they reach their point of use. Any extension cord that is not in good repairwill be confiscated and disposed of by the Buyer without monetary recourse by theSeller or Subcontractor.

USE OF INTERNAL COMBUSTION ENGINES WITHIN BUILDINGS AND ENCLOSEDSPACES

When work requires the use of equipment powered by internal combustion engines forextended periods of time, and the Seller has received the Buyer’s written consent, theengine exhaust must be vented to the outside of the building or structure to minimizeemployee exposures to carbon monoxide. In situations where equipment is continuallymoving about, this may not be practical. In these instances, equipment should be shutdown when idling for an extended period of time or when not in use. Exhaust shall notexceed 25 PPM of CO. The Seller shall continuously monitor the adjacent areas toassure these levels are not exceeded. Diesel exhaust scrubbers shall be used on allequipment used within an enclosed structure. Scrubbers must be designed for thespecific equipment and used per the manufacturer’s instructions and recommendations.

OVERHEAD DOOR ACCESS

Pedestrians are not allowed to walk through overhead doors unless escorting mobileequipment.

Page 77: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 32 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

MOBILE CONSTRUCTION EQUIPMENT OPERATORS AND ESCORT

Any mobile construction equipment shall be escorted by a “ground person” wheneverthe equipment is carrying a load and whenever a delivery is being made within abuilding or structure. Mobile construction equipment shall only be operated with theequipment headlights turned on.

CONSTRUCTION FIRE WALLS

The Seller shall install construction walls as directed by the Buyer for work performed inthe existing GM Plant. The walls shall be fire-resistant plywood up to 8’ high and thenshall be reinforced, flame resistant plastic from the top of the plywood to the ceiling orroof above. The construction walls shall be continuous and shall be constructed toprevent the migration of dust and fumes into the adjacent Buyer’s operations.

Seller shall be responsible to remove the construction walls as directed by Buyer whenwork is completed.

The Seller must protect the Buyer’s equipment and conveyors being installed by otherduring the Seller’s on-going construction activities.

JOB-SITE SAFETY ORGANIZATION - DESIGNATED REPRESENTATIVE

The Buyer will have the right to review the resumes of each and every safety personthat the Seller and Subcontractor propose to hire. The Seller and Subcontractor shallsubmit the resumes and credentials of each and every safety representative two weeksprior to bringing the safety representative on Site. GM reserves the right to accept orreject the selection of each and every safety person that the Seller or Subcontractorproposes to hire.

The Seller shall provide the following on Site Safety Employees for the duration of theWork:

One (1) - Full-time Safety Manager; shall have at a minimum the OSHA 30 –hour Construction Safety Card, the OSHA 500 Training and five years ofverifiable construction safety experience as their primary duty.

References are required and will be verified by the Buyer’s Site Safety Manager.

One (1) - Full time Safety Manager Assistant; shall have at a minimum theOSHA 30-hour Construction Safety Card and three years of verifiableconstruction safety experience as their primary duty.

Page 78: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 33 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

One (1) - Full time Safety Manager Administrative Assistant; The SellerSafety Manager Administrative Assistant shall relieve the Seller Safety Managerand Assistant from having to take care of routine paperwork.

The Seller Safety Manager and the Seller Safety Manager Assistant shall each spend atleast four hours per day walking the Construction Site.

The Subcontractor shall have full time Safety Representatives on Site. There shall be aminimum of one full time Safety Representative for each Subcontractor that has fifteenworkers or more. Each Subcontractor company shall provide one additional full time, onSite, Safety Representative for each additional twenty (25) workers / employees aSubcontractor company brings on Site, even if the Subcontractor company workers,work under separate contracts, Sellers or Subcontractors. All Subcontractor SafetyRepresentative shall have a Thirty-Hour, OSHA Training Certificate with three yearsminimum verifiable construction safety experience as a primary duty. The Buyerreserves the right to require the Subcontractors to have a full time SafetyRepresentative if safety issues develop, even if the Subcontractor has less than thefifteen workers minimum. If the Subcontractor has less than fifteen workers, then asenior management person will be designated as the Subcontractor SafetyRepresentative and will be held responsible and accountable for all safety activitiesincluding all required documentation.

The Seller must post and maintain one (1) Safety Bulletin Board at the Construction Siteentrance and their immediate work area. Each of the Subcontractors shall also maintaina Safety Bulletin Board in their immediate work areas. The following information will beposted on each Safety Bulletin Board at a minimum: Weekly Safety Tour Results,Seller’s Own Safety Performance tracking, Emergency Evacuation Routes, EmergencyShelter Areas & Emergency Access routes, Emergency Phone Numbers, Spill ControlResponse, Seller’s Job Site Organization and the Buyer’s Job Site Safety Organization,Tool Box Talks, Pre-Task Plans and Sign-In Sheets and Weekly Safety MeetingMinutes.

Prior to commencement of the Site Work by the Seller or the Subcontractors, the Sellershall schedule a safety job review(s) with the Buyer to verify the Seller andSubcontractors are meeting the safety requirements of the Project. All safetydocumentation that is required of the Seller is also required of the Subcontractors, to beturned into the Buyer’s Safety Manager.

The Buyer reserves the right to add or remove safety requirements as the project andsafety conditions warrant.

Page 79: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 34 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

SAFETY ORIENTATIONBADGING, & SAFETY AWARDS

The Seller will hold site orientation in the Safety trailer and show the appropriate GMVisitor Protocol video as part of each Buyer approved Seller’s Orientation Program.Seller shall provide signed verification of the orientation to Buyer’s Document ControlAdminister. The Seller shall provide project specific stickers for the hardhats that willhave the emergency number on them. The verbiage is subject to the approval of theBuyer.

All Seller and Subcontractor personnel working on Site shall be required to present aSeller, Site Specific Badge and Sticker to the GM Site Security Guard in order to gainaccess to the Site. The Seller, Site Specific Badge or Sticker shall be obtained by eachSeller or Subcontractor employee, only after the employee successfully completes theSeller’s Site Orientation Program. The Seller shall hold the Seller’s, Site OrientationProgram in the safety trailer (Buyer provided). The Seller shall show the Seller’sSafety/Orientation and the GM Plant’s Orientation Videos as part of the Seller’s, SiteOrientation Program. The Seller shall provide signed verification of the orientation to theBuyer’s Document Control Administer with a copy of “current” status for substanceabuse testing for each individual requesting access to the Site. The Seller shall provideorange background with black lettered project specific stickers for the hardhats that willhave the Site emergency number on them. Verbiage is subject to the approval of theBuyer.

The Seller shall pay for all hardhat stickers for project workers and visitors (Seller,Subcontractor & Buyer) including: safety, orientation, roof access, commissioning,hours-safely-worked achievement awards, etc…

The Seller shall pay for all safety hour celebrations (luncheons, prizes and gifts) forProject workers (Seller, Subcontractor and Buyer). The Seller shall hold a safetyluncheon for all project employees at 50,000 hours, 100,000 hours, 250,000 hours andevery 250,000 hours thereafter.

SAFETY MEETINGSEXISTING GM SITE SAFETY REQUIREMENTS

The Seller shall meet with the GM Site Safety Representatives before beginning any ofthe Work at the existing GM Site. The meeting shall be arranged only with theassistance of the GM Project Safety Manager. The Seller shall meet the site’s safetyrequirements and procedures as part of the Work at the existing GM Site. The Sitesafety requirements cover but are not limited to the following concerns: construction

Page 80: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 35 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

safety, lock-out/tag-out, PPE, EWSP, industrial hygiene, noise, dust, MSDS andenvironmental requirements.

NOTIFICATION OF SERIOUS INJURY, INCIDENT AND NEAR MISS

At the Buyer’s request, the Seller shall, at no additional cost to the Buyer, documenteach first aid case and provide the Buyer corrective action plans on the Seller’s IncidentInvestigation Report.

ACCESS TO THE CONSTRUCTION SITE

Seller’s personnel shall enter and exit the Construction Site at the Contractor’s Gateusing the means of identification directed by the Buyer. Also toolboxes, bags,packages, etc…, carried in or out of the Site shall be subject to search by the Buyer’sSecurity Representative.

CONTRACTOR GREEN CONSTRUCTION PROGRAM

General Motors Facilities Group encourages our construction contractors to utilizeGreen Construction practices during the execution of projects that they perform inorder to support GM’s commitment to the environment.

As part of each Bidders bid submission, GM is required that the attached check list becompleted. The successful Bidder, prior to starting work in the field, shall submit a“Green Construction Program” that outlines the procedures and practices that theBidder plans on implementing during the design and construction of the project. Thiswill serve as an opportunity to build structures that use less energy, raw materials andwater which results in a cost savings / cost reduction to the overall project for both thesuccessful Bidder as well as GM. The check list will be reviewed as part of the overallpackage that is evaluated during a technical review of each Bidder’s bid prior to award.

The bidders are encouraged to expand on this checklist if past experiences / bestpractices / company policies support a “Green Construction Program” and could beimplemented on the project.

Some examples of efforts that can be documented as part of the Green ConstructionProgram may include practices listed on the attached. Please review the list andindicate whether the Green Construction Practice listed is one that can be implementedas part of the project.

THIS PROGRAM DOES NOT REPLACE OR ELEMINATE OTHER CONTRACTUALREQUIREMENTS AND RESPONSIBILITIES.

Page 81: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 36 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

HAZARDOUS MATERIALS, WASTE AND CONTAMINATIONOFF SITE DISPOSAL/RECYCLING

Non-Hazardous Construction Debris (C&D) Waste – Seller shall include as part ofthe Base Bid Amount, the cost for the management, separation and disposal of all non-contaminated and contaminated (non-hazardous) C&D waste (including soil, concrete,metal and all other excavation materials), friable and non-friable asbestos, and trashusing a General Motors approved waste disposal or scrap reclamation site, as shownon the Waste Stream Management document, dated March 23, 2012. C&D waste iswaste generated as a result of construction and demolition activities and is not the resultof an industrial process. General Motors approved disposal site list will be provided tothe bidders. If the Seller wishes to use a company other than a GM approved site, theSeller must obtain approval from General Motors. The Seller shall recycle constructionand demolished materials including, but not limited to, scrap steel, carpet, ceiling tiles,drywall, concrete and cardboard at a GM approved site.

The Seller shall furnish a list of all recycle/disposal vendors, waste volumes associatedwith the project and all documentation (shipping documents, scale tickets, etc.)concerning the disposal and recycling of waste under the contract at the completion ofthis project.

The Seller shall also follow the attached Environmental Due Diligence Requirements.

Hazardous C&D Industrial and Hazardous Waste – If the Seller suspects that anywaste may contain any industrial or hazardous materials, the Seller shall immediatelycontact the Buyer. The Seller shall not dispose of any industrial or hazardous wastes.All industrial and hazardous wastes must be placed in containers provided by the Buyer,and appropriate labeling and placarding must be used. The Buyer, through the BuyerRepresentative, will provide disposal services for all contaminated C&D, industrial andhazardous waste.

CONTRACT SUM AND PAYMENTOWNER ALLOWANCES

Before the Seller proceeds with the expenditures defined by an Allowance, the Sellershall submit to the Buyer (for review and approval) a DCR with a plan for expenditurewhich explains subcontractor or suppliers being considered, how any supplier orsubcontractor is to be selected, the basis of payment and estimated cost. In addition,the Seller shall provide an estimated cost of labor, material and equipment provided by

Page 82: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 37 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

the Seller. The Seller shall not proceed with the Work until authorized to do so by theBuyer.

Payment to the Seller for Work defined by an Allowance shall be in conformance withMethod 3, described in Article 14.3.3. The Seller will keep complete records showing allexpenditures (including the cost of manpower) for the service or items procured underthe Allowance. Each day the Seller shall submit to the Buyer time sheets showing thelabor expended along with equipment and material received for this work for theprevious day. As soon as the final cost is known (and before the submittal of theinvoice for Final Progress Payment), the Seller will submit a DCR requesting a FieldOrder to be issued for the overrun or underrun of the Allowance. The DCR shall beaccompanied by a quotation detailing expenditures and other costs for the underrun oroverrun. If there is no underrun or overrun, the Seller shall submit a quotation for $0detailing the expenditures and costs. The quotation shall comply with the requirementsfor a quotation for a Field Order.

Per Article 13.9.1 - The instructions and editable versions of the Invoice Forms will beprovided to the successful bidder.

Seller may also wish to submit a pre-copy of their invoice to Michele Hogan [email protected] who will review the invoice for completeness.

Upon completion of the work and prior to submittal of the Application for RetentionPayment, the Seller shall furnish to the Buyer one (1) reproducible set of 2-D as-builtdrawings, and one (1) 2-D CD-ROM computer disk. The drawings shall show locationsand elevations of all work and shall record any variations from working drawings,engineering drawings or Shop Drawings.

MISCELLANEOUS

SILICONE CONTAMINATION

ABSOLUTELY NO silicone or silicone-containing materials or lubricants are used inany manner in the Buyer’s plant facilities.

START UPEQUIPMENT DESIGN AND START UP PROCESS

The General Motors Design for Health and Safety Specification will be used fordesigning and installing all new equipment, refurbished equipment and or newprocesses.

Page 83: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 38 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

The Seller shall implement the Facilities, Equipment and Systems Buy-Off Procedure(See Attachments). This Procedure will include a scanned copy of the NAO0052Equipment Buy- Off form, Red Tag Procedure (aka 3 Part Tag &/or replaced by G-Comply). This procedure shall be a part of the quality control plan to address therequirements of scheduling, notification, coordination, verification, and documentationrequired for final acceptance of equipment and systems by the Owner. The Contractorshall designate a representative(s) to perform the role of Buy-Off Coordinator(s) asoutlined in the Buy-Off Procedure.

The Seller shall use the G-Comply process for equipment start-up

Page 84: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

SCHEDULEING REQUIREMENTSPROPOSAL SCHEDULEThe Seller shall submit a summary bar chart schedule with the proposal for the project. Inaddition, the Seller shall submit evidence with the proposal that his organization is qualified in thetechniques of critical path scheduling and control of the work to the extent and of the complexityanticipated for this project and indicate the critical path method scheduling software to be used.

The summary bar chart schedule shall separately identify the activities for each trade or area andinclude all work contained in the Contract scope of work, including but not limited to designdevelopment and engineering construction documents, subcontractor identification, material andequipment procurement, construction, installation and commissioning activities. The summarybar chart shall be time scaled, maximum monthly, to indicate the start and finish of each workelement, using the anticipated contract award date as Day 1. The summary bar chart shall includeall milestones provided in the contract documents and shall be developed to a level of detailadequate to convey the Seller's plan to deliver the work of this contract per the Buyer's requireddates.

SCHEDULING - GENERALThe Seller’s obligations regarding the CPM Schedule include preparation of a detailed, criticalpath method schedule, monthly status reports, revisions to the networks and analyses asprescribed, and an as-built schedule. The planning, scheduling, management and execution ofthe work are the sole responsibility of the Seller. The progress schedule requirements in theContract Documents are established to allow the Buyer to review the Seller's planning,scheduling, management and execution of the Work; to assist the Buyer in evaluating workprogress and make progress payments; to allow other contractors to coordinate their activitieswith those of the Seller; and to provide the Buyer with information about the construction schedule.

The Seller shall prepare, for review and acceptance by the Buyer, a logic-based CPM Scheduleusing a computerized critical path method scheduling program acceptable to the Buyer. TheSeller shall submit the same information in electronic format in addition to the paper copiessubmitted. The CPM Schedule shall be used to plan, organize, direct, manage, control andadminister the work and to provide a basis for determining job progress. The project completiondate and other milestone dates provided in the contract documents shall govern and the CPMSchedule shall include these dates and shall be prepared so as to meet these required dates.

PRELIMINARY SCHEDULE AND NARRATIVE REPORTThe Seller, within fourteen (14) days after the date of the contract, shall submit to the Buyer apreliminary CPM Schedule and narrative report that clearly define activities within the first sixty(60) calendar days of the project. The general approach to the balance of the work shall be shownby summary activities.

At the same time, the Seller shall designate and submit the qualifications of his lead SchedulingRepresentative for the project. The Contractor's Lead Scheduling Representative shall have thecapability to perform the work required by these specifications and shall have the necessaryexperience in similar type projects and critical path scheduling to execute the work.

Page 85: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

BASELINE SCHEDULE AND NARRATIVE REPORTThe Seller, within thirty (30) days after the date of the contract, shall submit to the Buyer acomprehensive CPM Schedule and narrative report with added level of detail required to plan andcontrol the rest of the work of the contract and satisfying the requirements of the contractdocuments. The comprehensive schedule shall have been reviewed and accepted by keysubcontractors and suppliers prior to submittal to the Buyer.

Upon initial submission of the baseline schedule, the Seller shall schedule a meeting with theBuyer to discuss the schedule and review the critical path, work sequence and resourceassumptions that form the basis of the schedule. The schedule, when accepted by the Buyer,will become the Project Baseline Schedule and shall be binding on the Seller.

SCHEDULE CONTENTThe schedule shall reflect the contract dates and include all design and construction activitiessuch as design development, engineering construction documents, permitting, detailing, shopfabrication, mobilization, field activity durations, building and equipment commissioning andacceptance and shall be sufficiently detailed to enable the Buyer to compare actual withscheduled progress at all times throughout the duration of the work. The schedule shall portraythe specific plan of operation proposed by the Seller. The schedule shall include interrelatedactivities of any phase of work being performed under a separate contract with the Buyer, andshall show related activities by others as provided to the Seller by the Buyer.

The Seller shall submit the current schedule data file in the accepted electronic format in additionto the paper copies submitted.

Activity Identification numbers shall be unique, such that not more than one activity may have thatactivity number and each activity shall have the same identification number throughout the project.Description of each activity may be brief but shall convey the scope of work described. Durationfor all activities shall be in working days (not calendar days) and no duration shall exceed 20 days,with the exception of activities representing materials procurement. In calculating activitydurations, normal inclement weather shall be considered.

Currently known dates that are critical to the delivery of this project are as follows:

MILESTONE EVENT DATEPre-Bid Meeting 7/9/2014Bids Due 7/21/2014Anticipated Award 8/6/2014Mobilization 8/13/2014Project Complete 12/31/2014

GM “NON-PRODUCTION’ HOLIDAYS

If indicated Seller’s will be allowed to work in the plant on the following GM holidays. For“GM Holidays” which are considered “work days” by the local trade unions and/or theNMA, the Seller shall plan to work and show this in their schedule.

Page 86: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Available to SellerDATE HOLIDAY YES NO9/1/2014 Labor Day X

11/27/2014 Thanksgiving X

12/25/2014 Christmas X

Page 87: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 42 of 45 MPG WWT UpgradesJuly 9, 2014 Bid Package Number: MDC-1200663-002

SCHEDULE UPDATE REPORTSBeginning with the first monthly project meeting and monthly thereafter, the Seller shall submit tothe Buyer a status report, based on the detailed CPM Schedule, with data as of the last day ofthe prior pay period. The monthly status report shall include an updated copy of the currentlyaccepted schedule, variance to baseline report, variance to critical path report, and a narrative.The Seller will address the Buyer's comments in the subsequent monthly status report. The Sellershall submit the same information in electronic format in addition to the paper copies submitted.

The monthly schedule status report shall show percentages of completion for all activities, actualstart and finish dates and remaining durations, as appropriate, as well as baseline start and finishdates. Activities not previously included in the baseline schedule may be added but thecontractual dates and milestone dates in the schedule shall not be changed except by changeorder. Review of a revised schedule by the Buyer will not be construed to constitute concurrencewith the time frames, durations or sequencing for such added activities.

The narrative shall include the following information:

Construction progress including: Activities completed this reporting period Activities in progress this reporting period Activities scheduled to commence next reporting period

Description of problem areas

Current and anticipated delays: Cause of the delay Corrective action and schedule recovery adjustments to correct the delay Impact of the delay on other activities, milestones, and completion dates

Changes in construction sequence

Pending items and status thereof: Permits Change Orders Time Extensions

Contract completion date status: Ahead of schedule and number of days, or Behind schedule and number of days.

In addition to the monthly progress schedule updates, the Seller will be required to submit a ThreeWeek Look-Ahead Schedule on a weekly basis. That schedule will show all scheduled activitiesand durations for the upcoming three (3) weeks, plus one (1) week of history of activities workedduring the previous week with actual start and/or finish dates and percent complete. The reportshould highlight any variance from the previous week's plan with a narrative description of anymeasures required to maintain planned progress. The Four Week Schedule will be distributedprior to and reviewed at the weekly construction coordination meeting.

Page 88: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 43 of 45 MPG WWT UpgradesJuly 9, 2014 Bid Package Number: MDC-1200663-002

PROGRESSIf the Seller fails to adhere to the project schedule, the Buyer may request that the Seller prepareand submit a recovery schedule that details the means and methods that the Seller will use toavoid any delay to the project milestones. The recovery schedule should show the work location,number of men and crew and equipment required to bring the project back on schedule. If theSeller fails to maintain and meet the recovery schedule, the Buyer reserves the right to takewhatever steps necessary to bring the project back on schedule at the Seller’s expense.

REVISIONS TO PROJECT SCHEDULEAll requests for revisions to the Project Baseline CPM Schedule critical path shall be made by theSeller using a DCR, which will be subject to acceptance by the Buyer. The revision shallincorporate all previous changes to reflect current as-built conditions.

A revised detailed work plan shall be submitted for review, when required by the Buyer, if theBuyer directs a change that affects the dates specified in the Contract or alters the length of acritical path, or if the Seller elects to change any sequence of activities so as to affect a criticalpath on the CPM schedule.

If the Buyer requires revisions to the CPM schedule in order to evaluate planned progress orassess the impact of a change in the work being considered, the Seller shall provide an interimsubmittal for review with the change impact incorporated as directed. Approved interim revisionsto the documents will be incorporated into the project schedule during the first subsequentmonthly status report.

AS-BUILT SCHEDULEAfter Substantial Completion but prior to Final Payment, the Seller shall submit an as-builtschedule. The As-Built Schedule shall include all activities with actual start and finish dates. TheSeller shall submit the same information in electronic format in addition to the paper copiessubmitted.

ATTACHMENTS:

GM Buy Off ProcedureG-ComplyAppendix J for Captured Key

Page 89: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

STATEMENT OF REQUIREMENTSMPG WWT Upgrades

Statement of Requirements Page 44 of 45 MPG WWT UpgradesJuly 9, 2014 Bid Package Number: MDC-1200663-002

Page 90: North American Operations - Home | Brencal Contractors€¦ ·  · 2014-07-15North American Operations Project Milford Proving Grounds ... bid to GM and for no other purpose –Please

Statement of Requirements Page 45 of 45 MPG WWT UpgradesJune 30, 2014 Bid Package Number: MDC-1200663-002

CONSTRUCTION GENERAL TERMS AND CONDITIONS

The contract will be issued on a standard General Motors Purchase Orders. GMPayments Terms are 2nd Day, 2nd Month.

General Motors Standard Purchase Order Terms and Conditions are altered by thefollowing:

Construction General Terms and Conditions – Dated: Local Appendix Special Safety Conditions GM1788 “Additional Terms and Conditions GM2500 “Construction Manager Supplemental Conditions Scope of Requirements

Construction General Terms and Conditions can be accessed atwww.gmsupplypower.com, login, select Manufacturing Power, select Applications,select Facilities, then select “Construction General Terms and Conditions”

If your company has not previously registered at GM Supply Power, you may do sowhen you access www.gmsupplypower.com. Click the button “Register” and follow theinstruction provided for “Supplier Enrollment”. The GM group you select to send yourrequest to is “005356613/wfg”.