Loading...
HomeMy WebLinkAboutCROWDER CONSTRUCTION COMPANY GOOD RICH STREET RWPS IMPROVEMENTS ,I I I I I I I ^ I I I I I I I I I I I I it j/ /16 Lf '1 AUGUSTA UTILITIES DEPARTMENT BOND PROJECT N(). 10250 GOODroCHSTREETR~S . IMPROVEMENTS - CONTRACT 1 DIESEL PUMPS 6, 7, AND 8 CONTRACT DOCUMENTS September 2007 Project 0302~01 PREPARED BY EEL 435 TELFAIR ST. AUGUSTA, GEORGIA ENGINEERS PHONE (706)724-5627 ZIMMERMAN, EVANS AND LEOPOLD, INC. I I I' I I I I I I I I I I I I I I I I AUGUSTA UTILITIES DEPARTMENT BOND PROJECT NO. 10250 GOODRICH STREET RWPS TIMPROVENffiNTS-CONTRACTl DIESEL PUMPS 6, 7, AND 8 CONTRACT DOCUMENTS September 2007 Project 0302~0 1 PREPARED BY EEL 435 TELFAIR ST. AUGUSTA, GEORGIA ENGINEERS PHONE (706)724-5627 ZIMMERMAN, EVANS AND LEOPOLD, INC. I I I I I I I I I I I I I I I I I I I INDEX INVITATION TO BID INSTRUCTION FOR BIDDERS BID BID BOND NOTICE OF AWARD AGREEMENT PAYMENT BOND PERFORMANCE BOND NOTICE TO PROCEED CONTRACT CHANGE ORDER GEN&RAt, CO~PI-T.~O~S SUPPLEMENTAL GENERAL CONDITIONS SUPPLEMENTARY CONDITIONS TECHNICAL SPECIFICATIONS SECTION TITLE Tl T2 T3 T4 TS T5A T6A T6B T7 TB T9 TIOE Tll T12 T13A TI4 TI5 T16 T17 T17A T19 Site Work Excavation, Filling and Backfilling Concrete Masonry Structural Steel & Miscellaneous Metal Standing Seam Metal Roof Plant and Yard Piping Tunnel and Bore and Jack Crossing Valves, Hydrants, and Gates BUildings and Accessor~es Painting and Finishing Aboveground Fuel Oil Storage Tanks Equipment Erection Hoists and Monorail Systems Security System Lift Station Plumbing, Heating and Ventilating Electrical Instrumentation Control Panels and Systems Grassing 0302-01 IND.doc IND-l' SECTION IND INDEX 'ZEL, ENGINEERS I I I I I I I I I I I I I I I I I I LIST OF DRAWINGS Drawing No. Cover IGl IG2 1G3 IG4 IG5 IG6 2CIA 2ClB 2Clc 2C2 2C3 2C4 2C5 2C6 2C7 2C8 2C9 2M1 2M2 2M3 2M4 2M5 2M6 2S1 2S2 2S3 2S4 2S5 2S6 2S7 2SB 2S9 2S10 2S11 2S12 2S13 2S14 2515 2S16 2S17 2S18 2S19 2S20 2S21 2522 3Ml 3M2 3M3 3M4 3M5 0302-01 IND.doc SECTION IND INDEX Ti tle Location Map Drawing List General Arrangement Standard Structural Details Standard Details - 1 Standard Details - 2 Sewer and Water Line General Notes Soil Erosion and Sediment Control - Initial Plan Soil Erosion and Sediment Control - Intermediate Plan Soil Erosion and Sediment Control - Final Plan Soil Erosion Control Details Site Demolition Plan Site Staking Plan Site Grading and Drainage Plan Grading and Drainage Details Miscellaneous Site Details Enlarged Site Plan Road Profiles Yard Piping Plan - 1 Yard Piping Plan - 2 Yard Piping Sections Yard Piping Profiles Small Yard Piping Plan Sanitary Sewage Lift Station Yard Structures Plan Valve Vault No. 3 - Sheet 1 Valve Vault No. 3 - Sheet 2 Valve Vault No. 3 - Sheet 3 Valve Vault No. 4 - Sheet 1 Valve Vault No. 4 - Sheet 2 Valve Vault No. 4 - Sheet 3 Valve Vaults No.5, 6 and 7 Retaining Walls 1, 2 and 3 - Elevation Retaining Walls 1 and 2 - Sections Retaining Wall 3 - Section Retaining Wall 4 - Elevations Retaining Wall 4 - Sections Retaining Wall 4 - Plan and Sections Retaining Wall 5 - Plan and Sections Retaining Wall 6 - Plan and Sections Retaining Wall 7 - Plan and Sections - 1 Retaining Wall 7 - Plan and Sections - 2 Retaining Wall 7 - Stairs and Platform Retaining Wall B - Plan and Sections Retaining Wall 8 - Sections Diesel Wetwell Intake - Plan and Sections Diesel Pump Station - Mechanical Arrangement and Piping Plan-l Diesel Pump Station - Mechanical Arrangement and Piping Plan-2 Diesel Pump Station - Mechanical Sections and Details - 1 Diesel Pump Station - Mechanical Sections and Details - 2 Diesel Pump Station - Mechanical Sections and Details - 3 IND-2 'ZEL, ENGINEERS , I I I I I I I I I I I I I I I I I I SECTION IND INDEX 3M6 3M7 3M8 3M9 3S1 3S2 3S3 3S4 3SS 336 3S7 3S8 359 3S10 3S11 3S12 3S13 4S1 452 453 454 4S5 5El 5E2 5E3 5E4 SES 5E6 5E7 SE8 5E9 5EI0 SEll 5E12 5E13 5E14 6I1 6I2 613 6I4 Diesel Pump Station River Inlet Bar Screen Engine, Fluid Coupling and Gear Reducer Cooling Flow Diagram Fuel Oil Lines Flow Diagram Diesel Pump Station Mechanical Sections Diesel Pump Station Wetwell Plan and Sections Diesel Pump Station Structural Plan Diesel Pump Station Mezzanine Structural Plan Diesel Pump Stafion Roof Framing Plan and Sections Die~el. ~ump Sta.tion Elevations Diesel Pump Station - Structural Diesel Pump Station - Structural Diesel Pump Station - Structural Diesel Pump Station - Structural Diesel Pump Station - Structural Diesel Building Exterior Stairs Diesel Pump Station Door and Window Schedules Diesel Pump Station Head, Jamb and Sill Details Intake Nos. 9 and 10 Plan Intake Nos. 9 and 10 Sections - 1 Intake Nos. 9 and 10 Sections - 2 Intake Nos. 9 and 10 Sections - 3 Intake Nos. 9 and 10 Sections and Details Electrical Site Plan Electrical Demolition Plan Enlarged Partial Electrical Site Plan - 1 Enlarged Partial Electrical Site Plan - 2 Electrical - ~lan and Detail~ Maintenance Building Diesel Pump Station Electrical Power Plan Diesel Pump Station Lighting Plan Grounding and Lightning Protection Plan Electrical - Valve Vaults No. 3 and No. 4 Electrical Conduit, Cable and Circuit Schedule Single Line Diagrams Diesel Pump Station - Electrical Panel Schedules Diesel Pump station - Electrical Details Security System Site Plan P & ID Legend and Symbols P & ID Valve Vaults, Flow Meter and Lift Station P & ID Diesel Pump Station SCADA and Security Systems Block Diagram Sections Sections Sections Sections Sections and and and and and Details Details Details Details Details - 1 - 2 - 3 - 4 - 5 0302-01 INn.doe 'ZEL, ENGINEERS IND-3 I I I I I I I I I I I I I I I I I I I SECTION IB INSTRUCTION TO BIDDERS IB-Ol GENERAL All proposals must be presented in a sealed envelope, addressed to the OWNER. The proposalmu.st be filed with the OWNER on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to' the time stated will be returned unopened. Prior to the time staled any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of conll'act with the successful bidder. IB-02 EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work; the conformation of the groundj the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work; the general and local conditions; and all other matters which can in any way affect the work or the cost thereof under the contract No oral agreement or conversation with any officer, agent, or employee of the OWNER, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Geri A. Sams, Director of Purchasing; Purchasing Department; Room 605; 530 Greerte Street; Augusta, GA30911 and to be given consideration must be received at least ten days prior to the date fixed for the openingof bids. Any and ail such interpretations and any suppleme,ntal instructions will be in the form of written addenda to the specifications which, if issued, will be sent by facsimile or US. mail to ail prospective bidders (at the respective addresses furnished for such purposes), not later than five days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. m-04 PREPARATION OF BIDS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "no bid" where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total amount ()f either the original or revised bids; Bids by wholly owned proprietorships or partnerships will be signed by all OWNERs. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. IB~1 I I I I I I I I I I I I I I I I I I I NOTE: A 10% Bid Bond is required in all cases. IB-05 BASIS OF AWARD The bids will be compared on the basis of unit prices, as extended, which will include and cover the furnishing of all material and the performance of all labor requisite or proper, and completing of all the . work called for under the accompanying contract, and in the manner set forth and described in the specifications. Where estimated quantities are included in certain items of the proposal, they are for the purpose of comparing bids. While they are believed to be dose approximations, they are not guaranteed. Iti~ the responsibility of the CONTRACTOR to check all items of construction. In case of error in extension of prices in a proposal, unit bid prices shall govern. IB-06 BIDDER'S OUALlFICA nONS No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIP:MENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The OWNER may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The OWNER reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the OWNER that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) .firms or corporations for whiCh the bidder has done similar work. IB-07 PERFORMANCE BOND At the time of entering into the contract, the CONTRACTOR shall give bond to the OWNER for the use of the OWNER and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the OWNER hannless from all cost and charges that may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contra.ct satisfactory to the OWNER and authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. IB-08 RElECfION OF BIDS These proposals are askefl for in good faith, and awards will be made as soon a.s practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the OWNER. 1B-09 PROGRAM MANAGER CH2M HILL is the Program. Manager for the project described herein; address is 360 Bay Street, Suite 100, Augusta, GA 30901 IB-2 -I 1 SECTION BID BID I DATE: Z/I/S /2. 008 , . I ~ROPOSAL OF Crowder Construction Company (h~,l;~in~ft:er ) called "BIDDER", organized and e'xisting under the laws of the State of I North Carolina a corporation , doing business as *' I TO: Augusta GA c/o Purchasing Dept. 504 Municipal Bldg Augusta, Georgia 30911 (hereinafter called "OWNER") I In compliance with your Advertisement For Bids, BIDDER hereby proposes to perform all WORK of the Contract for: I BOND PROJECT NO. 10250 GOODRICH STREET RWPS. IMPROVEMENTS - CONTRACT 1 DIESEL PUMPS 6, 7, AND 8 in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the price stated below. I By submission of this BID, each BIDDER certifies, and in the case of joint BID, each party thereto certifies as to his own organization, that this BID has been ' arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. 1 1 BIDDER hereby agrees to commence work under this Contract on or before a date to be specified in the NOTICE TO PROC~D and.to fully complete the Project within 600 consecutive calendar days thereafter. BIDDER further agrees to pay as liquidated damages, the sum of $1,000.00 for each consecutive calendar day . thereafter as provided in Article 2, Paragraph 3 of the Agreement. 1 I BIDDER acknowledges receipt of the following ADDENDUM (A): No. No. No. No. 1 2 3 4 Dated Dated Dated Dated Jaill.iary 10 2008 , . January 29 , 2008 . February 7 ,:2008 February 8." -, 2008 1 BIDDER agrees to perform all t~work described,~n the BAsE BID of the CONTRAct DOCUMENTS for ,the total sum of 'h...'V-\-cr,c." """, l\L'o"",, e,Sb.t.J.tvno''f''CcrJ ~eJ~~~ Th.)~Ot6fIJ Dollars ($~ ~ elJ 000 ) subject to e reductions or additions resulting from price rtemsJ all in accordance with the following Schedule of Payment Items. 1 1 -------------------------------------~------------------~---------------------- AMOUN'l'S ARE TO BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS SHALL GOVERN. I ---------------------------~------------------------------------~-------------- * Insert "a corporation", "a partnership", or "an individual", as applicable. 1 BID-l . 'ZEL. ENGINEERS 0302-01 BID.doc I I I I 1 I I I I 1 I 1 I I I 1 1 I I I SECTION BID BID BIDDER understands that the OWNER reserves the right to reject any or all B~ds and to waive any informalities in the Bidding. The BIDDER agrees that this Bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing t~e for receiving Bids. Upon receipt of written Notice of Acceptance of this Bid, BIDDER will execute the formal Contract within ten (10) days and deliver a Surety Bond or Bonds as required by Article 5 of the General Conditions. The Bid Security attached in the sum . of Ten (10%) Percent of Bid Amount Dollars ($ 10% of Bid Amount is to become the property of the OWNER in the event the Contract and Bond are not executed within the t~e set forth as liquidated damages for the delay and additional expense to the OWNER caused thereby_ lly Submitted: By: Signature Title: W. Norris Vice President Address: Firm Name: Crowder Construction Company 1111 Burma Drive Apex, NC 27539 (SEAL - if Bid is by a Corporation) 0302-01 BID. doc BID-2 'ZEL. ENGINeERS , DATA TO BE 'SUBMITTED WITH BID 1 A. SUPPLEMENTAL INSTRUCTIONS: The following instructions supplement the requirements of the Information For Bidders and provides instructions for completing the' schedules which follow. I 1 1 1 1 I 1 I I I I I 1 1 I 1 I I SECTION BID BID 1. The Bidder shall submit a list of names and addresses of at least five (5) clients for which the Bidder has constructed similar work of compa~able s~ze and complexity. 2. The Bidder shall list in the space provided in Schedule C ALL major subcontractors to be used for construction of the project. Subcontractors so listed shall be used for the contract construct~on unless their replacement is approved by the Engineer and the Owner. B. LIST OF PREVIOUS PROJECTS: 1. Project Name: Northeast WRF Expansion Client/Owner: Clayton County Water Authority Engineer: ,-' CH2MHill Completion Date: 3/15/08 i Approx. Contract Amount $55,633,000 2. Project Name: McAlpine Creek WWMF Combine Influent Pumping Facilities Client/Owner: Charlotte-Mecklenburg Utilities Engineer: HDR Engineering, Inc..of the Carolinas Completion Date: Nov. 2007 i Approx~ Contract Amount $ 30,572;000 3. Project Name: Glider Creek WWTP Client/OWner: WeRternCarolina Regional Sewer Authority Engineer: Camp Dresser & McKee Inc. Completion Date: July 2008 i Approx. Contract Amount $ 43,900,000 4. project Name: Walnut Creek Water Reclamation Facility Client/Owner: Henry County Water & Sewage Authority Engineer: Arcadis G & M Completion Date: 11/1/04 Approx. Contract Amount $'25,564,000 'ZEL, ~NGINeERS , 0302-01 Bm.doc BID-3 I I 1 I I 1 I I I I 1 I I I I I 1 1 I SECTION BID BID 5. Project Name: James A. Loughlin WWTP Upgrade & Expansion Client/OWner: City of Wilmington Engineer: McKim and Creed Completion Date: Nov. 2008 Approx. Contract Amount $68,980,000 C. LIST OF PROPOSED SUBCONTRACTORS: 0302-01 BID. doc 1. &o~J,l1r Col/1.64.rvc.J-J ~ (04~ Address: ,t \, ~u~-..a- \)~ A?Cl.1< .~ Concrete Construction: Vo..Jdu- (PY\.~c..-4iM (.b.cA~~ Address: l'\\ 1S'J""'~Ot ?-< ~~~lC ^ )C Electrical: . UowJu (.JY's-Wc..+t~ (6MfDO.....~ ' Address: -lULBOll~ po/ /I,?.R~ ~ Smalll':-1:~Gh.a,~i.,G~.l: (..ro~hr ~eH~ (-^h.""~ Address: -LH \ S3 '.t...r ~ 0... C>c Ap-(: 2' A )C Instrumentation: Cffi~f l..o""'S~d.rc.--. (bA..Af~j Address: . -.LLU ~Uy ~ ])...- A"i("<..'K kJ C_ Piping.: (&"b.,)Ju (~s.~c)c:..~o- ~~ I \ \ \ B "..... 'IV) Q.,.1:> 6' A~ ~ ~ "-Ie Grading: 2. 3. 4. 5. 6. Address: BID-4 'ZEL, ENGINEERS , I I I I' I I 1 1 I I 1 I I I I 1 1 I I SECTION BID BID D. SCHEDULE OF EQUIPMENT INCLUDED IN BASE BID: (CONTRACTOR MUST BID BASE BID ITEMS) 3. The "Schedule of Equipment Included in Base Bid" which follows as Schedule D shall be completed to denote the manufacturer of major equipment proposed to be furnished by the Bidder under the Base Bid. In that schedule, the manufacturer of the items of major equipment upon which the design is based are listed as Selection "BASE BID" for the several items. Also listed under some of those items are other manufacturers whose equipment or products are deemed equal in quality and acceptable to be provided. For those items for which more than one acceptable manufacturer is listed, the Bidder must bid on the basis of the Base B~d AND enter amounts to add or subtract for the alternate manufacturers. For comparable named equipment the furnished items shall fulfill the function . and performance of the item specified and shall be of equal.. quality; any modifications required by the. furnished equipment to the structure, process, associated equipment, or piping shall be a consideration in the Bid price and the completed installation of the item by the Contractor shall incur no additional cost to the Owner. ITEM DESCRIPTION MANUFACTURER Alternate +/- $ 1. Mf6:DEl ElEliDJ\. B61mn BAEE BItl (...~...) ...~l1r .....~I:&LO i. .".l'texBa-ee (B) (per Addendum #1) 2. BASE BID u::;;J WRIG~ 1. Alternate (B) BASE BID 6i KROiiNi) 1. Alternate (B) aN DE: ZURICH~ (B) VALMATIc (B) RODNEY HUNT HOISTING EQUIPMENT 3. MAGNETIC METER 4. BUTTERFLY VALVES BASE BID BASE BID BASE BID 5. ELECTRIC OPERATOR BASE BID 6) EMU BASE BID (B) AUMA * Altex;nates for the Mechanical Integrator mu.st be pre-approved. by thE;! Engineer 0302-01 BID.doc 'ZEL, ENGfNEERS BID-5 I I ..,. <=> ai <=> N 0 Ii :J _ -(Jl ro... g >lD w E.o !h :J E en U)~ I~ a.c E:;::.. :J n: ....I - - I .-.. 1 <J) "E 0 J~ I $: .E - \ r..I:. ai , :J f I (ij > E c.:A :J U) i I a. E :J ....I ~ I <J) J E (I) I :=: z ~ ... 0 0 0 ~ ~ ...... '0 '0 C t; (I) ~ co I ... co (j) I- C) .r:. t/) \D Z U) ui en .... I W Z ~ c 'c .... a. '0 r-I :e it 0 g :) r:t:: 'C (I) bE ::s co co ..... 'S ~ I I .... U) Q ::>> Cl .0 '0 ~ .a H <C D.. c: S 1ij - III D.. co .E c: :J ~ ~ - w ~ 0 0 .... a w c: ~ " ~ 0 !;( 0' c - c: ~ w I CI) ~ 0 'c .... w (Jl w ~ a. <J) (l) /ij tu Q) 1: co tIS 0. ?:- ..ll:: E 0 .r:. L1f 0 s 1 ~ (Jl ::aE 0 C ....I ....I ..J lD Q) 0 * 0 0... 0... c: j:: 0 (I)~ :2: 0 t/) :2: :2: tIS .... 0 l5. tIS 0 1ij (Jl I ::>> ~ c: ~ 0 c:: ~ c: <C Iii 0 tIS ui E (J () tIS tIS c: .r:. (I) 0 '0 Q)~ (J 0 () t; w 0 ..... c 0 c: ai co ~ () ... tIS .... co '0 '0 .r:. co ::>> Q) .... .g U5 en ..... ui u; I- Cl .c () (I) .~ (l) :J 't 0 CI) 0 ..... I c: gf " ~ 1ii 1ii .... Cl ~ '6 ~ '0 :J Cl :J :t: ~ 0 co co ~ ..... c: <( ~ ("- 0 'S 0 '5 ro c:: w w 0 0. 0 :J '5 ii2 co ~ 'c c c- o >< '0 J::l ii: tIS ~ .;:: () ~ 2i Q '5 :s co c '0 0 0 U) 'E Cl 0" .c t:: ..ll:: "E co co (Jl (l) c: ~ I c: ~ 0 :J .... Q) tI1 (l) ~ ~ ~ '(j) o\. 0 Q) 0. ~ W >- > ~ t/) C) 13 [j :2: <( ro ~ c: e "E .... ro .~ iii :J 'l5 en Cl Cl .... (Jl > > 0 0 ~ Q) ro tIS tIS .b 0 c c: c: .r:. >- W .r:. $: 0 w .c .(Jl 0:: "0 :2 '6 .... .... .r:. .... I c: 0 ..J ....I :J t:: ...J ..J ....I :J I:> 0 ,<( 'S 'S 'S ~ ..J ~ 0 0 ....I ....I. ....I 0 "2 () co co co <( U) z <( <( <( CI) CD t/) ~ :;: :i~ 0 ...... N ('I) "'" .- CI) I '0._ ..- N ('I) "'" to co """ to (j) ..- ..- .... ...... ..... ~ ::s Q) .... ~ .co... E E E E E E E E E E E E 'E E 0..... Cl U)o oS ~ S oS oS Q) (l) oS oS oS (I) ~ Q) oS iii .... .... ..... .... '" I I ~ I I I I I I I I I I I I I I I I I I A CONFLICT OF INTEREST: It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract when the employee or official knows that (a) the employee or official or any member of the employee. s or official's immediate family has a subsumtial interest or fmancial interest pertaining to the procurement contract, except that the purchase of goods and services from businesses which a member of the Commission or other City of Augusta employee has a financial interest is authorized. as per O.C.G.A. 36-1-14, or the procurement contract is awarded pursuant to a.c.G.A. 45-10-22 and 45-1 0-24, or the transaction is excepted from said restrictions byO.C.G.A. 45- 10-25; (b) AJJ.yother person, business, or organization with whom the employee or official of any member of an employee's or officials immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procun:ment contract Any employee or official or any member of an employee's or official immediate fanrlly who holds a substantial interest or financial interest in a disclosed blind trust shall not be deemed to have a conflict of interest with regard to matters pertaining to that substantial interest or financial interest I,(vendoQ Crowder Construction Company have read and understand the information contained in the bid specifications. Vendor Name: Crowder Construction Company Address: 1111 Burma Drive City & State: Apex. NC 27539 Fax # (919) 367-2097 Signature: - CONTRACT 1 THIS FORM MUST BE SUBMn-l'EJ) WITH BID PACKAGE. NO EXCEPTION(S) wn.L BE GRANTED EXHIBIT A I I I I BidlRFP !RFC}# 0J.:.::~_!_~^,__,,_____ {Please see attached.) CON11UCTOR J\FFIDi\VIT ANTI AGREElvfENT I I I By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G,A. 13-10-91" statingaffinnatively that the individual, finn, or corporation which is contracting with Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United. States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify infOlmatlon of newly hired employees, pursuant to the ftmll.igration RefOIw and Control Act of 1986 (IReA); P,L. 99-603], in accordance with the applicability provisions and deadlines e:stablisbed in O.C.G.A 13-10-91. I The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical pCIfonnance of services pursuant to tllis contract with Augmia Richmond County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A 13-10-91 011 tlle Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such eompliance and provide a copy of each such verificatioil ,to the Augusta Richmond County Board of Commissioners at the time the subcontractor(s) is retained to perform sllch service, <: I PI~c Check One. 500 or More _'Y!.... 100 or more _ 100 or less I I I orlzed ottlc I' ( . Agent (COll!ractor ~ature t :"Lcb~~~- ~~\~~\~ Title of Authorized Officer or Agent of Contrac or .... Number of Employees L, <\t:O '\00\ ~ \ ~ \(\ ~a/tfl" 6\\) I I Date: I I I SUBSCRIBED AND SWORN BEFORE ME ON nITS THE .Jd_'~___.- DA Y OF~' 200 R Notary Public I / My Commission EXPires:_t./-1-jQ~_ I ~,' I PLEASE RETURl'-l' WITH YOUR SUBMITTAL I I I I I I I I I I I I I I I I I I I I RE: Crowder Compliance with Federal & State Laws To Whom It May Concern: Crowder Construction Company is in full compliance with all federal immigration laws, including the Immigration Reform & Control Act (lRCA) provisions, as well as all applicable state immigration laws. Crowder has verified the work authorization documentation of all of its employees (at , the time of hire) and correctly completed the required Form 1-9 for all of its employees. In addition, although not required by federal law, Crowder's policy is to make copies of the 1-9 documentation provided by employees at the time of hire, and forward to Corporate Services for the file as well as for a second-tier review. At this time, Federal law. does not require employers to register for the voluntary E-Verify, Electronic Eligibility Verification system. The Georgia Security and Immigration Compliance Act, which became effective July 1, 2007, requires public employers, contractors or subcontractors "... of 500 or more employees..." to register and participate in the "federal work authorization program" (E-Verify). At present, Crowder Construction Company does not have 500 or more employees in Georgia nor does it have 500 or more employees "... in connection with the physical performance of services..." within Georgia. Crowder currently has just over 1 00 employees physically working in the state of Georgia, including those employees directly connected with the physical performance of services within Georgia. Crowder performs a weekly head count of the number of employees connected with the physical performance of services within Georgia and Crowder is amenable to providing evidence -of the number of these employees on a weekly basis. The Georgia Security and Immigration Compliance Act also will require public employers, contractors or subcontractors "...of 100 or more employees..." to register and participate in the federal Basic Pilot Program on or after July 1, 2008. The Act will further require all public employers, contractors or subcontractors to register and participate in the federal E-Verify System on or after July 1, 200.9. In an effort to prepare for our upcoming July 1, 2008 deadline for compliance with the Georgia Security and Immigration Compliance Act (Senate Bill 529), Crowder will implement no later than February 1, 2008 the voluntary federal E-Verify system for Electronic Eligibility Verification for all employees hired to work in the state of Georgia. If and when Crowder Construction Company becomes a public employer required to register and participate in the federal work authorization program in other states, we will immediately change our hiring practices across the Company. Crowder Construction Company is an Equal Employment Opportunity and Affirmative Action employer, and we take pride in our compliance with all federal, state and local laws. Sincerely, t!/~~~?"- Claudia Dodgen Vice President, Employee Services and People Development Crowder Construction Company I I I I I I I, I I I I I I I I I I I I STATE OF GEORGIA RICHMOND COUNTY SUBCO~7R~CTORAFmDAVlT COMES NOW before me, the undersigned officer duly authorized to administer oaths, the undersigned subcontractor, who, after being duly swom, states as follows: By executing this affidavit, the ungersigned subcontractor verifies its compliance with O.C.G.A. ~ 13-1 0,.91 and Georgia Department of Labor Rule 300-10-1-.02, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Crowder Construction Corporation (name of contractor) on behalf of the Georgia Department of Natural Resources has registered with and is participating in a federal work authorization program* in accordance with the applicability provisions and deadlines established in O.C.G.A. 9 13- 10-91 and Georgia Department of Labor Rule 300-10-1-,02. Under 100 employees EEV I BCl?ic Pilot Program User Identification Number February I~, 2008 __ Date Bradshaw Construction Corporation Subcontractor Name Controller! Assistant Secretary Title of Authorized OffiCc:'iI or Agent of Subcontractor Linda J Parker Pnnted Name of Authorized Officer or Agent .. , ' Sworn to and subscribed before me This 14th day of Februa~, 2008 (Juk-J 7/). ~ Notary Public ~ My commission expires: /.;{, . ....-..l. . . . ~ ...,', " 20/1 o .'~... .0;"_.' o' 0 .--~ . . .' * Any of the electronic verification ofwmk authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verifY information of newly hired employees. ~ursuant to the Immigration Refonn and Control Act of 1986 (!ReA), P.L, 99-603. As of the effective date;of O.C.G.A. ~ 13-10-91, the applicable federal wolk authorization program is the "EEV I Basic Pilot Program" operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). i i i i I i ~ . \ ":~: ~:,:~.:}i ::"~:, ~: . 0\...:' I I I I I I I I I I I I I I I I I I I l~jA . ,I,"J 01'-I! 1 Ci I ! liiO ~:'l..ff ....J ':t.. U'" Uu -F'RGE 01' RidIRFP/RFQ (07-214 SUBC0~>lT!{r '."~l'~ r~ FF~DA vrr B)' executing lhis affidavit. the undeJ'$igneJ subc/,Ir, '......l~l' ;e!i11e~ il'l complitnGt wilh O.C,Q.A. 13.lo..91>> statini afflrmativdy that the individual. firm. f)r v';,)(:.I(J:illk, I whIch is engaged In the ph)'sicLtl ~(wnance of servi(:~$ l.me!<< a contract with (1 J-tj)VJrk.r ~~aa..:~t' bthilf of AuiUsta lUchmond County Board of Commissioners haSl registl!lred with and is pl!,i1iCiplltina in It federaJ work authorimtion program- [all.)' of the electronic verification of work llulhorizauon proaram. operated by the Unittd States Department of Homeland Security'"r ""y "~u~v'\C:l1t ft-<l.f'f1d work 4uchort1Jttion pc"Oqrtm ootf'lltee by tho United States Depamnent of Homelanc1 Security to verity intonnaclon ot. newty bire<1. ~lJ1plQyee.. p\f~....nt ~ th$ [(T'tmi'l"ti..,p Refonn aM COl'ltrol Act ofl986 ({ReA). P.L. 99-60JI, in accor<iQ.1..::.e wit;' tiw llvplicttbillty provi9ion~ and deadlifle$ ~b1isheCi in O. (.;. <3, '1. 1 j.I V.y 1. i ~~ f ~ 1-:'.'~fy..~k2:r.ra. 12a.........._.. _ h' ~.~'.. Liser T(1~lllc8UOIJ l'l\Jmbl!/:' ~.I:l~Ae.~A-r COIrJ~'j :o(u.n.~ Pl~ t.;h,,--ci: Jne: 500otM- 1"1"' ...... . ,". '... / "'..... .\.-.,..... ......... ---- ,.....:.,.,.. ~ ~umber ofEmp~yees . Datt.~rt/A-7 '--r Z~f3 : j"'!' fldIK. h:d Otlict'r 'Jr A~cr. (Subcontractor Signature) Q{V J./~..___......."_.... .'. .._..~ .._~'W _ _ ride of A 1~rr.-()n1:~d Offk,o;" or Agent of ~.tJ)('I)'lttaotor . Ib..~."w. .,,~ .......~_,..__.....-:..:;.."".. PrintDd NJlI;1C ,If I.~:"oril(\d 0~t'~1' or 4 ~et1f SUa~CIUBHI) AND SWORN g,BFORE ME ON THIS THE _~ i.h~~' 0;' ~b . :tJ0~ ~~ ,!~,-~ Nt)~"..ry PlJI,!ic My Commission Expi.res~ SI-/Il.,VNrA L MADDEN Norory PUblIc Clayton COunty , .. State of G~ 'VJY Comml --._ SSlon r:kp/r$S Jun I 5. 2009 PT.R<\SE RlITtlRN W}'fH YOUR SUBMITTAL I I I I I I I I I I I I I I I I I I I i- F Bid/RFP/RFQ 4} ____... ,._,"__.,.. __ SUBCONTRACTOR AFPXDA vrr By e-x:ecuting this affidavit, the U1Hfersigned subcontractor. verities its compliance with Q,c.a.A. 13.[0.9J. stating aftirmatively that the individual, firm, or corr,oration which is engaged in the physical perform. ance or services under a contract with ~V~ W o..n..l ~~~alf of Augusta Richmood CClUnty Briard of Commissioners has registered with and is participating in a f~eral work authorization programij' [any of the eleCtronic verification of work authorization programs operated by the United States Department of Hmne!nnd Security ot any equh'nlent teder.~,! work :a.uthcd2'~t!o!1 program op~rated by the, T)n!k.tJ States ,Department of Homeland Security to verifyinfol'mation of newly hired clnployees, pursllant to the [mmlgr.'ltion Reform and Control Act of 1986 ([ReA), P.L. 99-603]. in accordance with the applicability provisions and deadlines establishea in O. C. G. A 13-10-91. f" i i I ! E-Ve.rify I/; U.SCI' Ipe.ntiticatio/\ Nnrnber C~~~_~~ ~.....---'\e.-4- Company Name Please Check One: 500 Or More ___ 100 or lllOI'~ __ 100 or jess .~~ Number of-Employees D;tte: ~. - \ 5 - ~ ~--'-' BY; A orized Officer or gellt (~~contractor Si~~ ~ V'" .e:.. "X\~ ' Title of Aut!Jadzed Officer <>1' Agent of Subcontractor ., . Printed Name of Authorized Officer 0'1' Agent SUBSCRlBEDAND SWORN BEFORE ME ON THIS THE ~-L[.!...I-/ DAY OF .._'h_.. g./.. \o~."~_... , ~-~"._'J r~(~ ,"'~t~ PUbliO:. "~ /iiJifeoffirn~cii~ires:_ MICHAELA. RAFFETY - - ... , i? ,~ .....l".E~!lt~fit;"f'nllri~GA :.; -.:: .'-';':-:: - -? ji,::.:.:; MY<JUllul~ nExpli'es DecemlSer14, 'laOS ~'0::~:;::;~~tJ PLEASE RETURN WITH YOUR SUBMITTAL , j I j ~ ~ I.., i I I i I I I I I I I I I I I I I I I I I I I I I !4J02 I4l 005/6,Hi 02/15/2008 13:38 F,~ 704+827+9952 02/U/OIi 12:36 F/!.I 919}672097 PHIL LULLY CROWDER CONSTRUCTION /0: 71A1 #~k flU.' DU.l ArJD ft~(UJ BidlRP'P/RFQ #- 'SuaCONTRACTOlt AFfIDA 'YTT By C'X.~c~~ing this affidavit, the undersigned subcontractor verifies. i~ compliance ~hh O.C.O.A. [3.10.91. !:wll'lg affirmatively tha.t the indiYidu1tJ. firm. OT corponm.ouwhicj1 is ~ged in the physical perfo'lfJ'lSllCe of !;l';t"Vices ultder a. t:OUWi.ct wit.h.t...~w/)e,l!.. I!oIliJ7&c.hm~ott behalf of Augu5iUI Richmond County Board of Cl\l'lttI1.isSiol'J~TS has regigtl:rcd with and 1S participating in e. federal work autborizationpmgram- [any of the electronic verification of work e.uthocizntion programs opemted by the United Stat!-s De-paronent of Hr)~_J-..J. 8--....:..' A* ~...'(.. ........:~"..I_ 4':.A...-' '~""rk ......t.,...;.....i->,.." ..........,.......m 0----...:1 bv fI.uo. T ,.....itM ~ ..,.'''''....rY "....\.UJ~, V~ LU.lJ ~........y...........-......._i;tl ...... ......".............-_....r--:---.. t"-.iiWot.,.. . -.... ...,.-............;.-.~- Depft.I'tUlent Qf Hom~lznd Security, tel verit}: information of newly hired employees. pursuant to the l1nmigrarioo Rc::rorm and ContTol Acr of 19&6 ([RCAj. P.L. 99-603]. in accordance with. the applicab'iiity provlsion9 and deadlines est.ab!i.ght,.d it"l o. C. G_ A 13-10..91- i I, I . -;- ",.C .~ I Please Cbec:k One; 1100 tJr More 100 I)T naMe 100 or le:s:$ V ~um_ofBmpJOyse8 - E-VC'rifY ... Llscf rdentificarlon Nurnb(.-,: .E1t~t.15' c,eJ;/A..!$C'h. Z".vc.... Company N time ' BJ21!.~~, (S\lDColltractOT Signature) 7~$".()&.c.J ,- Tilfu of Authorized Officer(lr Aaent<lfSubconttactor , , .< D~ "z---Is--a 8 . ... Printed N~t: (If AlIIhori2cd Officer or Agent 5UBSC'RfBED ANP SWORN ,.' ! i !.. ElE.FOREl\.iEON THIS THE _--15' _D~ ie)J~200 $ Noony PuhncC:>>A/I~[;J (JfMil-,;J My CommissIon .E.xpireli: e - I ~ .0' 8 OFFICIAL SeAL NoW)' PublIc. North Cambt ~. SHIRLEY WSHEPPARD ~ . Forsytll County, N. C. My COtllml$sIOll Expir~s .. . PLEASE RETURN WITH YOUR SUBMITTAL I I I 1 I I 1 I I I I I I :1 ,I ,I I :1 :1 I2lJ002/'~04 [ZjQ03/0GS 02/15/200S FPI 15:16 F~~ 4047990385 02/06/2008 .ffiD 12:46 FAX 6784419424 WL RAILEY t ~ 'A I ! 9Q'Nl:&ICT OF lN1'E'REST; It shall be UIlefuit:al for any City of Aug.usta busin~s or participant directly or indirectly in a procurement contra.ct when. the emplDyre or officiallw.ows that: (a) fhecm,ployee or offi~ or anyJl1e1ll'berofthl;employee'& oro:f&ial's immediatefatJrllyhas a substantial inWo$t orfinancisl interest perlainlngto theprocw:em.entCOIl1ract, except1bs.tthe purcltaseofgoods and servioos Uom b~ which a member of the Commission or other City of Augusta employee bas a fiD.aJ1aialintetcsi isau.1horlzed aspc:r O.C.G.A. 36-l-14, (lrthe ptocurementcol1lIa~is awatded pursuan.t to a.c.G.A.. 45-1O~22811d 45-10-24, or the ttansaotion is e;toe:pted from saidrestric:tions byO.C.O,A. 4$- 10..25; , (b) Any olhex~ bwdn~ or or~?Jrtion with whom th~ employee or official of anymember ofan employeo's or officia1s inunediate ~ is negotiating orbll$ an. 8mlngement ooneentizl.g prospective employment is involved in. the procurement con~ct. MY empwy= or official or any menlber of an ettt,ployee's or official immediate: fanilly who holds a mbstantird intet:esl Of iinanclat.interc:st in.~~oJosed blind tmst shall not be <leemed to havea OODflict of interest with teganI to mntt~ perlllining to that sqbstantial in~ OJ:' financial inietest. 1. (Vendor)' t{/lI11-1tS ~Il::f? "vi'>> IN C?hav~readandlUldemnw.dtheWfum111IiOIl cOl:ltllined in the bid spQCifiC81iQus. VellciorNIiU1e: . LL *;11115 ~??/t)fs:IN c. ' Addc~ 2-2- (t:> ~f.ve~ 'Vt t;:k). P.~ ) 5 E" CI..&S""" s.,,^~fI- eft, , ~~79[)Y~_~j '#1 7!9o%',b ~: ~ K ~a'(: I~~~ 2~ Bid Item Number and N~me: I.., i i ! i I ~ TBlS FOnM MOST llE SUBMrITED mTHBID l"ACKAGE. NO EXCEP'ttON(S) WILL BEG.RAN'1'ED f \ I I I I I I I I I I I I I I I. I I I I ,)2/15/2008 FRI i5! 16 FAX 40479~03g6 02/06/200B w~D 12:46 FAX 67E4419424 WL BAILEY !j;!j003/004 ldJ004/00S GEORGIA seCURITY AND IMMIGRATION COMPLIANCE ACT OF 2006 Effective July 1, 2007, the following lahguage is required to be Included in all oontraots entered into by the Department for the. physIcal performance of . services within this State: ' UA Pursuant to the Georgia Security and Immigration Compliance Act of 2006. the Con~ctor understands and agrees ihat complianoo With the requirements of O.C.G.A. S 13-10..91 and Georgia Department of Labor Rule 30Q-10:"1w.02 are conditions of this Agreement. The Contraotor further agrees that such compliance shall ,be attested by the Contractor through execution of the contractor affidavit required by Georgia Department of labor Rule 300-10-1-.07, ,or a substantralry. similar contraotor affidavit. The Contracl:ofs fuUy executed affidavlf is attached hereto as E:<hlblt and is incorporated into this Agreement by reference herern. - i B. By initialing in the appropriate llne below, the Contractor certifies that the fol[owing employe~numb~r category as identified in O.C.G.A S 13-10-91 is applicable to the Contractor: 1. 500 or more employees; . 2. 100 or more employees; 3. = X ~Fewerthan'100employees. C. The Contractor understands and agrees that. In tI1eevellt the Contractor employs or "contracts with any suboontra0t9r or subcontractors in conneotion with this Agreement, the Contractor shan: . 1. Secure from each such subcontraci:or an indication of the employe&- number category asiQentiflSd in O.C.G.A. i 13-10-91 that is applicable to the subcontractor; 2. Secure from each such subcontractor an attestation of the subcontractor's compriance with O.C.GA ti 13-10-91 and Georgia Department of Labor Rule 30D-:,[Q..1-.02 by causing each. such subcontractor to execute, the subcontractor affidavit required by Georgia Department. of labar Rule 300-10.1...08, or a substantially sImilar subcontractor affidavit. The Contractor further understands and agrees ~at the . Contractor shall require the executed subcontractor affidavit to become a part of the agreement between the C,?ntlClctor and each such subcontractor. -The Contractor agrees to maintain records of each subcontraotor attestation required hereunder for inspection by the Department at any time." i i I,' I I I I I I I I I I I I I I ,I I I I I 1;]004/004 IQJUU"/l'~) o '2 /1 5 / 'Z IJ 0 8 F RI 1 5: 1 6 FAX .:I 0 479 9 0 3 8 5 ...._f ""v, _.........,. ..~- ...-.". ..~ .....~v'-'l...,..:..;'6"Yk"1l. 1"t.L. n.t1..1.J..t.t:.-Z. p: i STATE OF GEORGIA RICHMOND COUNTY SOBCONT~C'l'OR AlfJ.<'J,lJA VlT : COMES NOW before me, the undersigned officer' duly authori7..ed. to administer oaths, the undersigued subcontractor, who, after being duly SW~ stateS as follows; , By executing this affidavits the undeISigned suboonfIactor verifies its compliance ~ a.c.G.A. fi 1~';'lo..9I and Of:orgia DepartnlClit ofLabot Rule 300..10..1...02. stating affinnBD.vely that tb.~ individual~ firm, or corporation wbicl1 is. engaged in the physical petfonnance of services under a contract with '. ... (name of contnlctor) on Oebalf of the Oeorgia D~.pattr:ncmt of Natmal Re:so'lirces has registered with and is partkipating in a. 'federal woti: anthorlzation progratn'" in acconlancc with. the applicability provisions and deadlines established in O.C.O.l\.. ~ 13- 10-91 an.d Georgial:>epart1nent of Labor Rule 300-10-1-.02. Rmv\TC.e~ ~'f ..::tOt-Y & t, ""2:.00 <r BEV I Basic Pilot 'Progtam U~ IdentificationNtunber I i ! }.. i 1 ! ~ /~ .2oc:?f Date / ' FURTHER AFFIANT SAYETHNoT. 'DE /l//!/Y ~j,;P1/J.2~ /rg BY: Authorize'd Officer or Agent 1-//1.41 CJ~?/d.5 7,v~ Subcon1rac Title of A o.rlzed Office Agent ofSuboontractor >>EpA/Y /-k-4~4Z;~/P-1 Prlnted Name of Authorl%M Officer or Agent ~''''''''''\ '""O~~ J. "o~,_. {~~. ~~t, "OTA~y \ , -_ t. I ~ ~lJBI Ie 1 1 N b': Q"" ~, '51:' o llC ~ fl- '/.o~ , CjiJI My commission ex.p~: cr. ';>'0 J ( ,~<-:"'~..!-J!J~~~ . . 'Ii:,'!$ cou~..._- . ~\I ~.... IF AIry of the electronic "edficat3.on ofwprk amhorizatlOJl pro~~~enlted: by thIl United SlaW Depart.mtmt ofHoincland.scC1l1'~ or llllY equiva1e1ll fdeml WOJk ll.utb.oti2:lltion program opara~d: by the: United States DeparIm~ ofHo~c1 Security to verify infotmatian ot'Q,ewly hirf;d. emp1oyoos. pUlSl1aat to the Imm.feJ1ltiQn Reform and Conuol Act of 19R6 (IRCA)A PoL. 99-603. M crfthe effec~ date: Qf O.C.G.A. ~ l3-J0-91, thea,p.pncablefll~ndY\'Ods.auth~prograDJ b th$C1BEV I BasioPilot Program" operated by the U.S. C:itizens!dp 8.IKl ImmigrattonSel:\'ices Bureau oflb.e U.s. D&p~t of Hom~ Sea1ri1:y. in conjuntltloll with tho Soolal Secmity AdministIation (SS~. Swam to lllldsl1bs:crl.~o before me This / 5~ {}f F"e bT"'l1 ~;;J _ 200t 15. L I:J ::i 3-- , 6/6 . I I I I I I I I I ,,' ,'..' , \:. '\ c. I '" ; ..,} I . " . I ,,,,),' ... I.. ... :~ ". , ", I ,. . , ;} : '~: . , .J;...."... ..... .' .....:;. I . ::":". .) " , " " , " .. ,: I . ~,.,: I ";1:, " , ," ", , i: " -I02lH5)~~ ,17:00 FAX 9;!.~:le72.0g7 CRO~~ER CONSTRUCTION iii 00.2 1 I 1 I I I I I 1 I I 1 I I I I I ,I Bid/RF1"I~FQ :# SlIBCONTRAcrOR AfFlDA '-'IT By executing this affidavit. the ut'ldersigned sub\:iQntrB.ctor verifies hs compliD.nce with D.C.O.A. 13N 1 G-91, stating affirmatively that the individual, firm, orcClIpl',1ration which j~ engaged in tbc physic.al pe:r.formence of services Lmder a cont:rad with on behe1f of Augusta Richmond County Soard of Commissioners hllS regimrcd with. and is participating in lit federal W\'Irk authorjzarion pxogramll: [any ofthe eleclronic verification Qfwork I).uthcirit.a.tlon progranTS operated by the United StAtes OolparUtllmt of H'emd;:;r&c S:r.eurilJ! ~= lW~y eq~lh'~lcnt fed0::e.! wC'.rk et.'!hor~tian program opem~d by the Uni1e.d St'l1t~5 Depattment. of Home\a.oo Sl;:C\1r;ity to "onry infonnation of newly hited e1'l1ployees~ pursuant ttJ the Immigrndon R~rorm aDd Control Act of 1986 [ReA).P .L. 99"60'3]. in no.eordDoDce witb the npplica.blll't:y provisions alJ,d deadlines establi$hed in O. c. G, A 13..10;91. B-Vcrify'" tlscr Identit\cation Nnmbet S7qr:rei/~ ~~ &;. ~C. Comptmy Name ::r ..-- ~~ . l.lthorize.d Offic.cr or Agmt (SUbcol1tractor Signature) :Jf~er Sfq/rfllc. ./hL T~fAurh~ Officer Or Agent nf SubcoJi.tractor ---~ V'/~tYl!..- # .. . .... pci:m:~,NBma of A..uthorl7.Cd Officer ot' Agent S~SC~PlJ AND SWORN -. ~~RE-ME ON THIS THE -';" .:ti :;y~~~~ ' . 't'l'Q~~ '"~ 'IlY rUBLlC COLUMBIA COUr. M~Cl.'tro~sron El{ptr~ COMM1SmON EXPIRES K.1~'M:'~ jJ((I Pt;EA.SE RSTTJRN "Wt1'B YOUR SlJBMlTI AI. Please Check. One; _ /' 500 Dr More 100 or n:son:: I 00 orle5~ V ~umbcr vf Employees - Date: 2.-6 - CJ~ , 200K I' I: I: I; I: I I: I, I 1 I 1 I I, I 1 1 I 1 ,STATE OF GEORGL\' RICBl\10N"D COUNTY SUBCON1'RACI'ORAFFlDA VlT COMES NOW before m.e~ the underSigned officer duly authQrized to administer oatllS, the undersigned subcontractor, who, after being duly sworn., states as follows: By executing this affidavit, the und~gned SIlbContractor verifies its oompliance with: Q,C.O.A. S 13"10-91 and Georgia Department of Labor Rule 300-10-1-.02, stating affirmatively that the individual, finn, or coxpotation which is engaged in the physical performance of services 1Jndet a contract with (name of contractor) on beb111f of the Georgia. Department of Natural Resources has registered with and is participating in B. federal work ,authorizatioo program. in accordance with the a.pplicability provisions and deadlines established in a.C.G.A. ~ 13- 10-91 and Georgia Department of Labor Rule 300...10-1-.02. EEV I Basic Pilot Program Use.cldentincation Number :l-,~ -Dog Date ,....,..... , , VRJ>( lNe. Subcontractor Nan:Ie ... V,Le- PfZ.t~IOCiV( Title of Authorized. Officer or Agent of Subcontractor telll-t ltJRf'UJ' Printed Name of Authorized Officer or Agent Swam to and subscribed before me This J ~ day of ~ fe.h.rll t\~ ' 20~ Q \-<...~ ~ U \~ ,~~~" ~ NoUtry Public My commission expires: '..\--'8:-. 08 · Any oftbc electronic verification ofwOIk authorlzatio11ptograms Gpelated by tho United Sta~ Department ofl:!ome1lm.<l S~ty or any cqui\'aldlt fedoral work atttb.ori7ation program operated by the United States Department ol'Homell!J1d S~ tQ verifY information of newly hi1'ed employees, p.UtSuant to tho Immi~on Retbnn and Comol Act of 1986 (lRCA), ;P.L. !)g...603. As of the effective date~ of O.C.G.A. g 13-10-91, the applicable fede1:a1 wor.k authoxizaticm.program. is the "ESV I :Basio Pilot P:s;ogram" operatc:d by the:: U.S. Citi2:enship aud Ixnmign,tion Se.rvices Bureau of1hc: U.S. Dc:pmmc:nt of Homeland SecUrity, in ca:u,junction with the Social Security Administrtltion (SSA). I FROI" : yqUHG ' f'~ClOF I HG8PA 1 HT I NG FAX NO. :7068635853 02/:)6/2006 WED 11: 3() PAX 6704419424 vil, IlAlLny Feb. 15 2088 11: 358!'1 F'5 000 SI 0 C' 5 1 I 1 1 I I I I I I I I I I I I I 1 ~ ~ STATE OF GEORGIA RICRMOND COUNl'Y ijUBCONTRAcrog 4FFIDA Vl1' j. COMES NOW befOl'8IDfl, the un~iSlled oifJOet' duly s.ut11Ori2ed to administer oaths. the untlewig.ued Sllbcontraetot. who, del,' being d1,11y swom, sta.tos as fo110W&i By executing this affidavit, ~ UDdellligned suboonttactor verifies its complia.nce . \yith O.C.G..A. f 13-10.91 and Oaorgia Department ot'Labor Rule 3()Q..,10-1-.02, statins affinnst1vely that. th~ individual} firm. Dr oOJpora!iol1 whi~ is ecgged .bt..the PR!iea1 pelfonnance of $eMoes uncklr ill contract wlth ~~....... Cv. (narneof oonttactor) on behalf of th~ eeorela Department of Natural :ResOU!<la$ b$s regi&t6.ted wi1h and is partioipating in a federal worfc lllrthoriwion 1JrogtaID~ in accordance with the appJioabllity pto'Visions and deu.d1incs estahlisMd in O.C.O.A, ~ .13- 1 O~91 and Qeotgia. Departm.en.'t of lAbor Rulo300-1 O.l-.02. tJ lA. . ____ ttv I Basio Pilot .progratn U~r 14entiiieetion Num~ F'UR'l."HER.AFFl'ANT SA YEmNOT. ~~~~~~ \Jl1un6\ls Root: f1~ J- pq; 11+; n~. ') ,Me < ~ntn?etor Name ' 7" Co IrilJY\ t. V 8}( I sec. . . 'fiek of Au:thori1.Cd 6fficM' or Agent o1'Su~ctoI 9i1N( ~ PI- W ' " D l1 n CJ " , Printed Name of kthorl~ Officer or Agent SWom to and8ub!~bed before 1tte ICtf This R day of nbM4'7 .200r"i ~-_:: ?-~ - -" N<lwy Public My OOn:uniz5iQl)' expires: II (p It '3 II 6 'r . i I ; ! J... 21!Y1Q r -___ Date i I i j', .. An)' of the el<lCtronio VecifioatiOll ofwotk AU\bOriz.ation ptQgt'BDlI operated by tho United S\Bt~ D~partmollt of Honl4llaud.'slluur1Ly IX' any equtva1en~ redml \'fork 1I.1JthorIza!Wn program opm~d by the United ~ D4lpartn3c.~ C)fHome1m4.Soollritytb vori6r idlrmlllion ofllllwly hired cmploytel. pUGUAlll to !he .lmmiiration 1letbfJl1 ~d Co~l At:t of'1986 (IRCA),. PL. 9940). As of the c:ftboclw 4!ate of O.C.G.A. ~ 13-10-91, tQltapplI.ca1:lla &do ~lltIl1totizAlionpvgruJb dIG "DB'V flbJ1cPilot PrOgnw" op$l'a.tcsd byth~ U.S. Citb=msbip and. ~servl~ BureaIl oflhe U.S. ))ep~t of Homeland Stturity, in C()nj~11 wilh tho Social Seouri1y AibiniBtration (SSA). .1 FRCli'1 : YClUHG' RCIOF I l'lG&Pf:1 I I'll I NG I 1 I I 1 I I I I I I I I I I 'I 1 I FAX HO, :7068635853 Feb, 1 S. 2008 11: 3SI~r'1 FIE. IN'ICi 11\,'" '4::J"'"" '0/'0... 021i)6i20~B Wl!D 11; 29 P;\~ €7aHl!l424 ~,. HAnllY ~ GEORGlA secURITY AND It.AM'GAATtON COMPUANCe ACt OF 2.00~ EffeotW& July 1. 2007, the folloWIng 18ngUlllgt! is requIred to be included in all contt'aCts enter&d Into by the Departrnant for tha physical perfollYlflnce of sesvicM wtthln thi$Statc= "'A. ?ufI\.lJnt to the Georgia Seourttyand Im~tation Complance At/( of 2006, the Contractor understands and ClgtM& Nt ~Ianee with the re~uirements of O.C.G.A. ~ 13~1o..91 ..,d Geotgla Oepa\1n'lent af Labor Ru\6 300.10-1-.02 are condIdone of th1s Agreement. The Con1I'aolot fut1tI&r ~ ttlat &I.loh compliance shall bit attested by the Contl'*ctOT through exeoutton of the oontrar:icr affldavit requIred by Georgia Department of Labor Ru'- 300.10.1..07, or a IUbtotantlally almllar coritractor dtCiavlt. The comractor'8 fuUy executed atfida\4t ',"ohscf l1etet'O as exhibit _ Rnd IIll'\C)C)rporated Into this AQ~ by re1et!Jt1Cle herein. a. By initiating in the approprlats line below. the Contractor certln. tnat the' 1oltowlRg emplOyse..number catogoiy as ldenfifittd In O.C.G.A. S 13~10-Q1 Is applJcable to tf1e Co~r: 1.... 500 or mare employea&; 2. __ 100 or men imployMl; 3. V ' Fewer then 100employeel. C. TIle Conftactor unde~G end agrees Utd. In the ~V$lt the Contractor employs or 'contract& . 8lIY aubconnttPr or subcontnsotol'S in conner.:tloo WIth this A9reement, the Connctorshaw. 1. SecufO from Men sUCh eubaontractor.an Jnclicriicn of th& employee- llIJB'\berCGtegor)' 8slden6fb:l in O.e.GA. ti 13..10-<9" that i$ applicable to the subcontTaetor. 2. S$Q.UI'8 from QQch $UOh aubeontractor an' atte&tatJon of th& a~boontl'aotor', oompUaooe wlIh O.C.QA. 6 13..10.91 and Gaorgla Departr'nSnt of lJabor Rule 300.'0-',:,.02 by oaUIlrIlI eaoh lUch subaon\raetDr to ,Ol(~ iN $U!xlt>ntra*r affidavit required by Georgia Department of l.abor Rule 300-10-.1-.08. or " Bubstantially similar tubcontnletor afftdavlt. The Contractor fUrther uncJeratand3 and aSIMS that the Contractor ,haD reQUIre the executed subcontractor afMavtt to become a part of the agreement between th6-;OontraGtor and eactl 6Ud1 subcontractor. The ConUaow sgraea to maintain rf,leOC'd$ of each subCOntractor attestation ~ub'ed hereunder fo!' Inspection by the Department at lIny tme: j i I I.. I ; ! , I I I ! ; i ! , I ! I FRm'l; YOUHG ' ROOF I HG8PA I I--JT I NG FAX NO. : 7068635853 tJ., ~'~f tVI)~ WJW 11: 2b rAil (7eH19a~4 W:' I!i\IlJny I I 1 I 1 I I I I I I I I I I I 1 I F eh. 15 2008 11: 34P.t'1 F'2 12100J foe <; r CQNlI'LIC"( or INmR'E8T~ [t shill be unotlibl for my City of AuJtlll;a buslnosl or puticipsot di'ecUy or k14i.rcodr ill a pzoouremont cOnil:a~ wMu. tbI!: tImpIo~t or official bo'MI tbatl . (q tht:ulmpl.o~~ ef!!ofal CIL' 'I1Y ~ot1b&ealpJo.yee.'~Clt'offlc.ial'. immaIitlt! tamilyhu a f>'UblWll1.tia1 inlcrcttor~ lntarclZpatUlQ1qtl.l~'~t~ oxcapttbatthapllI'Cbuc of~and Ieit'Yitlfls flam ~WJrlch a-.b<<afl1e ~ cr otbllr City of Aupta tmp1A>)'leWll ~~.~,J__&lUIhorizle4u per O.o.O.A. *,l-t~ crdw~comr~.iuward5dp'UtlWl.1lt to O.C.a.A. 4"*10..12 and 4$-10-24. octbcl_1llCtL:n il.~ 6aI1 aId~by O.C.G.A- as. 10~; (b) MJ.r other .l**o.a. bll8ln-. or 0J'pl!ip1:irlv vritb whom tP empl.o~ or official of cr uwn!Jer of ~ c:DIplo~~, Q("'~ iJmMdlatc tllmi1yfl~ OJ: ha.1a. mangemOftt ~~9!Oapedve ClI:IIJl10)1ElCll'lt Is hl-.olved ill the ~ CODUact. IU1y employ.>> or olfWI<<! 011' my membet of au ~s or omew fnU11<<iiatb &mil" who holdi a llllbttantial mf.c:ln:lS! or ~l~ iIl.~ blind tnsst .'bt1l11Ot bo~ tobtlve.. canffult of int~t wlth,.4 to matf<<I ~ to ~t wbstutill ~ or ftnWl.l intf.t'eit. . , 'lDunfs ~O~'I1J 1,(~)~Ufij1I[,_ . q. ; ~~~~~~~. <<:Osl1:llDed ill... &id~. v6ldctNa=: 'In C-l Y)j'S R~~t'l3 .JP~:tA,; 11j) Lh(. , A.ddNc; .3 1) iPadr', <...~ct""-e' 1;: . Cit)I.Ii Sfa.lO: rY'\ a r+ ~ n .e...:Z ') G1T .3 D '7?J '1 ,Phonoft:(?/1J.) ~(;3 ..S"f:S3 Flu" (11/.) 'is'C,=i:&':8s-..3_ ~: ~ ~~ .~ .;<!,rj/)r( BJdl_N~HdNMe! ~ D7 -;), 1 L/ TrIm FOltM MVsrn 8tlm\Il1'TllD WJ:1'81lD p~ NO actPTlON(S) WILL. GltA.NTED I I I 1 I I- "" . . . .' , --~"--"---- --.. .. ___ _ _ _--I__u_____________ - - -- - ---------- (-169089 _._7.~ r=- STATE OF GEORGIA . KAR;EN HANDEL; Secretary of State State Construction Industry Licensing Board Utility Contractor . LICENSE NO. UC10Q021" , " Crowder Construction Company 6425 Brookshire Blvd Cliarlotte NC 28216 EXPIRATION DATE - 04/30/2009 Active -- -..--,,---------- -- I I I I I 1 I I I I I I , '. '(... , . ~.. ~t .. I ,- - \.. \. ' 'I.... ... . l . ..,., . I ~ r ',v. f f ,':.. l .J:~ ': \ f . /' I.. ; I, l.,; -, . .;'l J J t' ., ~ . . ' " ,..... ;. '[ ;, ~, ,'_ \ ,:.;. '~"w.. ~ ~, : .. I' ..: ~ Y f - ::' : '.: 0# '.. ,,~;, ~/~~ .,-~' ~ . ... , " .' ."! ,'/ t' " , . ~. .._ __ _.......0:,..# ,;. .. . I " .: ,....' .' , ./r~ .. .:: .~ ,,1 -:." . ...._~.. /:., j' ~ . :-"', ,/ I'" .... , .. ! " " I . ' " " ': 't~ ~,- "'-:, t" ' ..' ..... .. :.~... i;"; ,:' -:;.. i ~~. .'.. '." :.f' I'.;'" .,. ........ r t_ ._...... ... ..p. ....... ........, ..... - ..... . . - . .- -..... . .-.. ....~ '. I..... ' t ~ ..~:.."~. .' '" .". ',:' .' <:-~:-~~. '7''':''~ .: ..' Crowder Construction Company 6425 Brookshire Blvd Charlotte NC 28216 St'ATEbVGEORG~ . ,:" .; ~N ~ Secrdnry otState:' - - , Slate Construclion.1ndllstry Licensing Board: r UllIity Cimitactor , LICENSE NO. . .. '. : ,UC3QO(12l. " .. .crowd'~~OnS~ciio\lCompany '" '. .' . '. , 642S'SrookSbi~lvd . ^ . I Cltatlolle;,NC 2&216: . . EXPiAAT10~DATB"04I3012009 '. A.cth'C' ~ . been amended or rescinded. RESOLVED, that the following officers of Crowder Construction Company are hereby authorized to sign bids and enter into Contracts on behalf of the Company, subject to limitations imposed by the Board of Directors. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed the seal of this corporation, this 11th day of May, 2005. I I I 1 I 1 1 I I I I I I 1 I I 1 I I ,~, 6-:' ,'.1 li,"'~, ,f'/Ij' ',.f ,.& ,~ . -,~../,,~ t';-./...'......." :t~Pt..k.'.,~ "0..... 'i\ I' / ,:., .' .'..r l;_' 'I' ',\ '.( C" '.-' \ \ i ". ~ .:.1 r"'{'~' .l,~do~~~~)~ 0,11 \" r ~ .1..J . ,:'L/,~ ~. . "~ 1953, I,' \;<'(' /" \ ' CERTIFIED COpy OF CORPORATE RESOLUTION OF CROWDER CONSTRUCTION COMPANY Otis A. Crowder, PresidenUCEO W.T. Crowder, Jr., Executive Vice PresidenUCOO C.E. Tucker, Senior Vice President Larry D. Horrell, Senior Vice President R.S. Maness, Vice President Carlos W. Norris, Vice President Dirk P. Shelden, Assistant Vice President Mark H. Lively, Assistant Vice President Lynn L. Hansen, Vice PresidenUCFO Michael F. Reisinger, Assistant Vice President ):~~ ,;-. ~~ . .~... ..-.--: ~'~-' ...~. ...... -:::::'.:.:. ..:......... ......... ....... ;:................ ..... . Karl S. Flrancis. Seereta.r\'" I I I 1 I I I I I I I I I 1 I I I I I SECTION BB BID BOND KNOW ALL MEN BY THE.SE PRESENTS, that we, the undersigned, Crowder Construction Company as Principal, and as Surety, Augusta-Richmond County, Georgia (by and' Owner, in the penal sum of for the we hereby jointly and severally Liberty Mutual Insurance Company are hereby held and firmly bound unto through its C9mmission) as Ten Percent of Bid Amount (**10%**) payment of which, well and trUly to be made, bind ourselves, successors and assigns. Signed," this ~day of fiO('\JC4I(Y. , 2(108 The condition of the above obligation is such that whereas the Principal has submitted to the City of Augusta, a certain Bid, attached hereto, and hereby made a part hereof to enter into a contract in writinq, for the construction of: - BOND PROJE.CT NO. 10250 GOODRICH STREET RWPS IMPROVEMENTS CONTRACT 1 DIESEL PUMPS 6, 7, AND 8 NOW THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the foxm of Contract attached hereto, (properly completed in accordance with said Bid), and shall furnish a bond for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall, in all other respects, perfor.m the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligation of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. 'ZEL. ENGINEERS. 0302-01 SS.doc BB-I I I I I, I I 1 I I I I I I I I I I I I IN WITNESS and seals, seals to officers SECTION BB BID BOND WHEREOF, the E'rincipal and the Surety have hereunto ,set their I:ands such of them as are corporations have caused their co.rporate be signed by their proper BY: , Pr;i,ncipal. CarIbs W. Ndrn.s . Vice "President '. ~\L.~ By Donna K. Ashley. Attorney-in-Fact IMPORTANT:' . Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. 0302-01. B&.<loc: BB-2 'ZEL.lnIlGINEERS I I NOTICE OF A WARD I I DATE: 03/05/2008 CONTRACTOR: Crowder Construction I ADDRESS: 1111 Burma Drive I Apex City NC 27539 State Zip Code PROJECT: Goodrich Street RWPS Phase 1 PROJECT NO: 10250 I I At a meeting of the Augusta Commission held on (Date) 03/04/2008 you were awarded the Contract for the following Project: I Goodrich Street Raw Water Pump Station Improvements Phase 1 Enclosed please find 5 copies of the Contract Documents for your execution. Please complete the I pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and return to this office within 10 days from the date of this letter, excluding Legal Holidays. I The Certificate of Insurance must be complete. I Power of Attorney must be submitted in triplicate; an original and two copies is permissible. I Very truly yours, Augusta Program Management Team I I Clifford ~:ClePt of thi NOTICE OF AWARD Is hereb~~gedhiS' ~ day of Crowder Construction Co. l ~~~ Contractor By CarlosW. Norris Please sign and return one copy of this Notice of Award Acknowledgement to: Augusta Utilities Department Attn: Program Managers 360 Bay Street, Suite 180 Augusta, GA 30901 March 2008 Vice President Title I I I I I I I I Section A Agreement TIllS AGREEMENT, made on the 4'"' day of ~ 2~ by and between AUGUSTA, GEORGIA, BY AND TIIROUGH 1HE AUGUSTA~RICHMOND COUN1Y COMMISSION, party of the first part, hereinafter called the OWNER, and Crowder Construction Company party of the second part, hereinafter called' the CONTRACTOR. WTINESSETH, that the CONTRACTOR and the OWNER,. for the considerations hereinafter 'named, agree as follows: I I ARTICLE I - SCOPE OF TIlE WORK I I The CONTRACTOR hereby agrees- to fumishall-of the materials-and-all of the equipment and- labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: - BOND PROJECT NO. 10250 GOODRICH STREET RWPS IMPROVEMENTS - CONTRACT 1 DIESEL PUMPS 6, 7, AND 8 and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION IUQUIDATED DAMAGES I I I I I I The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the OWNER to the CONTRACTOR to proceed. The conditions described in SC-26 must be met and all work shall be completed within 600 calendar days and with all such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the CONTRACTOR and the OWNER, that the date of beginning, rate of progress, the Milestone Date 1, and the time for completion of the work to be done hereunder are ESSENTIAL CONDmONS of this contract. CONTRACTOR agrees that said workslm.llbe prosecut~drego:Iarly, dillge""tl.tly; andiU1:irtteftuptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed by and between the CONTRACTOR and the OWNER, that the time for completion of the work described herein is a reasonable time for meeting the MILESToNE DA TE1 and completion of the WORK, taking into consideratiortthe average climatic range and construction conditions prevailing in this locality. IF THECONTRACfORSHALL NEGLEcr, FAIL, ORREFUSETOCOMPLElE lHEWORK WITHIN THE TIME HEREIN SPECIFIED, then the CONTRACTOR does hereby agree, as a part of the consideration for. the awarding of this contract, to pay the OWNER the sum of One Thousand Dollars and rio/100s ($1,000.00) Dollars, iiOt as a peii.aIty~ hut as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the CONTRACTOR shall be in default after the time stipulated in the Contract for completing the work. I I I I I The said amount is- fixed and agreed upon. by and between the CONTRACTOR and, the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence for each and every portion of this Contract, and the specifications wherein a definite portion and certain length of time is fixed, if additional time is allowed for the completion of ~y work, the new time limit fixed by extension shall be the essence of this contract. ARTICLE ill - PAYMENT A -l(A2) I I I I I I I I I I I I (A) The Contract Sum The OWNER shall pay to the CONTRACTDR for the performance of the Contract the amount as stated in the Proposal and, Schedule of Items; No variationsshallbe made in the amountexc-eptas'setforth- in the specifications attached hereto. (B) Progress Payment On no later than the fifth day of every month, the Contractor shall submit to the OWNER's Engineer (hereinafter called, the PROFESSIONAL) an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and/ or the Professional. This estimate ~hall include only the quantities in place and at the unit prices as setforthin the Bid Schedule. On the vendor run folloWing approval of the invoice for payment, the OWNER shall after deducting previous payments made, pay to the CONTRACTOR 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the OWNER until the final completion and acceptance of all work under the Contract. ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT (A) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Professional shall within 10 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the CONlRACTOR, including the retained percentage/shall be' paid to the CONTRACTOR by the' OWNER within 15 days after the date of said final certificate. I I I I I I (B) Before final payment is due, the CONlRACTOR shall submit evidence satisfactory to the Professional that all payrolls, material bills, and other indebtedness connected with wotk have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such' paymerit nasri6t arready.'15eeii guaranteed-by surety bond. (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the OWNER, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the CONTRACTOR except those previously made and still unsettled. (0) If after the work ha:s- b-e{?ffsubstahliallY'completeu-; full conrpletion'ilfefe-of is' materially delayed through no fault of the CONlRACTOR, and the Professional, so certifies, the OWNER shall upon certification of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute-a-waiverofdaims; , IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. A -2(A2) I I I I I I I I I I I I I I I I I I I I ."!~~~~:;'~~.~~~~ .Qi;;:':.,CHV1(l:\'I) "'~~< -"> ,....~ '. 0. '~ JI? ~/ ,.Cflj."''';IlI'~411 - Q '" . ~), ff ,."9' ..rite ~Ge G;:l. 'tA. ,.{f ,":> ... .r" Y. "I (S"pl).V} - \ ~ ,~ ~ ...; .: " . 1:.1 !.-e. .. P..i r. <!l'I (l ~ ~ fZ' ~ :::;#4.' ~'W~, ..,,~ .J. "'f:;[, ^' .. ~ # ~,'... . q," Jf/ f · OWNER: AUGUSTA, GEORGIA By: cJ -*f Ie As its Mayor qfr.llt ~\}\D1 Construction Comp " By: Carlos W. Norris Vice President As its Assistant Secre~, William B. Waller Address: 1111 Burma Drive ~ ri!J'/f~ VVitness Llsa Chllders Apex, NC 27539 Bond #018-016-816 " SECTION PFB PERFORMANCE BOND I KNOW ALL MEN BY THESE PRESENTS: that I Crowder Construction Company (Name of Contractor) I 1111 BUDna Drive, Apex, Ne 27539 (Address of Contractor) a Corporation , hereinafter called Principal, and (Corporation, Partnership, or Individual) I Liberty Mutual Insurance Company (Name of Surety) I 175 Berkeley St., Boston, MA 20117 (Address' of Surety) I hereinafter called Surety, are held and fi.tmly bound unto Augusta-Riclunond County, Georgia (by and through its Commission), Municipal Building, Augusta, Georgia 30911, hereinafter called Owner, in the penal sum of Thirteen Million, Eight Hundred Seventy Thousand and 00/100 Dollars ($13,670,000.00) in lawful money of the United States', for the payment of which sum well and' truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. I I THE CONDITION OF THIS OBLIGATION is such that whereas, the principal into a certain contract with the Owner, dated the day of a copy of which is hereto attached and made a part hereof cons.t'ruction of: I BOND PROJECT NO. 10250 GOODRICH STREET RWPS IMPROVEMENTS - CONTRACT 1 DIESEL PUMPS 6, 7, AND 6 I I NOW, THEREFORE, if the Principal shall well, truly, and faithfully perfoDn its duties, all the undertakings, covenants, teDns, conditions and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract and shall fully indemnify and save harmless the Owner from all costs and damages' which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. I I PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the ter.ms of the contract or to work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. I I I 0302-01 PFB.doc PFB-1 'ZEL, ENGINEERS I I I I SECTION' PFE PERFORMANCE BOND I PROVIDED, FURTHER, that no Contractor shall abridge the may be unsatisfied. final se~~lemene between the owner and the right of any beneficiary hereunder, whose claim I IN WITNESS WHEREOF~ this, instrument is e-xecuted in' ~ (Number of c counterparts, each one which shall be deemed an original, this the ____ of I Crowder Construction (Princip U~~ (Principal) ggsrliitai:y 0~ I I By: Carlos W. Norris, Vice President 1111 Burma Drive I, Apex, NC 27539 (Address) I: Lisa Childers (Witness) to Principal I 1111 Burma Drive, Apex, NC 27539 (Address) I ATTESO fY\#OJ nKamoL~ ( Sur ) fJe<:!;t!'i!'tfe!tfry Angela D. Ramsey, Attorney-In-Fact LIBERTY MUTUAL INSURANCE COMPANY Surety By ~ K.CnhO~t-D Attorney-in-Fact Donna K. ' Ashley P.O. Box 220748 I (Addres s ) Charlotte, NC 28222 I Charlotte, NC 28222 I (SEAL) I NOTE: Date of Bond must not be prior to date of Contract. Partnership, all partners should execute bond. If Contractor is I IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. I 'ZEL, ENGINEERS 0302-01 PFB.doc PFB-2 I SECTION PB PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that Crowder Construction Company (Name of Contractor) 1111 Burma Drive, Apex, NC 27539 (Address of Cdntractor) a Corporation , hereinafter called Principal, (Corporation, Partnership or Individual) and Liberty Mutual Insurance company (Name of Surety) 175 Berkeley St., Boston, MA 20117 (Address of Surety hereinafte'r c.alled Surety', are held and firmly bound unto Augusta-Richmond County, Georgia, (by and through its Commission), Municipal Building, Augusta, Georgia 30911, hereinafter called OWNER, in the penal sum of Thirteen Million, Eight Hundred Seventy Thousand and 00/100 Dollars ($13,670,OOO.OO)in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, j-o-intly- and' severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION is such that whereas, the Principal ente into a certain contract with the OWNER, dated the day of, a of which is hereto attached and made a part hereof for the construction of: BOND PROJECT NO. 10250 GOODRICH STREET RWPS IMPROVEMENTS - CONTRACT 1 DIESEL PUMPS 6, 7, AND 6 I NOW, THEREFORE, if the principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance prerniurns On said work, and for' all labor, performed in such work whether by subcontractor or ,otherwise, then this obligation shall be void; otherwise to remain in full force and effect. I I PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive' notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the- specifications. I I PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the' right of any beneficiary hereunder, whose" "claim may be unsatisfied. I 0302-01 ?B.doc PB-1 'ZEL, ENGINEERS I I I I SECTION PB PAYMENT BOND I IN WITNESS WHEREOF, this instrument is executed in ~ copies) counterparts, each one which shall be deemed an original, day of 1 I I I (S~LH~e.ma~ lsa t,;hll ers 1111 Burma Dr. I (Address) Apex, NC 27539 1 ATTEST: 1 I I. P.O. Box 220748 Charlotte, NC 28222 (Address) 1 NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. 1 Crowder Construction Company Principal By: Apex, NC 27539 (Address) LIBERTY MUTUAL INSURANCE COMPANY Surety ~.~.~~ A~t6tney-in-Fact (j Donna K. Ashley P.O. Box 220748 (Address) Charlotte, NC 28222 (SEAL) IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. I Ii I 0302-01 PB.doc PB-2 I 'ZEL, ENGINEERS 22372~ THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. . . . . , " . This Power of Attorney limits the acts of those named herein, and they have no authority to bind theCompanyexceptinthe milllnerand to the extent herein stated. . . LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), 'a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name, constitute and appoint.' ... .... ., ANGELA D. RAMSEY, DONNA K. ASHLEY, WENDYE;LAHM,JENNIFERC.-HOEHN;WILLIAM J. QUINN, JOHN D.. LEAK, III G. TIMOTHY WILKERSON'JOHN F. THOMAS, ALLoFTHE:CITV OF CHARLOlTE/STATEOF,NORTHCAROLINA........... ",-,-:-:'-:.-.>- :" ,-:.--."'- ::".:::. ::'":'_:-.-:':":.'.<-'.' - ':.,,:",:.-<'..:": .-.:-.--....-.--'::. -':.:_-':~.:::..--.:,-'" .... ......-.:._-:......-:.:.:.:.-... . .. . -,--",:- _..:.' " ~ . -. " - ,," ................................................................................................................................................................................................ . _. _' . ..'. - .' .. - _' , _" . '~., - ..d ,'_. '..' ", . .. ._' __ "", That this power is made and execut~dPlJ~suimt to and by aUil1?rit}t~ftl1~fOllowing BY-Ia~and Auth6ri~ition:'n: ARTICLE XIII - Execution of Contracts: Section 5, Su;etYB()~d~~nd Undertakil,g~, .. .. .., . ,.'. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations a~ the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other' surety obligations. .... Such attorneyscin-fact, subject to the limitations set forth in their respective powers of attorney, shall have fulLpower to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such'instruments shall be as binding as if signed by the president and attested by the sec:retary. . , , By the following instrument the chairman or the president has authorized the officer or otherofficial named therein to appoint attorneys-in-fact: Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company,ishereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal,'acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. . That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Uberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 6th day of' November .. ; 2007 LIBERTY MUTUAL INSURANCE COMPANY COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY By~4 &/"'~~ Garnet W. Elliott, Assistant Secretary On this..2!h- day of November , 2007 , before me, a Notary Public, personally came Garnet W, Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation, CERTIFICATE nto subscribed my name and affixed my notarial seal at PlymouthMeeting, Pennsylvania,on the day and year IN TESTIMONY WH first above written. n} ff;i:).... ~ n~~resapastella, Notary PubliC: .-. - .. -' ". ..' '. .' '- .- -.' -'. .,' . . - . .. -"-" .'- -. . ..' '-', . .....- -' .'--'. --. ..... ~ . :.-:: ..-. :--. .. ......:.:. - :::- >:- .-."-.'..:: :-::.... ::~...---- .:':--.'>.-' -. ....... .' ...... ,. .....--.- ---.'.'. '".--.... - . . . I, the undersigned, Assista retaryofLiberty Mutualln~urimce Company,do hereby~ertify thatUl~original powel'ofattorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; andldo further certify that the officer or official vvho executed the said power of attorney is an Assistant Secretary specially authorized by the chairman orthepresidEmttoappoint attorneys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company; . . . .. .. , .. ' ~$!, l'int\$j>1v.o", Associatlim of Nol<irU. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon Jl certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding uponthe company with the same force and effect as though manually affixed. day of ~ IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this . .. .' " . . . - .- " ... .." ,,", . . - - . - - , .' .- . - - '. " - "-',-"-",.' ','. '._--': ": -.',.-:' .'.' - --.',-,: "-'" . ,- , - -'..' '-. . '-'-.' . THIS POWER OFATTORNEY IS NOT\lALlD UNLESS IT IS PRINTED ON RED BACKGROUND. 22372S This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated... ' . . '. ". ' . . LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY .,' . . ,- . KNOW ALL PERSONS BY . THESE PRESENTS: ... That Liberty Mutual Insurance Company (the "Company"),. a Massachusetts stock insurance . company, pursuant to and by authorityoIthe By-law and Authorization hereinafter set forth; does hereby name, constitute and appoint, ...... . ..... .. ANGELA 0;. RAMSEY, DPNNAKASIiLEY, WENDYE;LAHM.JI:NNIFERC. .HOE;tlt-J,WILLIAM J. QUINN; JOHN..p. LEAK, III, G.nMOTHYWILKERSO~'f40HN F. TfiQ~AS, ALt:9ftHEC1TY OF cffAJ:iLOTT1;;~TATE(jFN9RTHCAROLlNA~.....m.. . '.. '. ,.......... .... ->. - ..... _'. "." . n'.. ". n"- _ ." -'. ,,"', ". _," ..~--__.. ....",' - .... .....-.. . . ..'...., ...-.... "'. ,,' . .' . -' .," Pursuant to Article XIII"SectionS of the By-Laws, Gamet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorizedto appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as suretyany and all undertakings, bonds, recognizances and other surety obligations. That the Ely-Iaw andthe Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by ari authorized officer or officiaL of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 6th day of .. November 2007 LIBERTY MUTUAL INSURANCE COMPANY . ss ByG2--..4j./.~. Garnet W. Elliott, Assistant Secretary . . .' . ' . .. . , . ,", _,.': :' _':... - " ,'-. _." '.', ,'-"-. c' .-' . On this~day of . November ,2007 .' before me,. a Notary Public, personally came Garnet .W. .Elliott,to.me known, and .acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the sealofsaid corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation~ .60MMONW~~6F~N~!.VANIA ..:.,~$;lal":>. ~T~~d. My.~El.q:liresMa{.28.~ Memll....... F,iiil$ywa~1a AMoclaUoQ of Nota~ Frf:< . I, the undersigned, AssistantecrefuiXpfl.JbertY MutuallrtsU~ange Compa~y~db herebycertlfy thattiJi30riginal p()w~i'~Of attorney of which the foregoing is a full. true and correct copy, is. in tllllforce and effect onlhe dcltEl:'ofthis certificate;. arid.ldofurtherc:ertifyttiatttie'bfficer or official who executed the said power of attorney is an AssistanfSecretary specially authoiiz.ed by tM:e chairman oii@ presidenttoappoirifattomeys-in-fact as provided in Article XIII, Section S of the By-laws of Liberty Mutual Insurance Company; . , . ... . ... .. ...., .. ..., This certificate andthe above power of attorney may be signed by facsimile or mechanicallyreproducedsignaturesimderand by authority of the . following vote of the board of direc:tors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March; 1980. VOTED that the facsimile of mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety. bonds. shall be valid and binding upon the company with the same force and effect as though manually affixed. . ..- . - .... - - ... . . ntosybscribed my nameal)daffixed my notarial seal aLPlymouthMeetill9, Pennsylvania, on the day and year '". ":..'. . ','-' ....... '::.: ,'. '~.--::..:' .. <--'-:.: ':'.'-:.: .:'. ..... .........,.i.... ..r#S...~ :. .'..,...........~i...'. i.'....... ....~....'...:...'..~............ By....: ........ . ..... ... ,TeresaPastella, Notary PiJtilic. . ..,. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of ...-- -.. ".-<. . ..._--,' - - ,.: _.,-,.,-' - .--:---... .., -.' ---. THIS POWER. OF ATTORNEYIS NOTVALlDUNLES~IT IS PRINTED ON RED BACKGROUND. . . 223 72~ This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in themal'll'ler and to the extent herein stated. -. - . ..- . LIBERTY MUTUAL INSURANCE COMPANY . BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth; doe$ hereby narne~ con$tituteand appoint .'. ...-. .' ANGELAD.RAMSEY,OPNNA. K ASH.LEY, WENDY~.LAHM.JENNIFER.C;HOI;t1N,'N14LIAM J. QUINN, JOHN D. LEAK, m G.T11V10THYWILKERSON-i.:J.OHNF. Ttl9MAS, 'AL~'QFtHECITY OF CflAfiLOTJ';;~TA"[E()f'N()RTHCAROLINA .....m.. . ....... .-. ..... .._... 1i.1i.....,; ~ .'. I..;~.. Ii ~_~. !I:-'.~'';'~ I... Ii I. ~... Ji' ~'.~~ ii'~:~.. I .-1. Ii I ...:;~';'~~:"-~'~... ....;.-. ~II. ~~ ';:~_I'';'.''~-...';.'' I .~.;.,.- .'1I ;...-io:.;' I .......,: ;.....~.~.~. 11-.". Ii'; ~ I.;;''':'; ~.e-;.:'~:~:I.. I.. I.. oil 1-.......,;,.....;... ... oi I II..... ,each individually iftherebe m6~~~none,ri~th~d,its t!G~~nd lawful attotri~Y~jO.facttbrti~ke,eX~cOt~;seal, .ackn(jWI~dge and -deliver,forand o~its be. h. alf as.' sure.. .ty and as. its ac...t an. d..'..d.....~e.. d., a..n....~.. <~.i1d a." u...n. a.e.. it~.k.'. ings,.bond.. s. _' re. ".GO. Qri...iZance..s.a.-.-.nd. ot.h. e. -..r,.'. SU._T_ety Obi. ig.a.tio.n._.. S.-.lh._ .._..,._th. e p. e..n.al s.u. m. not ex. ceed.. in. g SEVENTYFIVEMllLlONAND00l100~~~**m**~~~~~** -DOLlARS,($ 75;OOO,OOO.OO*.***~ ...... .... ) each, arid the execution of such.. undertakings,' bones, recQgnizancesaric:lbther surety obHgaUons, h't.plirsuanc;a bfJhese presein!S(Shallbeas _ binding upon. the Company as if they had been duly $jgn~dbYthe presidentandattested by thes~cretaryofttie Comp~riyjn their own proper persons. '. .. That this power. ismad~ .and executed~Jrs~~nt t6and by ~~thc>titY~fttiefci;J~~ng ~y-lavj~ridAuth9;ii~tiQn; .. .' . .,.."". ~.. ", ,_ h. .' ... _ ...... . ..' . ... _'" ... _ .. . .... .. ...... .. .... . ..".. -,-.. .. -". -.'." ,..-. . ,. " , .. " . By the following instrurnerit the chairman or the president h~s authorized the officer or other official named therein to appoint attorneys~in-fact: . :, -..- '- -"'---,: ",' ',,',. Pursuant to Article XIII, Section5 of the By-Laws, Garnet W, Elliott, Assistant Secretary of Liberty Mutl.Jal Insurance Company, is hereby authorized to appointsuchattorneys-in~fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations, That the Sy~law and the Authorization set forth above are true copies thereof and are now in full force and effect .. .. , - IN WITNESSWHEREOF,this po.:ver of Attomey has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 6th day of November , 2007 . . LIBERTY MUTUAL INSURANCE COMPANY , ss BY~'.4-~~'....~' Garnet W. Elliott, Assistant Secretary On this 6th . day of November ,2007, before me, a Notary Public, personally came GarnetW, Elliott, to me known, and acknowledged that l1e is an Assistant Secretary of Liberty MutuaUnsurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of libertY Mutual Insurance Company thereto with the authority and at the direction of said corporation: , ' .. - . -, . , -...... . untoSlJ~scribedmy nalJ1eal)d~ffixed my notariClI~ealat Plymouthr."leetil1g,Perin$ylvania, on the day and year :...... ....-.,............-....-.......:... . . ~ ......'.60MMOM~~tH6F~~~~LVANlA _:_,<-.NotaIial Silal .: -'--.:'-._'- - ~T~~~....". My~~resMar.~~ Momll$t:f'oriil$;'ivanla "'..oolllll<m ot NoIa~ '. ..,..'................,.. "#:S'.' .<...~'. '. '.-.-.' .' ..--..-. . -..- ......... ....._. 'd,.:' ...._.. .,.'. ':.__ .:..... _._._ _.. .......--:.--..:..,...~..-.-.-...........'.....~.:----.-.......... : --.' 'S' . --'.' .- :. < Y /.. .... .'. ,Teresap'!iste"a, Notary public.. ...' .. ........:'. ." .....-.. -.......,...... ..-.....,'. .......:..... . ....:..:..... . I, the undersigned, Assistan . . . etfUY9fLib~rty Mutualiris~~ance Compariy,d6hereby(;et"!ifythatth~~riginal p()w~rofattorney of which p,eforegoing is a full, true and correct copy, is in fllll10[6$ and effect orithe<lateiofthis{:~rtificate; andldo furth~rce.ttifytha[theQfficeror official who executed the said power of attorney is an AssistantSecratary specially authbitzedbythe chairman ortl1e presiderit!oappoifitattomeys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutuallnsurance Company: . . .. .. ". . ..,. .... . '.. . This certificate andthe abovepoiNer of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. . ..... , VOTED that the facsimile or mechanically reproduced. signature of any assistant. secretary of the company, . wherever appearing. upon a certified copy of any power of attorney issued. by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. . IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said company, thi$ day of I I TIllS certificate is executed b Libe Mutual Insurance Grou as re ects such insurance as is afforded b those com anies, BM0068 Certificate of Insurance This certificate is issued as a matter of infonnation only and confers no rights upon you the certificate holder, This certificate is not an insurance policy and does not amend, extend, or alter the coverage afforded b the olicies listed below, This is to certify that (N ame and address ofInsured) ~ libertY. .~ MUtuMTN I CROWDER CONSTRUCTION COMPANY ATTN: MR, JODY BARBEE P,O, BOX 30007 CHARLOTTE, NC 28230 I is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below, The insurance afforded by the listed policy(ies) is subject to all their tenus, exclusions and conditious and I is not altered bv anv requirement, tenn or condition of anv contract or other document with respect to which this certificate mav be issued, Expiration Type Eff,/Exp. Date(s) Policv Number(s) Limits of Liability Continuous* 04/01/2007 / 04/01/2008 WC7-151-256779-177 Coverage afforded under WC law of Employers Liability f-- the following states: f-- Extended Bodily Injury By Accident X Policy Term FL, GA, NC, SC, VA $500,000 Each Accident Bodily Injury By Disease $500,000 Policy Limit Workers Compensation Bodily Injury By Disease $500,000 Each Person 04/01/2007/04/01/2008 TB2-151-093450-047 General Aggregate-Other than Prod/Completed Operations General Liability $2,000,000 Products/Completed Operations Aggregate ,~ Claims Made $2,000,000 X Occurrence Bodily Injury and Property Damage Liability Per $1,000,000 Occurrence I Retro Date I Personal and Advertising Injury Per Person / $1.000,000 Organization Other Liability I Other Liability Per Project Aggregate Included XCV Coverage Included 04/01/2007 / 04/01/2008 AS2-1 5 1-256779-217 Each Accident - Single Limit - B. I. and P. D. Combined Automobile Liability $1,000,000 Each Person .!. Owned .!. Non-Owned Each Accident or Occurrence X Hired Each Accident or Occurrence . Job # 40715 Goodrich Street RWPS Improvements, Contract 1 Diesel Pwnps 6, 7, & 8, Bond Project #10250 - Augusta Utilities Department is additional insured with respects to the general liability and automobile policies, subject to policy terms, conditions, and exclusions, - Waiver of Subrogation applies as required by written contract. C 0 M M E N T S Notice of cancellation: (not applicable unless a number of days is entered below) . Before the stated expiration date the company will not cancel or reduce the insurance atTorded under the above policies W1lil at least 30 days notice of such cancellation has been mailed to: "711 ~-t-.:'>)-"r- ""L /7 Office: CHARLOTTE, NC Phone: 704-844-0119 J:5 _A:"1--~ Certificate Holder: MARSHA BERRY Augusta Utilities Department Authorized Representative I I I I I I I I I I I I I 504 Municipal Building Augusta, GA 30911 I Date Issued: 03/05/2008 Prepared By: MB I CROWCON2 ACORDTM I DATE (MM/DDIYY) 03/11/08 THIS IS EVIDENCE THAT INSURANCE AS IDENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE, AND CONVEYS All THE RIGHTS AND PRIVilEGES AFFORDED UNDER THE POLICY, PRODUCER . PlJgN,ro Ex!: 7 0 4 3 6 6 - 8 8 3 4 Wachovla Insurance erv- , 6100 Fairview Road, Suite 800 P.O. Box 220748 Charlotte, NC 28222 EVIDENCE OF PROPERTYINSUiRANCE I COMPANY ACE Fire Underwriters Insurance Company I CODE: SUB CODE: AGENCY CUSTOMER 10 #: INSURED Crowder Construction Company 6425 Brookshire Blvd. (28216) PO Box 30007 Charlotte, NC 28230 THIS REPLACES PRIOR EVIDENCE DATED: LOAN NUMBER POLICY NUMBER 120692911005 I EFFECTIVE DATE 04/01/07 CONTINUED UNTIL TERMINATED IF CHECKED 04/01/08 I I PROPERTY INFORMATION LOCA TION/DESCRIPTION Goodrich Street RWPS Improvements Contract 1 Diesel Pumps 6, 7 and 8 Bond Project No. 10250 I COVERAGE INFORMATION I COVERAGE/PERILS/FORMS AMOUNT OF INSURANCE DEDUCTIBLE I Builders Risk Coverage Materials, supplies, machinery, equipment which insured has contracted to install or is liable for Special Form $10,000,000 $2500 $2,000,000 $2500 I I I I REMARKS (Including Special Conditions) Augusta Utilities Department (owner) and ZEL Engineers (Engineer) are included as additional insured with regard to insured's Job #40715 Goodrich Street RWPS Improvements, Contract 1 Diesel Pumps 6, 7 and 8 - Bond Project #10250. Coverage is provided on a primary basis and includes a waiver of subrogation. I I CANCELLATION THE POLICY IS SUBJECT TO THE PREMIUMS, FORMS, AND RULES IN EFFECT FOR EACH POLICY PERIOD, SHOULD THE POLICY BE TERMINATED, THE COMPANY WILL GIVE THE ADDITIONAL INTEREST IDENTIFIED BELOW 30 DAYS WRITTEN NOTICE, AND WILL SEND NOTIFICATION OF ANY CHANGES TO THE POLICY THAT WOULD AFFECT THAT INTEREST, IN ACCORDANCE WITH THE POLICY PROVISIONS OR AS REQUIRED BY LAW, ADDITIONAL INTEREST I NAME AND ADDRESS Augusta Utilities Department 504 Municipal Building Augusta, GA 30911 MORTGAGEE LOSS PAYEE LOAN # X ADDITIONAL INSURED I AUTHORIZED REPRESENTATIVE I 7I(~ ~ ~ I ACORD 27 (3/93) 82722 BHU01@ACORDCORPORATION.199 1 of 1 I Client#: 122451 CROWCON2 ACORDTM DATE (MM/DDIYYYY) 03/10/08 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. CERTIFICATE OF LIABILITY INSURANCE I PRODUCER Wachovia Insurance Serv-CH, NC 6100 Fairview Road, Suite 800 P.O. Box 220748 Charlotte, NC 28222 INSURERS AFFORDING COVERAGE INSURER A: Westchester Fire Insurance Company INSURER B: INSURER C: INSURER 0: INSURER E: NAIC# 21121 I INSURED I Crowder Construction Company 6425 Brookshire Blvd. (28216) PO Box 30007 Charlotte, NC 28230 COVERAGES I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, LTR NSR TYPE OF INSURANCE POLICY NUMBER PJ>.(~~~ri~~8~\E Pg~fJ/~~~~N LIMITS GENERAL LIABILITY EACH OCCURRENCE $ - DAMAGE TO RENTED ::SMMERCIAL GENERAL LIABILITY $ - CLAIMS MADE D OCCUR - MED EXP (Anyone person) $ - PERSONAL & ADV INJURY $ - GENERAL AGGREGATE $ ~'L AGGREnE LIMIT APPLIES PER: PRODUCTS, COMP/OP AGG $ PRO- n POLICY JECT LOC ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) - - ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) - HIRED AUTOS BODILY INJURY - $ NON-OWNED AUTOS (Per accident) - - PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ~ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ A ~ESS/UMBRELLA LIABILITY G22037948002 04/01/07 04/01/08 EACH OCCURRENCE $5 000 000 X OCCUR D CLAIMS MADE AGGREGATE $5 000 000 $ ~ DEDUCTIBLE $ X RETENTION $10000 $ WORKERS COMPENSATION AND I T~2~i iMWs I IOJ~- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? EL DISEASE - EA EMPLOYEE $ If yes, describe under SPECIAL PROVISIONS below EL DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Augusta Utilities Department (owner) and ZEL Engineers (Engineer) are included as additional insured with regard to umbrella liability as their interest may appear with insured's Job #40715 Goodrich Street RWPS Improvements, Contract 1 Diesel Pumps 6, 7 and 8 - Bond Project #10250. (See Attached Descriptions) I I I I I I I I I I I CERTIFICATE HOLDER CANCELLATION I Augusta Utilities Department 504 Municipal Building Augusta, GA 30911 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -3D- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES, AUTHORIZED REPRESENTATIVE ~ J.I. ~ff J BHU01 I I ACORD 25 (2001/08) 1 of 3 #S1329097/M1180743 @ ACORD CORPORATION 1988 I I I IMPORTANT I If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), I If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), I I DISCLAIMER I The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. I I I I I I I I I I I ACORD 25-5 (2001/08) 2 of 3 #S1329097/M1180743 I I I I I I I I 1 I I I I I ,1 I I I DESCRIPTIONS (Continued from Pa Coverage is provided on a primary basis and includes a waiver of subrogation. AMS 25.3 (2001/08) 3 of3 #S1329097/M1180743 I I I 1 1 I 1 I I I I I I I I I I I I .~ NOncE TO PROCEED DATE: TO: Crowder Construction Company Attn: 1111 Burma Drive Apex, NC 27539 BOND PROJECT NO. 10250 GOODRICH STREET RWPS IMPROVEMENTS - CONTRACT 1 PROJECT: DIESEL PUMPS 6,7, AND 8 PROJECT NO: 10250 You are hereby notiftedto commence WORK in accordance with the Agreement dated on or before , and you are to complete the WORK 600 consecutive calendar days thereafter, The date of t::ompletion of alf WORK is therefore Very truly yours, Augusta Program Management Team Project Engineer Receipt of this NOTICE TO PROCEED is hereby acknowledged This; the day of Contractor: By: Title: Pleasesign.and return one.copy of this Notice to,Proceed,Acknowledgementto: CH2M Hill (Attn:Program Management) 360 Bay Street; Suite 100 Augusta, GA 30901 n"Vl,,) n.. f\lI"\TI,.....r= Tn DOrv"'E::C'n r'"\rV" I I I I I I 1 I I I I I I I I I I I I PROJECT TITLE . ORIGINAL CONTRACT DATE OWNER AUGUSTA, GEORGIA CONSTRUCTION CONTRACT CHANGE ORDER co NUMBER BID IlEM DAlE GdOblUCH STREET RWPS IMPROVEMENTS-CONTRACT 1 PROJECT NUMBER .1Q25Q PO NUMBF;R The following change is hereby made to the contract for the above project Description of Change (for a more detailed description see attached proposal): PAYEE TOTAL AMOUNT OF nns CHANGE ORDER $ The contract time will be INCREASE/DECREASE by _ calendar days as a result of this change. ORIGINAL CONTRACT AMOUNT $ 13,870,000.00 PREVIOUS CHANGE ORDER (INCREASE/DECREASE) $ lHIS CHANGE ORDER (INCREASE/DECREASE) $ TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER $ FUNDING NUMBER/ACCOUNT NUMBER PROPOSED BY: DATE: CONTRACTOR REQUESTED BY: DATE: ENGINEER SUBMITIED BY: DATE: DEPARTMENT HEAD FINANCE ENDORSEMENT: DATE: COMPTROLLER RECOMMENDED BY: DATE: ADMINISTRATOR APPROVED BY: DATE: MAYOR I I I I I I I I I I, I I I I I I I 1 I ite"':..slC:-. :'4t:1I!! ~t!q:U:lt. :v1.11 GENERAL CONDITIONS ARTICLE I-DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda-Any. changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment-The form accepted by PROFESSiONAL which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) fer the Work to be performed. Bonds-Bld, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order- A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement Contract Documents- The Agreement Addenda (which pertain to the Contract Documents); CONTRACTOR's Bid (including documentation accompanying the Bid am.I any post-Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of Contract together with all amendments, modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. Contract Price- The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in the Agreement for the completion of the Work. CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the Agreement COUNTY~Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the Augusta-Richmond County Commission, and its authorized designees, agents, or employees. Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. Defective-An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or GC-1 Page 1 of 52 I I I I I I I I I I I I I I I I I I I Rcv:..).tJn :a toe AUc;JUU. :(\01 deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFESSIONAL's recommendation of final payment, unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10). Drawings-The drawings which show the character and scope of the Work to be 'performed and which have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia. field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which does not involve a change in the Contract Price or the Contract Time. General Requirements-5ections of Division I of the Specifications. Laws or Regulations-Laws, rules, regulations, ordinances, codes and/or orders. Notice of Award-The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSIONAL) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. OWNER- Augusta, Georgia, and the Augusta-Richmond County Commission. Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended or for a 'related purpose) before reaching Substantial Completion for all the Work. PROFESSIONAL-The ArchitecturaVEngineering firm or individual or in-house licensed persoh desig':lated to perform the design and/or resident engineer services for the Work. PROGRAM MANAGER - The professional firm or individual designated as the representative or the OWNER who shall act as liaison between OWNER and bo,th the PROFESSIONAL and CONTRACTOR when project is part of an OWNER designated program. Project-The total construction of.which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. Project Ama-The area within which are the specified Contract Limits of the improvements contemplated to be constructed in whole or in part under this Contract Project Manager- The,professional in charge, serving OWNER with architectural or engineering services, his successor, or any other person or persons, employed by said OWNER, forthe purpose of directing or having in charge the work embraced in this Contract, Resident Project Representative- The authorized representative of PROFESSIONAL as PROGRAM MANAGER who is assigned to the site or any part thereof. Shop Drawings-All drawings, diagrams. illustrations, schedules and other data which are specifically prepared GC-2 Page 2 of 52 I I I I I I I I I 1 I 1 I I I 1 I 1 1 i\<eVl"IU.O::. ~::C l\1JliN:lt. t(Jl,\l by or for CONTRACTOR to illustrate some portion of the Work and. all illustrations, brochures, standard schedules, performance char.ts, instructions, diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications-Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. ' Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR orwith any other SUBCONTRACTOR for the performance of a part of the Work at the site. Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the, Contract Documents, so that the Work (or specified part) can be used for the purposes for which it is intended. or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions-The part of the Contract Documents which amends or supplements these General Conditions. Supplier-A manufactUrer, fabricator, supplier, distributor, mate/ialman or vendor. Underground Facl1ities-AI1 pipelines, conduits, ducts, ca les, wires, manholes. vaults, tanks, tunnels or other such facilities or attachments, and any encasement ntaining such facilities which have been installed underground to furnish any of the, following services or aterials: electricity, gases, steam, liquid petr91eum products, telephone or other communications, cable tel vision, sewage and drainage removal, traffic or other control systems, or water. ' " Unit Price Worle-Work to be paid for on the basis of uni price~. Worlr-The entire cOmpleted construction or the variou separately identifiable parts thereof required to be furnished under the Contract Documents. Work is th result of performing services, furnishing labor and furnishing and incorporating materials and eqUipment in 0 the construction, and furnishing documents, all as required by the Contract Documents. Worle Change Directilie-A written directive to CO CTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended y PROFESSIONAL, ordering an addition, deletion or revision in the Work, or responding to differing or unto een physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to mergencies under paragraph 6.22. A Worn Change Directive may not change the Contract Price or the Con ct Time but is evidence that the parties expect that the change directed or documented by a Worn Change irective will be incorporated in a subsequently issued Change Order following negotiations by the parties as t its effect, if any, on the Contract Price or Contract Time as provided in Article 10. Written Amendment-A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agl1 ement and normally dealing with the non-engineering or non-technical rather than strictly Work-related aspe s of the Contract Documents. GC- Page 3 of 52 1 I I I 1 1 I I I I 1 I I 1 I I 1 I 1 At:\.,L1:u:an :..t.... ';P.lqll,1t :1)01 ARTICLE 2-PRELlMINARY MATIERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings anellor individual pages or sheets of the project manual or drawings will be furnished by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which will be OWNER's standard charges for printing and reproduction. Commencement of Contract Time, Notice to Proceed: 2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to proceed may be given at any time after the Effective Date of the Contract Starting the Project: 2.4. CONTRACTOR shall begin the Work on the date the Contract Tnne commences. No Work shall be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior to date on which Contract Time commences shall ,be at the sole risk of CONTRACTOR. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTo.R shall be liable to OWNER for faRure to report any conflict, error, ambiguity or discrepancy in the Contract Documents; if CONTRACTOR knew or reasonably should have known thereot 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review: 2.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing py CONTRACTOR at the time of submission. GC4 Page 4 of 52 . I' 1 I I 1 1 1 1 1 I I I I I 1 I I I I, ac"\":,.:s.:..:;;'<. :':&~t ;"\19'16:' :Q!)!. 2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER. with copies to each additional insured identified in the Supplementary Conditions, an original policy or certified copies of each insurance policy (and other evidence of insurance which OWNER may reasonably request) which CONTRACTOR is required to purchase and maintain in accordance with Article 5. Pr~construct;on Conference: 2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER. PROFESSIONAL and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. Finalizing Schedules: 2.9. At least ten days before submission of the first Application for Payment, a conference attended by CONTRACTOR. PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have.an additional ten (10) calendar days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract TIme, but such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions and Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by PROFESSIONAL as to form and substance. , CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for maintaining the schedule, including updating SChedule. Sch~ule updates shall include progression of work as compared to scheduled progress on work. Schedule updates shall accompany each pay request. GC-5 Page 5 of 52 I I I I I I 1 I 1 I I.. .. 1 1 1 1 I 1 I I, il;II:V1..u,cr. :'.(Ce .;Uqust. :::('O!. ARTICLE 3~CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR ,concerning ,the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well..f<nown technical or construction industry or trade meaning are used to describe Work, materials or equipment,' such words shall be interpreted in accordance with that meaning. 3.3. Except as otherwise specifically stated in the' Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of any such standard, specification, manu~I, code or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). , Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. 3.4. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority; whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.5. If, during the performance of the Work, CONTRACTOR discovers any cenflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier re~rred to in 6.7, ' CONTRACTOR shall so report to pROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents: 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: ~.6, 1. a formal Written Amendment, 3.6.2. a 'Change Order (pursuant to paragraph 10.3), or GC-6 Page 6 of 52 I I I I 1 1 1 I 1 I I I 1 1 1 I 1 1 I ;;''''',,"14J.~n :.U,IC nUqu$t :.Cvl 3.6.3. a Work Change Directive (pursuant to paragraph 10.4). As indicated In paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment 3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized in one or more of the following ways: 3.7.1. a Field Order (pursuant to paragraph 9.S). 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and 6.26), or 3.7.3. PROFESSIONAL~~written interpretation orclarffication (pursuantto paragraph 9.4). Reuse of documents: 3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any . thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the Project or any other project without written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL. GC-T Page 7 of 52 I I I I I I 1 I I I 1 I 1 1 1 I I 1 I 1l~.1."~::n Ou:<e AUqU5't :0001. ARTICLE 4-AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS A vailabiJity of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be borne by OWNER If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract,l1mes as a result of any delay in OWNER's furniShing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment Physical Conditions: 4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identificatio~ of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguolls to the site (except Underground Facilities) that have been utilized in preparing the Contract Documents. 4.2.2. CONTRACTOR may rely upon the general accuracy of the "teetmical data" contained in such reports and drawings. Such ''technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data, II CONTRACTOR may not rely upon or make any claim against OWNER, PROFESSIONAL. or any of PROFESSIONAL's Consultants with respect to: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes. including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. l;!ny CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. , . 4.2.3. If conditions are encountered, excliJding existing utilities, at the site which are (1) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, -which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provide9 for in the Contract Documents, then CONTRACTOR shall give OWNER notice thereof promptly before conditions are disturbed and in no event later than 48 hours after first observance of the conditions. , 4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for,. performance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable adjustment in the Contract Price or Contract Time, or both. If the OWNER and PROFESSIONAL determine that the conditions at the Site are not materially different from those indicated in the Contract Documents or are not materially different from those ordinarily found and that no change in the terms of the Contract is justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be GC-8 Page 8 of 52 I I I I I I 1 I I 1 I I 1 1 I I 1 I I i\C'\'"~.:.c::. ~.u:c ';U-;I\IS't :~O::. ,performed after direction is provided by the PROFESSIONAL. Physical Conditions-Underground Facilities: , 4.3.1, Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or PROFES$IONAL by OWNER'S of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shan , have full responsibility for reviewing and checking all such information and data for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the OWNER'S of such Underground Facilities during construction, for the safety and protection thereof as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. 4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof and before perfonning any Work affected thereby except in an emergency as permitted by paragraph 6.22, identify the OWNER of such Underground Facility. and give written notice thereof to that OWNER and to OWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground FaCIlity to detennine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length'thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. Reference Points: 4.4. OWNER shall provide Engineering sUlVeys to establish reference points for construction which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to 'proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General. Requirements), shall protect and preselVe the established reference points and shall make no changes or relocations without the prior written approval of OWNER CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: , GC-9 Page 9 of 52 I I I 1 I I I I I I 1 I I 1 I I I I I ~e.....1,.:.'Ct". :'a.t.'I: .;u:;:ust. ::c,,)~ 4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. 4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition and in any area affect((:!d thereby (except in an emergel1cy as required by 6.22), and (ii) notify OWNER arid PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such condition and any affected area is or has been rendered safe fer the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any. in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. GC-10 Page 10 of 52 I I I I I I I I I I I I I I I I I I I ::te\"'.l.s:'Q:1 :.u:e :"uqu.!lt :u"l ARTICLE 5-BONDS AND INSURANCE Performance and Other Bonds: 5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties, as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as-published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department All Bonds ,signed by an agent must be accompanied by a certified copy of the authority to act. Licensed Sureties and Insurers; Certificates of Insurance 5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds signed by an agent must be accompanied by a certified copy of authority to act Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in 5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with 5.3. 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is tenninated in any state where any part of the Project is located or it 'ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER. ' CONTRACTOR's, Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being perfonned and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of them to perfonn or furnish any of the Work, or by anyone for whose acts any of them may be lilll~le: 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; GC-11 Page 11 of 52 1 1 I 1 1 I I I' I I I I 1 1 I I I' 1 1 :let"\.u.::ro Q.J.t~ ;.U?\I:Ilt '::t'IH 5.3.3. Claims for damages because of bodily injury, sickness or disease. or death of any person other than CONTRACTOR's employees; 5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (b) by any other person for any other reason; 5.3.5. Claims for damages, other than to the Work: itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; 5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any petscn or for damage to property; and 5.3.7. Claims for damages because of bodily injury or death of any person or property damage arising out of the OWNERSHIP, maintenance or use of any motor vehicle. . The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law, ' whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required t~ be purchased and maintained (or the certificates or other evidence thereof) shall contain a proVision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. All suct! insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12. In addition. CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. . Contractual Uability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contracbJal liability insurance applicable to CONTRACTOR's obligations under paragraphs 6;32 and 6.33. OWNER's Uability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and/or Risk Retention Program, and, at OWNER's option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall include the interests of OWNER. CONTRACTOR, Subcontractors. PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief. collapse and water damage. and such other perils as may be provided in the Supplementary GC-12 " Page 12 of 52 I 1 I 1 1 1 1 1 I 1 I 1 1 I 1 I 1 I I ;::te\~:':$:=r. ::l'a;.te: AU9\lJ::' :"N Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or repl,acement of any insured property (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs). If not covered under the "all risk" insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured or additional insured parties. ' 5.8. All the policies of il1surance (or the certificates or other evidence thereof) required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a prOVision or endorsement that the coverage afforded will not be canceled or materially changed or renewal.refused until at least thirty days prior written notice has been given to CONTRACTOR by certified mail and wUl contain waiver provisions in accordance with paragraph of 5.11.2. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount will be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser'S own expense. ' 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Arilendment Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils Covered by ttJe pOlicies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in such poliCies for losses and damages so caused. As required by paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties. insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly,all such policies shall contain provisions to the effect that in the event of payment of any loss or damage'the insurer will have no rights of recovery against any of the parties named ,as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. GC-13 Page 13 of 52 ':~ 1 I 1 I I I I I I 1 I I I I 1 I I 1 1 ~CV.1~lC:: ~tc AU;:'Ul5t :e"l Receipt and Application of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may appear, sUbject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced. the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 5.13. OWNER. as trustee, shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of toss to OWNER's exercise of this power. If such objection be made. OWNER, as trustee, shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall. upon the occurrence of an insured loss, give bond for the proper performance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing , thereof within ten days of the date of delivery of such certifiqates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additiQnal information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. Partial Utilization-Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10 provided that no such use or occupancy. shall commence before the insurers providing the property Insurance have acknowledged notice thereof and in writing effected the changes in coverage neces- sitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. Indemnlf1cation 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER. PROGRAM MANAGER. and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and GC.14 Page 14 of 52 I I I 1 I I I I I I I 1 I I I I I I 1 :;,'C\":'d:,cn e.lI,tt- . ALlc:nl.a:t. :Ottl expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided that any such liability, claim, suit, c;lemand, damage, loss, or expense (a) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, whether or not it is caused in whole or in part by the negligence or other fault of a party indemnified hereunder. 5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amount or type of damages, compensation or benefits paY,able by or for CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. 5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly employed by it from and against all claims, suits,. demands, damages, losses expenses (including attorneys' fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in connection with any alleged infringement of such rights. GC~15 Page 15 of 52 I I I 1 I I I 1 I I I 1 I I 1 1 I I I !u:'V1.diQrl t-..~~ ~'agU5: ::CC\l. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and layout the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract pocuments, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit evening work or the .performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to PROFESSIONAL. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances,. fuel, power, light, heat,. telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing, initial operation, and completion of the Work as required by the Contract Documents. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or a1~, . Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to PROFESSIONAl for acceptance to the extent indicated in paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements appliqable thereto. GC-16 Page 16 of 52 1 1 I 1 I I 1 I I I I I 1 I I I I I I If.e~....I:'e:: C'.At.c ~uqust:. ~~~1 Substitutes or "OrNEqua'" Items: , 6.7,,1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL will "include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by PROFESSIONAL from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipmen~ CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all. costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by PROFESSIONAL. In evaluating the proposed substitute, PROFESSIONAl may require CONTRACTOR to furnish, at CONTRACTOR's expense. additional data about the proposed substitute. 6.7.2. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means,. method, sequence, technique or procedure of construction acc~ptable to PROFESSIONAl, if C0NTRACTOR submits sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by PROFESSIONAL will be similar . to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the Gen- eral Requirements. . 6.7.3. PROFESSIONAl will be allowed a reasonabie time within which to evaluate each proposed ' substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installed or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish, at CONTRACTOR's expense, a special performance guarantee or other surety with respect to any substitute. PROFESSIONAL will record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions proposed by CONTRACTOR and In making changes in the Contract Documents occasioned thereby. Whether or not PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.~) whether initially or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to fumish or perform any of the Work against whom CONTRACTOR has reasonable objection. GC-17 Page 17 of 52 1 " I I 1 1 I I I I I I I I I I I I I I ~~"':'4::'0n :'.H;e AlOvu::n: :(10(\1 6.,?2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or other persons or organizations including those who are to fumish the principal items of materials and equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection. after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or PROFESSIONAL of any such SubContractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER orPROFESSIONAL to reject defective Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations perfonning orfumishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to payor to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except 85 may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not 'control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be. perfonned by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the appliCable tenns and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7. . Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to ,the use in the perfonnance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design,process, product or deVice not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits: 6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges and inspection fees, and all public utility charges which are applicable and necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits, if any, that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting GC-18 Page 18 of 52 1 I I 1 I I 1 I I I I 1 I' 1 I I I I I ~1!\':..s.Lc;m ='Atoe ;i:U~;l\U': ::Ci(ll process will be considered for time extensions only and no damages or additional compensation for delay will be allowed. ' Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. . 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such laws, rules, and regulations, itwill notify the Project Manager promptly in writing. Any necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or should have known to be contrary to such laws, ordinances, rules, and regulations and Without such notice to the Project Manager, it shall bear all related costs. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the laws and Regulations of the place of the Project which are applicable during the perfonnance of the Work. Use of Premises: ,6.16. CONTRACTOR shall confine construction equipment, the storage of materials aryd equipment and the operations of workers to the Project site and land and areas identified in and pennitted by the Contract Documents and other land and areas pennitted by Laws and Regulations, rights-of-way, permits and easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or other materials or equipment Any loss or damage to CONTRACTOR's or any Subcontractor's equipment is solely at the risk of CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the OWNER or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any such OWNER or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hC?ld OWNER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of PROFESSIONALs, architects, attorneys and other profeSSionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris or contaminants resulting from the Work. At the completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, cpnstruction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. GC~19 Page 19 of 52 1 I I I I 1 1 I I I I 1 1 I I' I I I I ~'H',:,...c;n :::.:'I!' A\:,,?,USt. :(lO~ 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger them. Record Documents: 6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all changes made during the construction process. These shall be available to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final Payment Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining Clnd supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk ofloss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for!he safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all employees on the Work and other persons and organizations who may be affected thereby; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or . PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CON- TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise designated in writing by CONTRACTOR to the Project Manager. Emergencies: GC-20 Page 20 of 52 I I I I 1 I I I I I I I I 1 I I I I I ~~,,':.:s:.c.:: ::.!.':e- ;.u-)'U4t. :~,~ 1 _ 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or OWNER, is obligated to act to prevent threatE;!ned damage, injury or loss. CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Change Directive or Change Order be issued to document the consequences of the changes or variations. 6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to any person on the Site, whether or not such person was engaged in the construction of the Project, and shall file a written report on such person(s) and any other event resulting in property damage of any amount within five (5) days of the occurrence. ' 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is ~uired because of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to document the consequences of such action. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and samples required by the Contract Documents. All submittals and samples shall have been checked by and stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data shown on or with the submittals will be complete with respect to dimensions, design criteria, materials and any other information necessary. to enable PROFESSIONAL to review the submittal as required. At the time of each submission, CONTRACTOR shall give notice to PROFESSIONAl of all deviations that the submittal or sample may have from the requirements of the Contract Documents. 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and approval shall be only for conformance with the design concept of the Project and compliance with the infonnation given in the Contract Documents. The approval of a separate item as such will not indicate , approval 9f the assembly in which the item functions. CONTRACTOR will make any corrections required by PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that each submittal or sample h.as been reviewed or coordinated with the requirements of the Work arid the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER. Any delays associated with the submittal process will be considered for time extensions only, and no damages ' or additional compensation for delay will be allowed. 6.24.2. Before submission of each Shop Drawing or sam pie, CONTRACTOR shall have determined and verified a/l quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements' of the Work and the Contract Documents. ' GC-21 Page 21 of 52 I I I, I I I I I I I I I I I I I I I I Rc\."ll$~g:l Dare- ':"uqust: :t161 6.24.3. At the time of each submission, CONTRACTOR'shall give PROFESSIONAL specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to PROFESSIONAL for review and approval of each such variation. 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techntques, sequences or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) orto safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 627. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has, in writing, called PROFESSIONAL's attention to each. such variation at the time of submission and the OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAl shall not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. 6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work performed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any , disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree in writing. Cleaning Up: 6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools, construction equipment and mach\nery, and surplus materials and will leave the Site clean and ready for occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of the site not designated for alteration by the Contract Documents. Indemnification: 6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALs, architects, attorneys and other PROFESSIONAls and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily GC-22 Page 22 of 52 I I I I I I I I I I I I I I I I I I I 1.~1.II1.a:l "ate n1JiU.:: ;001 injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not It is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 6.33. In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or any of their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.32 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. GC-23 Page 23 of 52 I 1 1 I 1 I I I I 1 I 1 1 I I I I I 1 i\fe\..l~:'Or. ~a:'~ AUq\LSt :(\('! ARTICLE 8-0WNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAl against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL Any dispute in connection with such appointment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphS 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of, reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In 'connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. GC-25 Page 25 of 52 I 1 1 1 I I I I I I I I I I I I' I 1 1 ~I(:V':'610C -::At.&' A\I,?u:Jt: ;:\)Ol ARTICLE 9-PROFESSIONAL'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL. Visits to Site: 92. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of construction to observe the premises and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who. is not PROFESSIONAl's agent or employee, the duties, responsibilities and limitations of . authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract Documents (in' the form of Drawings or otherwise) as'may be determined necessary, or as reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in the Contract Price andlor Contract Time, CONTRACTOR may make a claim as provided for in Articles 11 or 12. Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as. provided in Article 11 or 12. GC~26 Page 26 of 52 I I 1 I I I I I I I I I 1 'I I I I I I ~C"'!.~.1.;):\ Da~~ Ai::C?LI:a:t :r101 Rejecting Defective Work: 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes to be defective and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with PROFESSIONAUs responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 9.8. In connection with PROFESSIONAl's responsibilities as to Change Orders, see Articles 10, 11 and 12. 9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment, etc., see Article 14. Determinations for Unit Prices: 9.10. PROFESSIONAL will detennine the actual quantities and classifications of Unit Price Work performed .by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and binding uPon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either . OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written notice of intention to appeal from such a decision. Decisions on Disputes: 9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and fumishing of the Work and claims under Articles 11 and 12 in respect of changes to the Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after the occurrence of the event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity, The rendering of a decision by PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16) will be a condition GC-27 Page 27 of 52 1 I I I I I' I I I' I I I 1 I 1 I I I I ileVl.:u.on ~4tC ;'b9U" :(1001 precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. Limitations on PROFESSIONAL ~ Responsibilities: 9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract Documents' nor any decision made in good faith to exercise such authority shall give rise to any duty or , responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor. any of their agents or employees. 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9.15.' PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR. any Subcontractors, any agents or employees, or any other persons performing any of the Work. GC-28 Page 28 of 52 I I 1 1 I, I 1 I I I I I, I I I 1 I I I :\~\.'1.:S:'~:l e"t.e Au.qu.!c :O~l ARTICLE 10-CHANGES IN THE WORK 10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt. CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. . I 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Orderwill not entitle CONTRACTOR to an increase in the Contract Price or an eXtension of the Contract Time, except in the case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to c;hanges in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, CONTRACTOR may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. 10.5. CONTRACTOR shall proceed diligEmtly with performance of the Work as directed by OWNER, regardless of pending claim actions, unless othelWise agreed to in writing. 10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. GC-29 Page 29 of 52 I I 1 I I I I I I I I I I I I I I I 1 ;te\'~.:..,:u..or:. tl.t:e .Au.;uilt. :\101 ARTICLE 11-CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event All claims for adjustment in the Contract Price shall be detennined by PROFESSIONAL in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be Valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTQR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as defined in these Contract Documents, is required and affects the quantities required for items designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the . application of the appropriate unit prices shown in the Bid Proposal to the quantity of the' unit price item required to complete the Work as defined in the Contract Documents. 11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order. 11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount of increase or decrease in the lump sum price shall be established by mutual agreement of the parties. 11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree on a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall perfonn the Work as directed in the GC-30 Page 30 of 52 I I 1 I I I I I I I I. I I I I I I I I ~e\."J.4:'C:1 :"te ilI.U9u~t. :01>1 Change Order. 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances at no adciitional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the discretion of OWNER. Determinations of aggregate monetary change for items identified. as lump sum quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions. Cost of the Worlc: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER. such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of pertorming Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER. and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work pert armed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4:4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 1'1.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRAC- TOR's employees incurred in discharge ~f duties connected with the Work. . GC-31 Page 31 of 52 I I 1 I I I I I I I I I I I 1 I I I I 1\c~:,s':'~n ~4t.e ;..u;:Ul:'t :~CJj, 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment. machinery. appliances, office and temporary facilities at the sit~ and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. ~ 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation. dismantling and removal thereof-all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work. and forwhich CONTRACTOR is liable, imposed by laws an~ Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. and royalty payments and fees for permits and licenses. 11.4.5.6. losses and damages (and related expenses). not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor. or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include seWements made with the written consent and approval of OWNER. No such losses. damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR Is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. ' 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls. telephone service at the site, expressage and similar' petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums of property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. 11.5. The term Cost of the Work shan not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers. executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered administrative costs covered by CONTRACTOR's Fee. 11.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's , GC-32 Page 32 of 52 I I 1 I I 1 I I I I I I I I I I I I I " Re.t:.:.!.c= !:-...c.~ Aul1U:lt. :0"1 office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital used for the Change Order Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs 9f any kind and the costs of any item not specifically and expressly included in paragraph 11.4. CONTRACTOR's Fee: 11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon; ~ 11.6.2. a fee based on the following percentages of the various portions of ,the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall be fifteen percent, . 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent, . 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.3, . 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and 11.6.2.5: when both additions and credits are involved in anyone change, the adjustment in CON- TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.4, inclusive. 11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net GC-33 Page 33 of 52 I I 1 I I 1 I I I I I I I I I I I I I .:tll!"":''''''c:n Jacot i\u.9W1~ :COl decrease in cost will be the amount of the actual net decrease in direct cost as determined by the, Project Manager,plus the applicable reduction in overhead and profit. When both additions and credits are involved in any change, the combined overhead and profit shall be calculated on the basis of the net change, whether an increase or decrease. In any event, the minimum detail shall be an itemization of all man-hours required by discipline/trade with the unit cost per man-hour and total labor price, labor burden, equipment hours and rate for each piece of equipment, material by units of measure and price per unit, other costs specifically itemized, plus the overhead and profit markup. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL CONTRACTOR agrees that 11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit. and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance with Paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. GC-34 Page 34 of 52 1 I 1 1 I 1 I I I I I I I I I I I I I ~oC"'':'s~en t'.st~ AuqUH !:\101 ARTICLE 12-CHANGE OF CONTRACT TIME 12.1.. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER allows additional time: All claims s'ubmitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault 12.2. If CONTRACTOR is delaYed at any time in the performance, progress. commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor disputes. fire., unavoidable casualties, utility conflicts which could nof have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract Documents. Provided, however. notwithstanding anything in the Contract Documents to the contrary, no interruption. interference, inefficiency, suspension or delay in the performance, ' progress, commencement or completion of the Work for any cause whatsoever. including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER CONTRACTOR's sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the . procedures set forth herein. GC-35 Page 35 of 52 I I 1 I I I I I I I 1 I I I I I I I I 1\'IW:'=~~r. :.n::e ~'1\.IS~ :1)L'l ARTICLE 13-WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Wananty and Guarantee: 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of.good quality, performed in a workmanlike manner, free from faults or defects, and in accordance with the requirements of the Contract Documents and any inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work not conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all applicable building, construction and safety requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to Work: 132. For the duration of the Work, PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of the Work and also for any inspection or testing by others. ' Tests and Inspections: 13.3. If the Contract Documents, laws. ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than CONTRACTOR. CONTRACTOR Shall give PROFESSIONAL timely notice of readiness therefore. 13.4. The t~ting firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours per week. For all reqUired inspections, tests, and approvals on any Work prepared, perfonned, or assembled away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection, testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of PROFESSIONAL and at CONTRACTOR's expense. 13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CO~RACTOR (or by PROFESSIONAL if so specified). 13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of PROFESSIONAL. it must. if requested by PROFESSIONAL. be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not acted with reasonable promptness in response to such notice. GC-36 Page 36 of 52 I I I I I I I I I I I I I I I I I I I :tC\"...dJ.cr: ~.s't.e ;,ulfU:lt ;0(001 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in accordance with the requirements of the , Contract Documents. Uncovering Work: 13.8.. If any Work required to be inspected, tested or approved is covered plior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrarY to the request of PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection, testing or approval and replaced at CONTRACTOR's expense. 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may require, that portion of the Work in question. furnishing all necessary labor, material and equipmenllf it is found that such Work is defective. CONTRACTOR shall bear all direct and consequential costs of such uncoveling, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not limited to fees and charges of PROFESSIONAls, architects, attorneys and other PROFESSIONALs). and OWNER shall be entitled to an appropliate decrease in the Contract Price and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or eqUipment or if CONTRACTOR violates any provisions of these Contract Documents. OWNER may order CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or other damages for a stop work order under this paragraph. Correction or Removal of Defective Worlc: 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or completed, or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not correct such defeCtive Work or remove and replace such defective Work within a reasonable time, as specified in a written notice from, PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect costs o~ such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work. GC-37 Page 37 of 52 I I I I I 1 I I 1 I I 1 I I 1 I I 1 I ~oe.".1:110r: ~ate ;.u~:;: :OIH ARTICLE 7-0THER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, have other work performed by aided OWNERs or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof. CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a direct contract for OWNER, if OWNER is performing the additional work: with OWNER's employees, proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and 'equipment and the execution of such work:, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the Work: that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work. and will only cut or atter their work with the written consent of PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. ' 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work. except for latent or . nonapparent defects and deficiencies in the other work:. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors/will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be Itemized, and the extent Of such authority and responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. GC-24 , Page 24 of 52 I I I I I I I I I I I I I 1 I I I 1 I ~e~'':'5.t.0:1 ("Ate rtu9'\Ult :~~1 One Year Correction Period: 13.12. If, after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work or materials are found to be defective, incomplete; or otherwise not in accordance with the Contract Documents, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with nori-defective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by CONTRACTOR. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to PROFESSIONAL's recommendation o.f final payment, PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the' Contract Documents with respect to the Work, and OWNER shall be entiUed to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as proVided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. .' OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the . Contract Documents, or if CONTRACTOR falls to comply with any other proVision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's ~ervices related thereto, take possession of CONTRACTOR's tools, appliances, construction eqUipment and machinery atthe site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall' allow OWNER, OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such direc~ indirect and consequential costs will include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs GC-38 Page 38 of 52 I 1 I I 1 I I I 1 1 I I I I I I 1 I I llevu.um t-aJ:l!! ?'u9\l:s.t :001 and all costs of repair and replacement of work of others destroyed or damaged by correction~ removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay' in performal')ce of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. Neg/ected Work by CONTRACTOR 13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents, including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specific corrective actions including, but not fimited to, employing additional workmen and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put the Work back on schedule. ' If CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the Work done by others. The cost of completion under such procedure shall be charged against CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including an appropriate reduction in the Contract Price. If the payments due CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER. . 13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, an costs to OWNER of associated inspection, construction management and resident engineers shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order. GC-39 Page 39 of 52 I I 1 I 1 I I I I I I I 1 1 1 I I I I . ;\tvluc.n Ja.te ;'tI.::..~t :(11)) ARTICLE 14-fJA YMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress payments and will be incorporated into a form of application for Payment acceptable to Project Manager. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: 14.2. At least twenty (20) calendar days before the date established for each progress payment (but not more otten than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an application for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the application and accompanied by such supporting documentation as Is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered clOd suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bilt of sale, invoice or other documentation warranting that OWNER has received the materials and eqUipment free and clear of all liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. Payment is ,subject to a ten percent (10%) retainage that will be held until the final payment or acceptance by OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement CONTRACTOR's Wananty of TrtJe: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. PROFESSIONAL will, within ten (10) calendar days atter receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the application to OWNER, or return the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to recommend payment. tn the latter case, CONTRACTOR may make the necessary corrections and resubmit the application. OWNER shall, within thirty-one calendar days of presentation to him of the application for payment with PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount recommended. 14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-site 'ob~rvations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROF- ESSIONAL's review of the Application for Payment and the accompanying data and schedules, that the Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the , Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to atinal determination of quantities and classifications for Unit Price GC-40 Page 40 of 52 I I 1 1 I I I I I I I I I 1 I I 1 I 1 ;!:CW':'UClh t'at.e ~U~,SJ:, :00.1 Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such payment, PROFESSIONAL will. not thereby be deemed to have represented that exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. PROFESSIONAl may refuse to recommend the whole or any part of any payment if, in PROFESSIONAL's opinion. it would be incorrect to make such representations to OWNER. PROFESSIONAL may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests. nullify any such payment previously recommended. to such extent as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or cbmpleted Work has been damaged requiring correction or replacement 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order. 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph'13.14. or 14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims have been made against OWNER on account of CONTRACTOR's perfonnance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a , copy to PROFESSIONAL) stating the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAl issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAl shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected, before final payment OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to PRO~ESSIONAL as to any GC-41 Page 41 of 52 I I 1 I I I I I I 1 I I I 1 I I I I 1 Rt:.\.":,.s1../;01 ~.Atc AUqU~:t: :{lI.H provisions of the certificate or attached list. If, after considering such objections, PROFESSIONAL concludes that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, after consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion, PROFESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list Partial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used,by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR, in writing, gMng the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over operation of any ~uch part of the Work although it is not substantially complete. A copy of such requestwill be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIOf\lAL shall make an inspection of that part of the Work to determine its status of completion, and PROFESSIONAL will prepare a list of the items remaining to be completed or corrected ther~n before final paymenllf CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the GC-42 Page 42 of 52 I I I I I I 1 I I I I I I I I I I, I I ~C!.'Jl#l.C~ ='oIl;e ;'u9U~t. ::1l,",1 Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding ,upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. 14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial Occupancy. Fina/lnspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to, remedy such defi- ciencies. Final App/ication for Payment: 14.12. ,After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2, certificates of inspection, marked-up record documents and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety, , if any, to final payment, and (iii) complete and legally effective releases orwaivers (satisfactory to OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts. o~ release in full and an affidavit of CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full. CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. 14.12.1. No application for final payment. will be accepted by OWNER until approved as-built documents by CON~CTOR are accepted and approved by PROFESSIONAL. GC-43 Page 43 of 52 I I I I I I I I I 1 I I I 1 I I,. I 1 I il.c,,':..s.:.cn ~"'t.t .;u<]llS~ :l')lli 14.12.2_ Notwithstanqing any other provision of these contract documents to the contrary, OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider, Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or supplier or ma~erial men or laborer services in connection with this project 14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the work required by these contract documents. ' Final Payment and Acceptance: 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final inspection and PROFESSIONAL's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents hav~ been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment Atthe same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the proviSions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Afterthe presentation to OWNER of the application and accompanying documentation, in appropriate fonn and substance and with PROFESSIONAL's recommendation and notice of acceptability, the . amount rec9mmended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. . ~4.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if PROFESSIONAl so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of the balance due forthat portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Contract and if bonds have been furnished as required in Article 5, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. CONTRACTOR's Continuing Obligation: 14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or tinal payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion. nor any payment by OWNER to CONTRACTOR under the Contract DocumentS, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of defective Work by OWNER will constitute an GC-44 Page 44 of 52 I I I I I I I I I I I I I I I I I I I ile".':'~1.cn :)"'t:e ;;t,l~:n: :~~t acceptance of Work not in accordance with the Contract Documents or a release _ of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as, provided in paragraph 14.16). Waiver of Claims: 14;16. The making and acceptance of final payment will constitute: 14.1,6.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligat~ons under the Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR against OWNER otherthan those previously made in writing and still unsettled. - GC-45 Page 45 of 52 I I I I I I. I I I I I I I I I I I I I 1leVllli.l.O:li ::-~:;C' i\u~~:. ::001 ARTICLE 15-SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof tor a period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. Termination For Cause: 15.2. Upon the occurrence of anyone or more of the fOllowing events: 15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief again~t CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration at such property for the benefit of CONTRACTOR's creditors; 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally. as they become due; 15.2.6. .if CONTRACTOR fails to perform the Work in accordance with the Contract Documents (induding, but not limited ta,. failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time); 15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents, OWNER may. after giving CONTRACTOR (and the surety. if there be one) seven days' written notice and to the extent permitted by. Laws and Regulations, terminate the services of CONTRACTOR, exclude GC-46 Page 46 of 52 I I I I I I I I I I I I I I I I I I I iI.-eV1J:110n t....t~ Atgus1i: :~O1. . CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER: Such costs incurred by OWNER will be approved as to reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph, OWNER shall not be required to obtain the lowest price for the Work. performed. 15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially determined that there was no cauSe for termination, the termination for convenience provision will be the means for disposition of the balance of the contract obligations. Termination for Convenience 15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER may, without cause and without prejudice to any.other right or remedy of OWNER, elect to terminate the Contract In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. For expenses sustained prior to the effective date of termination in performing services and fumishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated CQf,,,tracts with Subcontractors, suppliers and others; and 15.4.4. For reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. CONTRACTOR May Stop Work or Terminate: 15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than GC-47 Page 47 of 52 I I I I I I I I I I I I I I I I I I I 3C\~.l.s~C:1. ~.:t;tt: ';Uqu6t :(;01 ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submi~ed or OWNER fails for thirty-one days to pay CONTRACTOR any sum finally determineq to be due, then CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days after it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. . "GC-48 Page 48 of 52 I I I I I I I I I I I I I I I I I I I ~c\.":.ntlr. CJ.te ;"u9U~t ':~\)1. ARTICLE i6-DiSPUTE RESOLUTION 16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) working days of its commencement, the claim will be considered only for a period commencing ten (10) working days prior to the receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known address. 16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest same. GC-49 Page 49 of 52 . I I I I I I I I I I I I I I I I I I' I ~e'J";I;.on ::UICI!i At:9l.l.$t. :~'Gl ARTICLE 17~ISCElLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, itwill be deemed to have been validly given if delivered in person to the individual or to a member of the firm orto an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, itwill be computed to exclude the first and. include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim should be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The prOVisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or , repose. 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in 'particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12,13.14, 14.3 and 15.2 and all ofthe rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and'remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other proVisions ofthe Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement 17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of five (5) years from the date of final completion or termination of this Contract OWNER shall have the right to . audi~ inspect, and copy all such records and documentation as often as OWNER deems necessary during the periOd of the Contract and for a period of five (5) years thereafter provided, however, such activity shall be conducted only during normal business hours. OWNER, during this period oftimet shall also have the right to obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concems the aforesaid records and supporting documentation. GC-50 Page 50 of 52 I I I I I I I I I I I I I I I I I I I ::\e",":':u.c:,:- :)Iltf:' ;..1.I9u:lt :OQt 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions of the Georgia Prompt Pay Act, O. C. G.A. Section 13-11-1, et seq. In the event any provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 17.7. No1,withstanding any provision of the Jaw to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same. Substitutions: 17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract Sanitary Sewer Overflow Prevention: 17.9. Procedures to Prevent Overflows DUring Sanitary Sewer Construction: 17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters of the,State is a violation of Georgia Water Quality Regulations and is prohibited. 17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This plan will include a list of key personnel with 24-hour contact information who will respond during an emergency . situation.' The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to implementation. 17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department for review prior to establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State. . . 17.9.4 Bypass pumping will be monitored continuously by.a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. 17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following actions: 1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 2. Immediately notify the Utilities Department dispatCher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction . conference). 3. Maintain a chronicle of relevant information regarding the incident including specific actions taken by. the CONTRACTOR and estimates of the diSCharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if GC-51 Page 51 of 52 I I I I I I I I I I I I ,I I I I I I I Re....1ti:.cn D.&:;~ i\ulllus~ =00: appropriate. 17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the CONTRACTOR. '17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by the Utilities Departmentto assess potential mitigation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: 17.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Suite 100 Augusta, GA 30901. The presence or duties of PROGRAM MANAGER's personnel ~t the construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any way responsible for those duties that belong to OWNER and J or the CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, nqting, observing, correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM MANAGER's own personnel. . The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to OWNER a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither guarantees the performance of the Construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work GC-52 Page 52 of 52 I I I I I I I I I I I I I I I I I I I SECTION SGC SUPPLEMENTAL GENERAL CONDITIONS CONTRACTOR'S Liability Insurcmce Insurance shall be written with limits of liability shown below or as required by law, whichever is greater: · Commercial General Liability (per occurrence) Each Occurrence · General Aggregate · Products · Persona1& Adv Injury · Fire Damage · Automobile Liability (any auto) Combined Single limit · Excess Uabllity (Umbrella) Each Occurrence · Workers Compensation · Employer Liability $1,000,000 . $ 2,000,000 $ 2,000,000 $1,000,000 $ 500,000 $1,000,000 $.5,000,000 . Statutory Limits $1,000,000 I I I I I I I I I I I I I I I I I I I SC - 1 SC - 2 SC - 3 SC - 4 SC - 5 SC - 6 SC - 7 SC - 8 SC - 9 SC - 10 SC - 11 SC - 12 SC - 13 SC - 14 SC - 15 SC - 16 SC - 17 SC - 18 SC - 19 SC - 20 SC - 21 SC - 22 SC - 23 SECTION SC SUPPLEMENTARY CONDITIONS SUPPLEMENTARY CONDITIONS INDEX CONTRACT DOCUMENTS AND DRAWINGS CONTRACTOR'S FIELD OFFICE TEMPORARY SANITARY FACILITIES BOUNDARIES OF WORK EXISTING STRUCTURES AND UTILITIES TRAFFIC SAFETY UTILITIES ESTIMATE OF QUANTITIES SURVEYS DIMENSIONS EROSION AND SEDIMENT CONTROL SAFETY AND HEALTH REGULATIONS SITE CONTAMINATION AND CHEMICALS STORAGE OF MATERIAL MANUFACTURER'S DIRECTIONS CLEANING. UP PRIOR USE BY OWNER RESTORATION OF PROPERTY SUBSURFACE INVESTIGATION MAINTENANCE OF ACCESS CONSTRUCTION SEQUENCE FOR CROSSING OF THE AUGUSTA CANAL CULTURAL RESOURCE RECOVERY INTERRUPTION OF PLANT OPERATION SC - 24 HAGLER SYSTEMS AS THE MECHANICAL INTEGRATOR, SERVICES AND COORDINATION NECESSARY SC - 25 DEWATERING AND WATER HANDLING: 'ZEL, ENGINEERS 3 SUpplementary Conditions Al SC-1 I I I I I I I I I I I I I I I I I I I '. SECTION SC SUPPLEMENTARY CONDITIONS SC - 1 CONTRACT DOCUMENTS AND DRAWINGS: The Contract Documents which form a part of this contract include Advertisement for Bids, Information for Bidders, Bid, Bid Bond, Notice of Award, Agreement, Payment Bond, Performance Bond, Notice to Proceed, Change Order, General Conditions, Supplementary Conditions, Technical Specifications, Drawings and Addenda. Specifications: The specifications consist of a written description of a general and technical nature of materials, equipment, construction systems, standards and workmanship, and include General Conditions, Special General) Conditions, Supplementary Conditions and Technical Specifications indexed at the front of this bound volume of Contract Documents. Drawings: The Engineer will furnish to the Contractor, free of charge, all copies of the drawings and specifications reasonably necessary for the execution of the work. Locations of all features of the work included in the contract are indicated on the contract drawings. The following drawings, dated MARCH 2003 comprise the plans for this contract. DRAWING NO. Cover 1G1 1G2 1G3 1G4 1G5 2ClA 2C1B 2C1C 2C2 2C3 2C4 2C5 2~6 2C7 2C8 2C9 2M1 2M2 2M3 2M4 2M5 2M6 2S1 282 2S3 284 2S5 286 2S7 288 2S9 2S10 2S11 TITLE Location Map Drawing List General Arrangement Standard Structural Details Standard Details - 1 Standard Details - 2 Soil Erosion and Sediment Control - Initial Plan Soil Erosion and Sediment Control - Intermediate Plan Soil Erosion and Sediment Control - Final Plan Soil Erosion Control Details Site Demolition Plan Site Staking Plan Site Grading and Drainage Plan Grading and Drainage Details - 1 Grading and Drainage Details - 2 Enlarged Site Plan Road Profiles Yard Piping Plan - 1 Yard Piping Plan - 2 Yard Piping Sections Yard Piping Profiles Small Yard Piping Plan Sanitary Sewage Lift Station Yard Structures Plan Valve Vault No. 3 - Sheet 1 Valve Vault No. 3 - Sheet 2 Valve Vault No. 3 - Sheet 3 Valve Vault No. 4 - Sheet 1 Valve Vault No. 4 - Sheet 2 Valve Vault No. 4 - Sheet 3 Valve Vaults No.5, 6 and 7 Retaining Walls 1, 2 and 3 - Elevation Retaining Walls 1 and 2 - Sections Retaining Wall 3 - Section 'ZEL, ENGINEERS 3 SUpplementary conditions Al SC-2 I I 2S12 I 2S13 2S14 2S15 I 2S16 2S17 2S18 2S19 I 2S20 2S21 3M1 I 3M2 3M3 3M4 3M5 I 3M6 3M7 3M8 3M9 I 3S1 3S2 3S3 I 3S4 3S5 3S6 3S7 I 3S8 3S9 3S10 I 3S11 3S12 3S13 4S1 I 4S2 4S3 4S4 I 4S5 5E1 5E2 5E3 I 5E4 5E5 5E6 SE7 I 5E8 5E9 5E10 I SEll 5E12 5E13 5E14 I 6I1 6I2 6I3 I 6I4 3 SUpplementary Conditions Al I SECTION SC SUPPLEMENTARY CONDITIONS Retaining Wall 4 - Elevations Retaining Wall 4 - sections Retaining Wall 4 - Plan and Sections Retaining Wall 5 - Plan and Sections Retaining Wall 6 - Plan and Sections Retaining Wall 7 - plan and Sections - 1 Retaining Wall 7 - Plan and Sections - 2 Retaining Wall 8 - Plan and sections Retaining Wall 8 - Sections Diesel Wetwell Intake - Plan and Sections Diesel Pump Station Mechanical Arrangement and Piping Plan-1 Diesel Pump Station Mechanical Arrangement and Piping Plan-2 Diesel Pump Station Mechanical Sections and Details - 1 Diesel Pump Station Mechanical Sections and Details - 2 Diesel Pump Station Mechanical sections and Details - 3 Diesel Pump Station River Inlet Bar Screen Engine, Fluid Coupling and Gear Reducer Cooling Flow Diagram Fuel Oil Lines Flow Diagram Diesel Pump Station Mechanical Sections Diesel Pump Station wetwell Plan and Sections Diesel Pump Station Structural Plan Diesel Pump Station Mezzanine Structural Plan Diesel Pump Station Roof Framing Plan and Sections Diesel Pump Station Elevations Diesel Pump Station Structural Sections and Details - 1 Diesel Pump Station Structural Sections and Details - 2 Diesel Pump Station Structural Sections and Details - 3 Diesel Pump Station Structural Sections and Details - 4 Diesel Pump Station Structural Sections and Details - 5 Diesel Building Exterior Stairs Diesel Pump Station Door and Window Schedules Diesel Pump Station Head, Jamb and sill Details Intake Nos. 9 and 10 Plan Intake Nos. 9 and 10 Sections - 1 Intake No~. 9 and 10 Sections - 2 Intake Nos. 9 and 10 sections - 3 Intake Nos. 9 and 10 Sections and Details Electrical Site Plan Electrical Demolition Plan Enlarged Partial Electrical Site plan - 1 Enlarged Partial Electrical Site plan - 2 Electrical - Plan and Details Maintenance Building Diesel Pump Station Electrical Power Plan Diesel Pump Station Lighting Plan Grounding and Lightning Protection Plan Electrical - Valve Vaults No. 3 and No. 4 Electrical Conduit, Cable and Circuit Schedule Single Line Diagrams Diesel Pump Station Electrical Panel Schedules Diesel Pump Station Electrical Details Security System Site Plan P & ID Legend and Symbols P & ID Valve Vaults, Flow Meter and Lift Station P & ID Diesel Pump Station .SCADA and Security Systems Block Diagram 'ZEL.. ENGINEERS SC-3 I I I I I I I I I I I I I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS SC - 2 CONTRACTOR'S FIELD OFFICE: The Contractor shall maintain a field office on the site of the work, which contains a telephone, the contract documents, and the contractor's records. The Contractor shall also maintain a field office for the Owner's Resident project Representative similar to its field office. SC - 3 TEMPORARY SANITARY FACILITIES: Upon commencing work, the Contractor shall provide temporary screened and shielded sanitary privies in a manner meeting the approval of the Engineer. Facilities shall be maintained in a sanitary condition by the Contractor and in compliance with the requirements of authorities having jurisdiction. All temporary facilities shall be removed by the Contractor and the area returned to its original condition prior to acceptance of the completed project. SC - 4 BOUNDARIES OF WORK: The Contractor shall not enter on or occupy with men, tools, equipment, or materials, any ground outside the limits of Owner's property or construction easements without written consent of the Owner of such property. SC - 5 EXISTING STRUCTURES AND UTILITIES: It is mandatory that the Contractor locate all previously placed underground installations and construction prior to his engaging in any work in areas where such improvements may exist. The Contract drawings indicate general locations of such existing improvements solely for the purpose of initial and general representation thereof. The Owner and Engineer have not verified locations of these improvements as a basis for locations displayed on the drawings. All utilities and improvements must be located and flagged by the Contractor prior to commencing work. Flags must be maintained and based upon actual field determinations. The Owner's project inspector must be notified before any work begins in vicinity of existing underground improvements. The Contractor shall be held responsible for any damage and for maintenance and protection of existing construction and utilities. All damaged construction, utilities or improvements shall be restored to the original or Better condition in which they were discovered. SC - 6 TRAFFIC SAFETY: The Contractor will be held responsible for any damages caused by negligence on his part, or by the improper placing of or failure to display danger signs and road lanterns; all traffic lanes will be kept open and clear at all times and no excavated material or equipment will be placed on pavement during construction. SC - 7 UTILITIES: The Contractor shall provide for temporary utilities for construction op~rations. Potable water is available from. hydrants. The Contractor shall make provisions for telephone service with the phone company. Electric power for construction operations shall be provided by the Contractor by arrangement with the appropriate power company. The Contractor shall make suitable 'ZEL, ENGINEERS. 3 SUpplementary Conditions AJ. SC-4 I I I I I I I I I I I I I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS arrangements to provide fuel for temporary heating and/or other construction operations as necessary. SC - 8 ESTIMATE OF QUANTITIES: Estimated quantities of work to be done and materials to be furnished under this Contract' if shown in any of the documents including the BID, are given only to indicate approximately the scope of the Contract; variation of the quantities reasonably necessary to complete the work contemplated by this Contract shall, in no way, vitiate this Contract, nor shall any such variation give cause for claims or liability for damages. se - 9 SURVEYS: The Contractor shall make his own surveys and establish his own working lines and grades from the basic reference lines established by the Engineer. SC - 10 DIMENSIONS: Dimensions shown in figures or which can be determined by computation from other figures shown, shall take precedence over dimensions scaled from the drawings~ When the work of the Contractor is affected by finished dimensions, these shall be determined by the Contractor at the site and he shall assume the responsibility therefore. SC - 11 EROSION AND SEDIMENT CONTROL: The Contractor will be required to schedule his work and perform operations in such a manner that siltation and bank erosion will be minimized during all phases of construction. Any areas disturbed during the course of construction shall be restored to a condition equal or better than the original condition. Grassing of disturbed areas ,shall be the minimum acceptable restoration. Silt control devices such as straw bale fences and/or silt fence weight filter fabric shall be installed to limit migration of silt to the water courses. Erosion Control devices such as mats, grass, mulch, and crushed stone shall be installed to protect adjoin~ng areas from soil contamination. Compliance with the guidelines of the Manual for Erosion and Sedimentation Control in Georgia, pursuant to the Erosion and Sedimentation Act of 1975, shall apply as though fully set forth herein. ' The Contractor shall procure a Land Disturbing Permit from: Augusta-Richmond Planning Commission, 525 Telfair Street, Augusta, GA 30911. As a part of the permitting process, the Contractor shall provide his construction schedule of land disturbing work and shall include a plan of the temporary measures to be in place during construction. An employee of the prime Contractor shall be designated as the work site Erosion and Sediment Control Supervisor who is to be responsible for timely installation of erosion and sediment control measures and who shall provide early detection and correction of erosion, sediment, and flooding problems and who shall have full (24 hr) access to the personnel, equipment, materials, means and measures to ensure correction of routine and or special deficiencies. Permanent erosion control measures for this site include moderate slopes, pavement, and permanent grassing. The Contractor shall strive to expedite completion of the permanent measures and shall keep the temporary measures in place until a satisfactory grass cover is established." Sediment and erosion 'ZEL, ENGINEERS 3 SUpplementary COnditions Al SC-5 I SECTION SC SUPPLEMENTARY CONDITIONS I I control materials shall be as specified in the Site Work Section and Grassinq Section of these documents. Erosion control and sediment containment (E&S) cos:ts must be included in bid item- ~ 25~ (A2) Because this contract considers the E&S work to be a subsidiary obligation of the base bid items, no downward adjustment of the base bid will be made where more efficient E&S means result in adequate control of erosion control and containment of silt. I .1 SC - 12 SAFETY AND HEALTH REGULATIONS: I The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL91-596) and under Sec. 107 of the Contract Work Hours and Safety Standards Act (PL91-54). I SC - 13 SITE CONTAMINATION AND CHEMICALS: I The CONTRACTOR shall prevent the construction site from being contaminated with any substance in quantities or under circumstances prohibited by environmental protection laws of the United States or the State of Georgia. The CONTRACTOR shall be responsible to the OWNER if~ at any time, state or federal authorities make a claim or demand against the OWNER on account of contamination of the site caused or allowed by the CONTRACTOR or any of its forces or subcontractors. I I All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must be registered for the purpose specified with USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with instructions-, I SC - 14 STORAGE OF MATERIALS: I Materials shall be so stored as to insure the preservation of their quality and fitness for the work. When considered necessary, they shall be placed on wooden platforms or other hard, clean, surfaces, and/or placed under cover. Stores of materials shall be so located as to facilitate prompt inspection. I SC - 15 MANUFACTURER'S DIRECTIONS: I Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer unless herein specified to the contrary. I SC - 16 CLEANING UP: I The Contractor shall keep the premises free from the accumulation of waste material and rubbish, and upon completion of the work, prior to final acceptance of the completed project by the Owner, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc., and leave his work in a clean condition, satisfactory to the Engineer. On a daily basis, the work area shall be cleaned sufficiently to produce a neat appearance. I I 'ZEL, ENGINEERS 0302-01 Supp1elllElntary Conditions Al.doc SC-6 I I I I I I I I I I I I I I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS SC - 17 PRIOR USE BY OWNER: Prior to completion of the work,. the Owner (by agreement with the Contractor) may take over the operation and/or use of portions of the project, Such use of facili ties by the Owner shall not be deemed as acceptance of any work or relieve the Contractor from any of the requirements of the Contract Documents. SC - 18 RESTORATION OF PROPERTY: The Contractor shall carefully restore all property defaced by the operations or acts of any of his agents or employees. Such restoration shall include seeding, sodding, transplanting of lawns, hedges, or ornamental plantings, and the repair or replacement of str~ets, driveways, walks, fences, or other facilities in such a manner as to meet the approval of the Engineer. No structures, fences or trees shall be removed without the consent of the property owner or until condemnation procedure, if necessary, has been completed. Restoration of property shall commence immediately upon substantial completion of the proposed work in the various areas of the construction site. SC - 19 SUB-SURFACE INVESTIGATION: A soils investigation is available for this site. Data sheets are included at the end of this Section. The location of QORE borings is shown on the drawings. The location of the CSRA Borings is attached to the data sheets. SC - 20 MAINTENANCE OF ACCESS The Contractor will be required to maintain vehicular and pedestrian access to all businesses and institutions during the time they are open and to all residential and other occupied buildings and facilities at all times. Whenever direct entrance is blocked from one direction, suitable access shall be provided from another locatipn. Bridges with handrail protection will pe required for crosswalks at street intersections. It is recognized that it will be necessary to remove bridges and block cross traffic while equipment is in operation. The Contractor shall plan and pursue his operations so as ~o minimize the time that direct entrance is blocked. SC - 21 CONSTRUCTION SEQUENCE FOR CROSSING OF THE AUGUSTA CANAL The following CONSTRUCTION SEQUENCE is presented as an aid for the contractor to perform the necessary construction and piping installation on this project in a way as to least disturb users of the Augusta Canal. Another construction method or procedure may be used, but the impact on Canal Users must be no more than that anticipated in this procedure. The contractor shall supply a written construction procedure and schedule 7 days prior to any construction beginning, which encompasses this phase of the work. However, the Contractor must provide the details to the Engineer as a written submittal for approval. Existing valves used in the procedure may leak. Any bypass pumping shall be considered a subsidiary obligation of this contract. Much of these items require close coordination with the Canal Operators and 'ZEL, ENGINEERS 3 SUpplementary conditions Al SC-7 I I I I I I I I I I I I I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS RWPS personnel. Operation of headgates, roller gates, and hydropower units must be done by Augusta Personnel. 1. Construct Diesel Pump Station - Complete 2. Construct River intake connection 3. Construct Diesel Structure pipeline to existing contract 4B" pipeline 4. Isolate 48" (2 valves) and make connection 5. Test and Commission Diesel Station using River intake. 6. Operate B to 12 weeks to debug system. 7. Take Hydropower Units 1 and 4 off line, close roller gates. Italic marked work anticipated while Canal is dewatered for ten weeks: 8. Shut off Headgates- Dewatering of Augusta Canal (one week duration to dewater) 9. Remove Canal bank from unit No. 4 upstream to beyond unit No 9110 intake location (see drawings). 10. Open cut two trenches and install RCP and HDPE casings 11. Begin placement of clay core for new Canal embankment 12. Build horizontal cutoff wall at the casings 13. Build vertical cutoff walls at ends 14. Backfill to canal bottom 15. 16. Continue raising the clay core Bench interface between new clay core and upstream existing canal embankment 17. Install SE&SC BMP's and permanent erosion treatments 18. Install 15' of sheet pile at interface for additional cutoff 19. Install cofferdam sheet pile for No 9110 intake 20. Re-water Canal (This operation will take two weeks 21. Place Unit 1 and 4 back in operation 22. Install 60" restrained pipe in casing and complete yard piping 23. Construct valve boxes and retaining walls 24. Construct Intake Structure 25. Cut off coffer dam sheet piles 26. Test piping 27. Complete site work 2B. Place Diesel Pump Station on normal duty after Units 1 and 4 are again operational. 29. Core supply connection to No. 4 power chest 30. Connect supply from No.4 to Diesel Pump Station 'ZEL, ENGINEERS 3 SUpplementary conditions Al SC-B I I I I I I I I I I I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS SC - 22 CULTURAL RESOURCE RECOVERY There exists a Site eligible for the National Register of Historic Places on the landside of the project site. It is located north and east of the Railroad and the elevated River Watch Parkway. The Contractor cannot disturb the site until after recovery is complete. The Contractor must cut, as close to the ground as practical, and remove all trees on the site to facilitate the recovery. However, grubbing of the Site must be done after recovery. Tracked Equipment must not enter this area unless an earth cover is first placed on the surface. The general location and extent of the Site is shown on a drawing (Fig 6.2) inserted after the soil borings. The site should be available for surfae disturbance by July 25, 2008. SC - 23 iNTERRUPTiON OF PLANT OPERATiON: a. General: Operation of the Raw Water pumping Station facilities with a minimum of interruption from the construction operation is VITAL~ The Contractor shall carefully. plan his work to least interfere with operation of existing facilities. The Owner and Engineer shall be contacted by the Contractor and interruptions scheduled and coordinated not less than 48 hours in advance of the work. New facilities shall be constructed before essential existing operations are disrupted. b. Scheduling Interruption of Plant Operations: In addition to the above requirements that any. plant interruptions shall be coordinated with the Owner and Engineer not less than 48 hours in advance of the work, consideration of such requests will be contingent upon the prior submittal for approval of a proposed schedule for interruption of plant operations by the Contractor. The Contractor shall submit this proposed schedule not more than 30 days after the Notice to Proceed but only after the overall details given proper consideration. This detailed schedule shall include all significant operations, which require a shut down of any pump functions. Any significant curtailment OI water pumping and delivery into the water plant must be scheduled during periods of low water use and the Contractor shall expedite his work during shut doWns to restore production as soon. as practicable. The Contractor must plan his acti vi ties accordingly. SC - 24 HAGLER SYSTEMS AS THE MECHANiCAL iNTEGRATOR, SERViCES AND COORDiNATION NECESSARY: Description of the Anticipated Work Necessary for the project: Augusta has decided that the installation of owner-purchased equipment (diesel fueled engine power units, complete with all appurtenances AND 20 mgd vertical turbine pumps with right angle drives and. check valves), supplied by the Equipment Manufacturer (EM)) must be installed by a mechanical contractor/integrator (MI) with extensive experience with like projects AND located within 80 miles of Augusta. Augusta has selected 'ZEL, ENGINEERS 3 SUpplementary conditions Al SC-9 I SECTION SC SUPPLEMENTARY CONDITIONS I I Hagler Systems as its Mechanical Integrator for this proj ect . Augusta intends to continue a service relationship for the two new units and the existing similar unit of pumping equipment after construction. In order to have the mechanical integrator available at short notice when problems occur, during the initial operation or during the foreseeable future, Augusta has pre-selected Hagler Systems as the mechanical integrator and assign these responsabilities jointly to it and the General Contractor (GC) for the project. The specific tasks to be assigned are intended to accomplish a full, orderly, triple checked, coordination of the construction of the housing building (by GC) with the requirements for proper installation of the pumping equipment (by MI); AND the integration of the power source with the pumps and their controls function (MI!EM). The responsibility of each party (GC, MI and EM) separately OR jointly is defined by their respective contracts with Augusta (owner). The GC and MI must agree to provide mutual assistance. I I I I SCOPE: I 1. The MI will coordinate with the GC all issues relevant to the proper installation of the complete pump-power units. 2. The MI will have prime responsibility for the installation, alignment, adjustments, and commissioning of all Owner Purchased Equipment. The GC will assist with lifting equipment and handling of building appurtenances. 3. The MI, under its contract with the Owner will also have complete responsibility for the proper handling treatment, storage, delivery, safety and maintenance of the owner purchased equipment from the delivery FOB Augusta by the EM until such time as the equipment is delivered to the Project site; at which time the GC will provide for the proper storage and safety of the equipment jointly with the MI. 4. The MI is also responsible for compiling, checking, and correcting shop drawings for the manufacture of the equipment. The EM will, under its contract with the Owner, have the prime responsibility to provide equipment that meets the contractual obligations of Purchase Orders to be issued by the Ci~y of Augusta. I I I I I The Equipment Manufacturer will have responsibility for providing the equipment and all further requirements of the equipment Purchase Orders. I The General Contractor will have responsibility for the proper construction of the proj ect works, including coordination and handling assistance if needed for installation of the pumping equipment in the pump station building with the MI. Any equipment not directly purchased by the Owner will be provided and installed by the General Contractor. I All contracts, after execution, are public information and copies will be provided to the GC, MI, and EM at such time as the contracts are valid. I The Mechanical Integrator work for the Project includes: . Responsible for installation of Owner purchased pumping equipment in the new pump building. . Coordination and installation of all support components for the power units and the pump units inclusive of pump controls. I I 'ZEL, ENGINEERS 3 SUpplementary conditions Al SC-I0 I I I I I I I I I I I I I I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS · All other mechanical installation is the responsibility of the Ge. The GC can contract with the MI, or other mechanical contractor, or use its own forces, if qualified to provide mechanical installation and construction not assigned to the MI. · The Mechanical Integrator and General Contractor will work jointly. ATTACHED ARE THE FOLLOWING DOCUMENTS TO FURTHER IDENTIFY THE WORK: 1. Contract Documents - Contract and Specifications, and 2. Drawings set 3. Equipment Purchase Documents: Engines 4. Equipment Purchase Documents: Pumps 5. Any required equipment not included in items 3. and 4. above must be provided and installed by. the General Contractor. SC - 25 DEWATERING AND WATER HANDLING: Any and all costs associated with handling water, regardless of cause, length of time, depth, location or whether it is surface water or ground water and both is to be included in the appropriate bid item and the Contractor shall not make a cIaim for additionar costs on the basis of-- dewatering or resurtant conditions from failure to properly dewater his work site. SC - 26 MILESTONE DATE: The Contractor must have the pumping station building completed sufficiently to allow installation of" the pumps and engines in the building by November 4, 2008. Failure to meet this Milestone results in Liquidated Damages assessed against the Contractor until the building construction meets this condition. (A2) 0302-01 Supplementary Conditions Al.doc 'ZEL, ENGINEERS SC-ll I I C Sp,9y I I . I I G ELEV. DEPTH i . (FT.) (FT.) i ~ I I I i i I I Ii ~ '" ~ c. c' c.. Ii -. l:. e' I ~ o c: c u I; :5 c I EL::Vt-.TION. 1 f.7 ~ R E'&l TEST BORING RECORD BORING NO: B-1 SClfNCES DRILLING METHOD: Hoilow Stem Auger GROUNDWATER: '5l- 3.0 ATD . RIG TYPE: CME 75 BORING STARTED. 3/6/2002 PROJECT: Raw Water Pump Station Upgrade. Project No. 10250 PROJECT LeCATION: Augusta. Georgia Remarks: 157.4 10 142.4 15 137.4 20 132.4 25 1274 30 .122.4 35 117.4 40 MATERIAL. DESCRIPTION o FILL: Very Soft to Firm Orange Sandy CLAY. (Cl) 5 Very Soft Brown CLAY with some sand. (Cl) Soft Gray CLAY. (CL) ALLUVIUM: Soft Brown CLAY with sand and gravel. (CL) Firm Brown C!..A V. (C~) PARTIALLY WEATHERED ROCK: Sampled as Very Hard Brownish-gray Sandy SILT. (ML) Boring Terminated at 40 Feet L.S R JOB NO: U1200 REPORT NO: 19419 BORING COMPLETED: 3/6f2002 HAMMER: Auto Hammer BORING DIAMETER (IN): 6 SHEET 1 OF 1 STANDARD PENETRATION RESISTANCE (N) 10 ~ 3D .. 50 R 70.IOao, BLOWS /S'" _ 3-2-3 2-1-2 0-0-1 1-1-1 0-1-1 I - 0-0-1 0-1-2 0-1-1 2-3-2 40. 1 OOW I IC. I I I I I I I I I. I I I I I I I I BORING NO: B-2 Q 0 R E'M PRO't~,Y SCIENCES TEST BORING RECORD PROJECT: Raw Water Pump Station Upgrade, Project No. 10250 JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta, Georgia E:"'1:V:.TIQN: 15e.5 e~RING STARTED: 3/6/2002 BORING COMPLETED. 3/6/2002 DRILLING METHOD: Hollow Slem Auger RIG TYPE: CME 75 HAMMER: Auto Hammer GROUNDWATER: :;j.. 2.8 ATD BORING DIAMETER (IN): 6 1 ,SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 10 .20 'lO ~ 10 CD 70 "~1D i I 156.5 - 0 Fill: loose Orange Ciayey SAND. (SC) W ~ - rz,. X ) 2-4-3 .. .', ....~ ! 3-3-4 151.5 I- 5 Soft Brown CLAY. (Cl) m ~. '-2-1 1-'19.5- Loose Orange Clayey SAND. (SC) i.~ 3.5.6 ~ / -10..:. ~ ') / . .'. . ' 141.5 -15 Very Soft OrangisMan Sandy CLAY with mica. (CL) 0-0-0 136.5 -20 \ ALLUVIUM: Very loose Orangish-brown Silty Fine to .' . \. '. ~ Medium SAND. (SM) . : . '. . . . " , . I- 25 - :~'>( \ - .... 0-0-1 '. , . <-..: .... . . N . . ~ . . ;;. 126.5 I- 30 . . - Soft Sluish-g:a~r Sandy SILT. (MH) ~ . ~ i I 2-2-1 ,- "'!, I '- c:: 0 u e: I} 0 1---" " 121.5 I- 35 '""-U e? PARTIALLY WEATHERED ROCK: Sampled as ~ I I r0- c; Bluish-gray SILT. (ML) I ;> 47 - g '" I 10013" 5 0 I l:: I 0 116.5 -40 I u Boring Terminated at 40 Feet ! I w I ::: I 0 z 2 0 I C) I "Q" I ~J PRCPf~ R El~ TEST BORING RECORD. BORING NO: 8-3 SCI,NC,S PROJECT: Raw Water Pump Sta~ion Upgrade, Project No. 10250 JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta, Georgia =:'EW.TI8N 15~.e BORING 5T ARTED: 3/6/2002 BORING COMPL:::TED: 31612:->02 DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 75 HAMMER: Auto Hammer GROUNDWATER: Sl 4.5 ATD BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 10 20 30 .. 50 51! 7.1011110 156.9 - 0 . I. FILL: Finn Tan Silly Fine SAND. (SM) .' . ., ......., ..'19 ) 2-2-4 156.9 ' . Firm Dark Brown Clayey SAND with organics (roots). 7"'7 (SC) ~x 4-4-3 ~ 153.9 - 5 Very Loose Reddish-dark brown Fine to Medium ..<X 1-0-1 151.9 SAND trace clay: CSP) ::.::::-.~ . Very loose Brown Clayey SAND. (SC) .', ')( 0-0-1 . ?~ 148.9 -10 Very Soft to So~ Orange CLAY trace sand. (Cl) 7 I 2-2-2 . I [ -15- 1 0-0-1 140.9 Very Loose Tan and Gray Silty Fine to Medium SAND. ' . .... I -20- . (SM) ..:.~ ~ ":'X 1-1-1 f- :::-.~ , ' 135.9 f- . '. ALLUVIUM: Firm Grayish-brown CLAY. (Cl) . -25- \ . 2-3-2 N 130.9 ~ Very Stiff Light Brown SILT trace clay. (MH) . . 1\ .,. - 30 - I.--, € ~ ,',,! i 4-7-9 5:: I 1'-.1'- "" u I c: l'-.. "r-- 0 0 123.9 -35 , ~ .., PARTIALLY WEATHERED ROCK: Sampled as Very ~ I 11 c.. 5016" t:) Hard Ught Tan SilT. (ML) g r: S ~ ,.. 4C - 3 118.9 -40 ! . I I 100/4" u Boring Tenninated at 40 Feet I "" c:: CI ::!: ;::l I 6 , t:l I I I I I I I I I I I I I I I I I I I I .c 9n9y I , I I I I' I I I I I I I ~ I~ e C!.. c: I; 2 Cl I~ ~ I.l I; c: o Cl I R E'N TEST BORING RECORD ICIENCEI PROJECT: Raw Water Pump Station Upgrade, Project No. 10250 PROJECT LOC/TlON: Augusta, Georgia ELEV.c.TI.:)N: 15G.~' I JOB NO: U1200 DRILLING METHOD: Mud Rotary GROUNDWATER: Not Encountered RIG TYPE; CME 75 BORING STARTED: 317,'2002 Remarks: Groundwater not recordable when mud rotary drilling. G ELEV. DEPTH' (FT.) (FT.) 156.5 - 0 -5- -10- f- 15- 138.5 f- 20 - . 131.5 f-25 I- 30 - - 123.5 MATERIAL DESCRIPTION FilL: Very Loose to Finn Orange Clayey SAND. (SC) - ALLUVIUM: Very Soft Light Gray and Tan SILT. (MH) BORING NO: 8-4 REPORT NO: 19419 BORING COMPLETED: 3!712002 HAMMER; Auto Hammer I BORING DIAMETER (IN): 6 T SHEET 1 L S R :':-'. 'x ~I'X . . <I'X .', x . .:.~ . .(j( .:: X x "--' Very Loose to loose Brown Silty Fine SAND with mica. : ~'I>< (8M) .: :' :. '-..: \v " 'V\ :.:..~ PARTIALLY WEATHERED ROCK: Sampled as Very _ 35 - Hard Ught Brown and Bluish-gray SILT. (ML) 118.5 _ Boring Terminated at 38 Feet -40- - Ix I~ II o \ OF 1 STANDARD PENETRATION RESISTANCE (riI) '0 ao:lll AD So co 70 10 1010 I BLOWS /6" \ 3-4-3 /~ 4-7-5 j 1-0-3 2~3-2 rI 0-1-1 0-0-1 0~0-1 , 2-3-2 I ~ ............; I I \'---...r- 1-..... ..... 0-1-2 :l>i S - 100/6' i I I I i II I I C Sn.2 I I I I . I I I I I I I I I I I I I BORING NO: 8-5 R E'~ TEST BORING RECORD SCIENCES PROJECT: Raw Water Pump Station Upgrade. Project No, 10250 I JOB NO: U12DO REPORT NO: 19419 PROJECT LOCA ""ON: Augusta. GeorgIa t::LE'v~\7.~)!\!. 158.1 BORING STAP.T=D. 3/512002 BOP.!"lG COMoLETED: 3/512002 DRILLING METHOD: Hollow Stem Auger I RIG TYPE: CME 75 HAMMER: Auto Hammer GROUNDWATER: '5l 5.0 ATD leORING DIAMETER (IN): 6 SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT,) MATERIAL DESCRIPTlON L S R RESISTANCE (N) 16~ .. 10 1t :Ill 60 III 50 70 a05010 .. j I 159.1 f-O FILL: Very Loose to Firm Orange Clayey SAND. (SC) I.V '/. I" 1-6-6 -Zx .'. ....X / 2-3-5 '5l f-5- ,'.- .....X j ( 1-1-1 ::;- 0-0-1 ~X '/. ~ I -10- '/, x 1--2-1 '/: I - ~- ~y 2-1-2 ..(.".( I- ~ / 144.1 -15 Very Loose Orangisli-tan and Gray Fine to Medium 7 .... . SAND with some clay. (SP) ,:,~:;::l- ~ :,.:::,k8 1-0-1 -20- \ ..... \ . .' '. :....:rx ,.' 2-1-2 . .. .:::.':~ 134.1 -25 :.:.:.:. ALLUVIUM: Soft Brown and Gray CLAY trace silt. (Cl) ~ ....... 0-2-2 " ~ -30- ~ ',!, l 128.1 I : r-.. I Cl PARTIALLY WEATHERED ROCK: Sampled as Very ll.. ~ ....r-. is Hard Light Gray and Tan SILT. (ML) "1 15 - 100 u ~ F--' 0 0 0 f- 35 - , ... I I c.. l"l g . 5< ... I 50/0" 5 9 ~ I I 39 - 50/6' 6 119.1 I-- 40 '" u w Boring Terminated at 40 Feet ! : -0 c: Cl I :z: iE 0 lD I I .~ g,,? I I I I I I I I I I I I I I I I I BORING NO: 8-6 R E'M TEST BORING RECORD SCI~NCES PROJECT: Raw Water Pump Station Upgrade, Project No. 10250 I JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta, Georgia ,. ELEVt.TION: 156.7 BORING STARTED: 3/512002 BORING COMoLETED: 3/5.'2002 DRILLING METHOD: Mud Rotary RIG TYPE: CME 75 HAMMER: Auto Hammer GROUNDWATER: Not Encountered I BORING DIAMETER (IN): 6 SHEET 1 OF 1 Remarks: Groundwater not recordable when mud rotary drilling. ELEV. DEPTH STANDARD PENeTRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) 16", 0 '0 2lI 3lI 4' so It 70 so tot 156.7 ~ 0 FILL: Firm Brown Siltv Fine SAND with mica. iSM) : . . 155.7 Firm Stiff Orange CLAY with some sand. (Cl) 1,- 4-7.5 ~ 4-3-4 -5- ;- I 4-5-9 149.7 Firm Orange CLAY. (el) j I 2-3-4 147.7 Soft Gray CLAY with sand. (Cl) -10- r I 1-2-2 143.7 Very loose Brownish-gray Clayey Medium to Coarse I I -15 - SAND. (Se) ~ V / I I I 1-0-2 r;f 1/:' I ~ .. -20- .. )( 0- 0,- 0 .... . . . -25- ',- ::r- ~ ~ 0-0-0 129.7 ALLUVIUM: Stiff Gray SilT with some clay and mica. g (MH) ;.; - 30-:- ~ ... : ! I C X . I 3-5-7 0 ~ r-.... t.. c:: r-... 0 123.7 r-... 0 PARTIALL Y WEATHERED ROCK: Sampled as Very 5 ......i'. i'.... 0' !- 35 - Hard Greenish-gray Sandy SILT. (ML) X ;> i I 27. i3 I g ~ 1 00/6" ~ "18.7 ::> Boring Terminated at 38 Feet @ I I 0 -40. I I 0 I "" I c: ~ . I ~ I '" I I : "Q 0 R E'M I ~J, R 0 '-111 T Y S C I t N C l: S TEST BORING RECORD BORING NO: B-7 I I I I . I I I I I I I I I I I I I PROJECT: Raw Water Pump Station. Upgrade, Project No. 10250 JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta, Georgia !:L~V4T10N 158.8 BORING STARTED. 3'11/2002 BORING COM~lETED: 3/1112002 DRILLING METHOD: Mud Rotary RIG. TYPE: CME 75 HAMr..1ER: Auto Hammer GROUNDWATER: Not Encountered . BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Groundwater not recordable when mud rotary drilling. ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) 16" 1 11 >> :ID co Sl ill 71 .. 1010 158.9 - 0 I FILL;, Loose Orange Clayey Fine to Medium SAND. ~ (SC) 7'/. ~ 2-5-5 vt:. x 155.9 ~ Firm Orange and Brown Sandy CLAY. (CL) 3-3.;.3 153.9 1-5 Very Loose Orange Clayey Fine to Medium SAND. .,/.' I (SC) I 0-2-2 'r! "~. I- 10- ~.' /. { :- . :,- .'. ......... . IX. 2-1.0 ." 0-0-1 I 1-43.9 r- 15 Very Loose Orange Clayey Medium to Coarse SAND. - (SC) ~. . I 2-0-1 ~ 'l'./J x 2-1-1 138.9 -20 Firm Light Gray eLA Y. {CL} I . 3-3-3 133.9 r- 25 Hard Ught Gray Sandy SILT. (ML) I"" ~ X '" ~ ~ 11 - 15 - ... -30- F-' 17 ~ l' CI r--..... Co 126.9 c: PARTIALLY WEATHERED ROCK: Sampled as Ught .......... 0 l..l r:: 124.9 Grav Fine Sandy SILT. (ML) '5<' I~ 50/5" 0 Rock Core From 34' to 39'. II Cl - 35- 2 SCHIST X n t:l fQ ~ Recovery = 56%, ROD = 77% 56 :; ~I II D 119.9 a: Broing Terminated at 39 feet. 0 -40-' l..l '" 1 I a: !i I i: 0 : III I I C 3.f2 I I I I I I I I I I I I I I I I I BORING NO: 8-8 R E'" TEST BORING RECORD 1CI.ENCE~ PROJECT. Raw Water Pump Station Upgrade, Project No. 10250 JOB NO: U 1200 REPORT NO: 19419 PROJECT LOCATION: Augusta. Georgia : ::L::V.l,TiON. -: 5t.1 BORING STARTED: 3/11/2002 BOR'!'iS COMPLETE~: 3!11!?002 DRILLING METHOD: Mud Rotary RIG TYPE: CME 75 HAMMER: Auto Hammer GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Groundwater not recordable when mud rotary drilling. ELEV. DEPTH STANDARD PENETRATION BLOWS G (F:f, ) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) IS" 0 10 . 20 ~o .0 50 so 7llIO!IO,a 158.1 - 0 I I I FILL: Very Loose to Loose Orange and Brown Clayey " j I Fine to Medium SAND. (SC) .'.X J ! 2-4-4 j :-'.[X I 3~4-5 t-5- i r I 0[X 0-0-0 . /. I t ~ . I 0-0-0 148,1 -10 Firm Orange Sandy CLAY. (CL) ~ ! 1-6-2 143.1 -15 Very Loose Orangeish-brown Silty Fine to Medium ' " 'I . . SAND with some clay. (SM) '. . ' . . .' . 1-0-1 '. 138.1 -20 :':. . Very Soft Gray CLAY. (CL) / 1-0-0 133.1 -25 ALLUVIUM: Stiff Mottled Gray and Brown Silty CLAY. ~ (CH) _ ~ ~ ~l 3-6-9 ;: 128.1 l- t- 30 Very Firm Yellowish-tan and Gray Silty Fine SAND r~ \: I I Q i (.') :: wi~h mica. (SM) . ;':X .~ 5 Co: c:: I 0 . ':". 10 - 13 - 0 123.1 2 I- 35 PARTIALLY WEATHERED ROCK: Sampled As Very "--' I 13 0 Hard Gray and Brown SILT. (ML) ......... "- g ~ i ':-... ,I :) , 19.3 , :) ~ I <:: Boring Terminated at 38.8 Feet I ! > 5012.5" c u -40- '" I I I c:: I (.') z I 2 c ... I Ie 3..2 I I I I . . I I I , I I I I I I I I I BORING NO: 8-9 R E'M TEST BORING RECORD S c: I! NeE \ . PROJECT: Raw Water Pump Station Upgrade, Project No. 10250 JOB NO: U1200 REPORT NO: 19419 PROJECT lOCATION: Augusta. Georgia EL:,'/:.;!ON ~f.5 G BORING S'TAF.TED. 3/8/2002 BORI1.JG COMPLETED: 3/8/2u02 DRILLING METHOD: Mud Rotary RIG TYPE: CME 75 HAMfvtER: Auto Hammer GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Groundwater not recordable when mud rotary drilling. - ELEV. DEPTH STANDARD PENETRA nON BLOWS G (Fr.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) 16" 0 .0 2D ~o aD 5D 611 7D .. to,D 155.0 t-O I FILL: Loose Orange and Brown Clayey Fine to :? I Medium SAND. (SC) ....rx ~ 3-5-5 - ....IX 3-3-5 t-5- .~. I YIX 3-3-4 :y:: 1047.0 Finn Red CLAY. (CL) I I 1-3-3 145.0 -10 I Finn Gray Silty CLAY. (CH) I 3-2-3 140.0 -15 Firm Brownish-gray CLAY with some gravel and trace I II sand. (CL) ~ 3-3-3 135.0 -20 ALLUVIUM: Stif( Mottled Gray and Brown Silty CLAY. \ u (CL-ML) ,~ 3-5-7 130.0 t- 25 PARTIALLY WEATHERED ROCK: Sampled as Very .............. ~ Hard Greenish-gray SILT. (ML) ........... S 8 ........ 5012.5" 125.8 > ~ r- 30 - Rock Core From 29.2' to 34.2'. II .. ~X 0 SCHIST U 47 Q, T c: Recovery = 42%, ROD = 47% 42 0 u. II e:: 120.8 0 0 I- 35 - Boring Terminated at 34.2 feet. c: I I u I g I N I 5 0 I c: I 0 -40- u '" I I I II: 0 ;; .\ I e:: I 0 . : Cl . I I . "Q 0 I '-J PRO PE ~ TY I i I ! I I ~ . : I , I I / I . ! I ,I ! ~ I ~ I I I I I BORING NO: B-10 R E'M TEST BORING RECORD SCIENCES PROJECT: Raw W~ter Pump Station Upgrade. Project No. 10250 T JOB NO: U1200 RE.PORT NO: 19419 PROJECT LOCATION: Augusta. Georgia ~:..='v'!.:I-:)J~. 15=...: BORING .STARTED: 3/8/2002 BORlhlG COMPL~ED: 3/8/2002 . DRILLING METHOD: Mud Rotary RIG TYPE; CME 75 HAMMER: Auto Hammer GROUNDWATER' Not Encountered I BORING DIAMETER (IN): 6 I SHEET 1 OF 1 RemarkS: Groundwater not recordable when mud rotary drilling. ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) 16" 0 10 20 ~o ... so .0 70 IDI01 155.4 - 0 i FILL: Very Stiff Light Gray CLAY with black Partially i 153.4 Weathered Rock Fraaments. (CU ~L1 11..14- Soft Orangish-red Silty CLAY. (CH) 5 2-2-2 1-5- I I 1-1-1 3-2.3 145.4 1-10 Very Soft Red and Ught Brown Sandy CUW. (CL) / . 0-0-0 !- 15- 1\ 1-1-1 135.4 -20 ALLUVIUM: Firm Brownish-gray Silty CLAY. (CH) '\ ~ 3-3-3 130.4 1-25 Firm Mottled Ught Gray and Tan Clayey SILT. (MH) ~ X t, 3-2.3 ... 125.4 -30 '-- ~! 0 PARTIALLY WEATHERED ROCK: Sampled as Hard 0 Brown SILT. (ML) 2 ~ c K I.> c: R '. 17.34- 0 0 120.4 - 35 -. Boring Terminated at 35 Feet. F-' I I 15 L. I \) 51 ~ :::I I I I c: 8 -40- I w I I I I c: 0 z .i: I c::-. I. I Q , I I C ~L9 I I I I ! I . , I I I I I I I I I I I I I BORING NO: 8-11 R E'" TEST BORING RECORD SCIENCES PROJECT: Raw Water Pump Station Upgrade. Project No. 10250 I JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta, Georgia E:"'EV':'.TI(JN: 137.6 BORING S7ARTED' 3!i3l20a::: BORII"G COMPLETED: 3/1312002 DRILLING METHOD: Mud Rotary RIG TYPE: CME 75 HAMMER: Auto Hammer GROUNDWATER: Not Encountered . I BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Groundwater not recordable when mud rotary drilling. - ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 10 20 ~ 40 so so 7Q .o~o'o 137.6 -0 FILL: Stiff Ught Brown SILT with some sand and mica, ~ ( (ML) I 4-4-11 ~ X / 3-7.2 132.6 t-5 "---' NO RECOVERY X K 1-0-0 129.6 Soft Oranae Sandv CLAY. (CLl ~ 128.6 ALLUVIUM: Soft Brown SILT with mica. (ML) 1-2-1 ~10- I I 124.6 , I Soft Brown and Gray Clayey SILT with mica. (MH) X --- 1-1-1 122.6 -15 - , PARTIALLY WEATHERED ROCK: Sampled as Very X 1"--'_ 3-7-79 Hard Greenish-!:Jrav SILT. (MU _ ... 120.6 Boring Terminated at 17 Feet -20- r- 25 - '" -30- l- i i I Q . Cl c.. ll: 0 U e:: 0 0 - 35- ::> I 6 g N :; 0 I I e:: 0 r- 40 - i u , I '" c: Cl S 5 I Cl ~ I I C S"Q I I I I ~ I i I I I I I I I ~ I ; '- I U I I I BORING NO~ 8-12 R E'M SCIENCE5 TEST BORING RECORD PROJECT: Raw Water Pump Station Upgrade, Project No. 10250 JOB NO: U1200 ' REPORT NO: 19419 PROJE~T LOCATION: Augusta. Georgia ! ELeVATI:)I\;. 145 ~ 6:)RI"lG STARTED: 3.'26/2002 BORiNG COMP:...~TED: 3/26/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: BK 51 HD HAMMER: Rope and Cathead GROUNDWATER: ~ 9.0ATD .!. 7.0 ~elayed measurement BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: ELEV. DEPTt- STANDARD PENETRATION BLOWS G '(FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /fS' D 1. 20 ~. .. 50 00 70 00"'0 145.4 - 0 I I FILL Firm Orangish.brown Clayey SAND. (SC) .....~ --Ir-- 3-5-7 142.4 ,...~ i-- -.... r-. No Recovery 1-- HiQh blow count due to debris in fill. ..;~ 50/0" 140.4 '-5 Firm Orangish-brown Sandy CLAY. (Cl) I-- - - y. r 1---\ 4-3-3 'Z 137.4 l- ALlWIUM: Soft Brown CLAY. (Cl) 2.2-2 -1(,- i I . I I 1-2-1 13Q.4 - 15 I RESIDUUM: Stiff Gray Silty CLAY with Gravel. (CH) \ I I I I I ......... 3-4-6 -20- I'-.. -....... 123.4 ....... ...... PARTIALLY WEATHERED ROCK: Sampled as Very ...... r-... 'Hard Light Gray SilT (Ml) .R i--I'- >~ . 50/5" 120.4 I- 25 Soring Terminated at 25 feet. ~ ~ '- 30 - . c: I 0 6 0 - 35- .... ~ '- 1 (;> I 0 , '" I :; I ~ 2' ! c I- 40 - ! u I I ... I I i c: Cl I I I ~ I I 0 I ::I , I I C 9,,9 I I I I I ; I I I I I I I I I ~ I I I I I BORING NO: 8-13 RE'.' TEST BORING RECORD S C I ENe E I PROJECT: Raw Water Pump Station Upgrade. Project No. 10250 JOB NO: U12DD REPORT NO: 19419 PROJECT LOCATION: Augusta. Georgia !:._=vc..TIOr, 149.2 BORING STARTED: 3/26/2002 B':JRING COMPLETED: 3,'2512~O2 DRILLING METHOD: Hollow Stem Auger RIG TYPE: BK 51 HD HAMMER: Rope and Cathead GROUNDWATER: 51- 3.0 ATD .y. 7.0 delayed measurement BORING DIAMETER (IN): 6 1 SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT,) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" a 'a JO '0 46 "" co 7a 10 ""0 149.2 - o- j FILL: Firm Reddish-brown Clayey SAND. (SC) ~ I--+- ~ .? I.X 8-5-8 ~ - i- - -I- 144.7 ..'X :E 3-5- 144.2 -5- r\ Very Dense Brown Fine to Medium SAND with brick - -- 50/3" fraaments. (SP) Hiah blow count due to debris in fill. ~ l: ALLUVIUM: Soft to Firm Orangish-brown CLAY with .- 2-3-3 some gravel. (CL) I . 3-4-3 -10- . 1-1-2 134.2 -15 Soft Grayish-brown CLAY. (CL) I I, It 2-2-2 i- 20 - I ........... 1-1-2 I- 25 - ~ I'-.... r--.. ...... r..... 121.2 t-.... PARTIALLY WEATHERED ROCK: Sampled as Very X ........... " 6-9- ~ Hard Uoht Grav SILT with cravel. (MU . .. 119.2 '-- 30 Boring Terminated at 30 feet. 5011" c C) Co c: c (,) c: 0 0 -35- ... I I t.. I I I 0 I ~ c I c:: g -40- ~ I I ~ I 2 0 I c:l I I I C 9,,9 I I I I I I I I I I I I g I~ C- 18 I I I BORING NO: 8-14 R E'" TEST BORING RECORD SClfNCES PROJECT: Raw Water Pump Slation Upgrade, Project No. 10250 .1 JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta. Georgia E~E'V;".TION: 1S":'.f. BORING STARTED: 3!14/2002 BORI"lG COMPLETED: 3/14120C2 DRILLING METHOD: Mud Rotary RIG TYPE: CME 75 HAMMER: Auto Hammer GROUNDWATER: Not Encountered I BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Groundwater not recordable when mud rotary drilling. ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) 16- 0 10 20 30 ~ IRl ~ 701OSCI' 137.6 "-0 I I I FilL: Loose Dark Brown and Gray Silty SAND with . . t I '.:.~ some wood/root fragments and Partially Weathered :< .: I'--" ) 6-3-3 Rock fragments. (SM) ..:R 2-4-3 132.6 - 5 .':.~ ALLUVIUM: Very Soft to Firm Brown and Gray SILT X 7 with some fine sand and clay. (ML) 1-0-0 !'---" \ X , 0-1-1 -10- !.......:: I L 5< . 0-2-3 122.6 -15 PARTIAllY WEATHERED ROCK: Sampled as Very '. .. - - - ::"}'X I I- -.. Dense Gray Medium to Coarse SAND. (SP) ""':i- : ',,:. ,. 6-22- 119.6 Boring Terminated at 18 Feet. 10015" -20- '. -25- ~30- I C) I e:: I c: c 0 -35 - .., I 6' S ~ :> ~ E I 0 "- 40 - u w c: I 0 I :: - 2: 0 I Cl , I I C S"Q R E'M SORING NO: 8-15 TEST BORING RECORD SCJi:NCE~ I I I I I ~. I I PROJECT: Raw Water Pump Station Upgrade. Project No.1 0250 I JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta. Georgia =L::V":.TIO~ 13-.7 BORING STARTED: 3/13/2002 BORING COMPLETED: 3/13:2002 DRILLING METHOD: Mud Rotary RIG TYPE: CME 75 HAMMER: Auto Hammer GROUNDWATER: Not Encountered I BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: ELEV, DEPTH MA TERlAl DESCRIPTION STANDARD PENETRATION BLOWS G (FT.) (FT.) L S R RESISTANCE (N) 16" 0 10 20 '0 .0 $0 " 70 tUte1a 137.7 - 0 j FILL: Loose Dark Brown Silty SAND with Partially .. . . .1 .' ........, Weathered Rock Fragments. (SM) . . :~ \ 3-5-3 :X' I 6-5-4 ) 132.7 c- 5 " . :........;: ! ALLUVIUM: Very Soft to Stiff Brown and Gray Sll T ~ / with mica. (ML) 1-1-1 ~ 0-0-0 \. -10- I'--' ~ I r>< I ---- 4-6-5 122,7 - 15 PARTIALLY WEATHERED ROCK: Sampled as Hard "- ~ Greenish-gray SILT. (ML) X '-. 5-9-30 119.7 Boring Terminated at 18 Feet. -20- -25- ~ li t- 30 - ... c c 2 0 u ~ 0 I 0 :- 35 - I ..... c- ell .. !'l :;, Q c: 0 -40- I,) I .... r:: I ell Z i: 0 D:l I ! I I I .1 I I I I TEST BORING RECORD BORING NO: 8.16 PROJECT: Raw Water Pump Station Upgrade, Project No. 10250 I JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta. Georgia E.:....= \IJ..710f\:" 13[;. ~ BORING STA~TE~: 3!13/2002 BOR!I';c; COMPLETED: 3.'13/2002 DRILLING METHOD: Mud Rotary RIG TYPE: CME 75 HAMMER: Auto Hammer GROUNDWATER: Not Encountered I BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: G ELEV. DEPTH MATERIAL DESCRIPTION S R STANDARD PENETRATION BLOWS (FT.) (FT.) L RESISTANCE (N) 16" 0 10 ZI 20 ~ 50 CD 7lI IDlD, 136.1 1-0 I I PARTIALLY WEATHERED ROCK: Sampled as Very J ~ ~ ~ Stiff White and Light Gray SILT. (ML) ,,/ !-.e 15 - 17 - 133.1 I- a ALLUVIUM: Finn Grayish-brown SILT with mica. (ML) ~ ;r 5-3-3 131.1 -5 Soft Brown and Gray SILT with mica. (ML) ~ ~ 1~1-' ~ \ ~. 1-2-1 -10- ~ I '---f-. 2-1-' 121.1 -15 PARTIALLY WEATHERED ROCK; Sampled as Very ~ I - - - Hard Greenish-aray SILT. (MLl 17-22- 119.1 Boring Terminated at 17 Feet I 100/5" . 1-20- -25- I ~ ~ '--30- ... c C> c: c: 0 I u :s 0 -35- ! ... I i c;. I C> g N , s I is -40- I ! l.J IoU I c: I C> z E 0 c:> I 1 C 9,,2 I I I . . I I I I I I I I I I I! g to, I: I I I BORING NO: 8-17 R E'M SCIENCES TEST BORING RECORD PROJECT: Raw Water Pump Station. Upgrade, Project No. 10250 I JOB NO: U1~OO REPORT NO: 19419 PROJECT LOCATION: Augusta, Georgia ~ S:..=v.lTIO"!. 1 ~3 ~ ,BORING 5T ARTED: 3/12/2002 BORING COMPLETED: 3/12/2002 DRILLING METHOD: Mud Rotary RIG TYPE: CME 75 HAMMER: Auto Hammer . GROUNDWATER: NOI Encountered I BORING DIAMETER (IN): 6 1 SHEET 1 OF 1 RemaTks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) ~ MATERIAL DESCRIPTION L S R RESISTANCE (N) /S" . ,. I. 3D 4Q 50 '" 7. .. 9OtO I I I I 133.9 -0 I FILL: Firm to Stiff Light Brown SILT with some sand. X ! (ML) /" I 4-6-5 '-.: ! i X I 7-2-3 I I 128.9 '--.; -5 ALLUVIUM: Very Soft to Soft Brown Fine Sandy SilT X f t 0-1-1 with mica. (ML) '--' X ( . I 0-0-1 123.9 -10 PARTIALLY WEATHERED ROCK: Sampled as Very '"---' '-.....' ! Stiff to Very Hard Greenish-gray .SIL T. (ML) ~! X ..........~ 1'--. 2-11- f- 15- ~ I 1/ 41 X II . 4-7-22 >- 20 - '--' 112.9 Rock Core From 21' to 26'. II SCHIST X 55 &g, Recovery = 60%, ROD = 55% 60 I- 25 - 11 107.9 Boring Terminated at 26 feet. I I- 30 - c: 0 :' - 35- e g .... :; ~ I ~ I I 0 -40- ! u . I '" e: g 2 I g I I C 3,,9 BORING NO: 8-18 R E'M, TEST BORING RECORD SCIENCES I . I PROJECT: Raw Water Pump Station Upgrade. Project No. 10250 .JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta, Georgia =~E\'ATICH~' 128.6 BORING STARTED: 3/2712002 BORING COMPLETED: 3/27/2002 DRILLING METHOD: Mud Rotary RIG TYPE: BK 51 HD HAMMER: Rope and Cathead GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" . 1. . 2. :lei Q 50 co 70 GOlIa,. 128.6 -0 I Fill: Firm Grayish-brown CLAY with some gravel. (Cl) \ 1-2-3 -- 2...3- 5 -5- r-_ 122.6 r-t- Wood (stump) ~ >l 8 - 50f2" 121.1 I\;PARTIAlLY WEATHERED ROCK: Sampled as fJ-U 12o.s Velv Hard Greenish-arav SILT. (MU / -10- Auger Refusal, Boring Terminated at 8 feet. I . -15- -20- -25- . ;; -30- l- e 8 (.) c:: c 0 -35- I .... ! Co 1 Cl ~ I I ;:) I 0 c:: 0 -40- I '-' I F: I Cl I z I 2 0 \ Cl I I . . , I I I I I- I C S..9,,~.,f I . I - I ~ ! I I I I 'I I I I ~ I I I I BORING NO: B-1 9 TEST BORING RECORD .. . PROJECT: Raw Water Pump Station. Upgrade, Project No. 10250 I JOB NO: U1200. REPORT NO: 19419 PROJECT LOCATION: Augusta, Georgia EL=VJl.TI~1\: 12<.5 BORING STARTED: 3/812002 BORI"lG COMPLETED: 3/28/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: BK 51 HD . HAMMER: Rope and Catl1ead GROUNDWATER: 'Sl- 2.0 ATD :t. 2.0 delayed measurement I BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remar1<s: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.). (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) IfJ' 0 '0 20 3D 40 so CD 701010'0 124.5 f-O ALLUVIUM: Loose Brown Silty Fine SAND with roots. ~ . ,---., (SM) :6 -- --- '1-2-4 r-- - 121.5 PARTIALLY WEATHERED ROCK: Sampled as Very I-- "'-r-. Hard Greenish-Qrav SILT. lMH) X >1 50/1" 119.5 - 5 Boring Terminated at 5 feet. i- 10- I I i -15- -20- '- 25 - ~ 1i -30- 6 c: c: 0 u c: 8 -35- .., I I II. c; 8 N I :; I 0.: I I 0 -40- u w I . c: I 0 ~ c: I 0 c: I I I C SFE9r TEST BORING RECORD BORING NO: . 8..20 R E'" SCIENCES I I ! I I . . ~ I I I I I I I I PROJECT: Raw Water Pump Station. Upgrade. Project No. 10250 . JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta, Georgia ELE:Vt,Ti~t-.:. 134.6 BORING STARTED: 3/12/2002 BaRING c:>rll1PlETED: 3/12/::!OO2 , DRILUNG METHOD: Mud Rotary RIG TYPE: CME 75 HAMMER: Auto Hammer GROUNDWATER; Not Encountered BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Groundwater not recordable when mud rotary drilling. . STANDARD PENETRATION ELEV. DEPlH MATERIAL DESCRIPTION BLOWS G (FT.) (FT;) l. S R RESISTANCE (N) 16~ 0 10 20 :Ill '"' 50 co 70 .HOlO 1~.6 - 0 Soft to Stiff Light Gray SIL T. (ML) with Partially Weathered Rock Fragments. X V- 9-8-7 ~ ~ ~. 5-2-2 129.6 - 5 ALLUVIUM: Very Soft to Soft Brown Clayey SILT with X ( mica. (ML) 0-0-1 '--' X 0-1-1 124.6 t-- 10 PARTIALLY WEATHERED ROCK: Sampled as Very '--' r-----! I . Hard Greenish-Q.ray SILT. (ML) r-.................. r-..", X ........ >4 2-9- 119.6 t-- 15 Rock Core From 15' to 20'. '--' TI 50/4" SCHIST ~ 65 ~ Recovery = 55%, ROD = 65% 55 U1 114.6 -: 20 Boring Terminated at 20 feet . -25- ... ~ - ~. -30- ..... t Co Cl Co. c: 0 t,) c: 0 0 t-- 35 - 2 <:; ci 0 ~ :;:) r Q :5 1-40- t,) w c: Cl . I ! z 2 i . I I I I I I ~ I I ~ ~ * I , , I I I I I I i i Is c II. I': 18 2 <:I o o I~ o u w I': 1<:1 z ~ C) I CSp!2 R E'" TEST BORING RECORD SCIENCES PROJECT: Raw Water Pump Station 'Upgrade, Project No. 10250 PROJECT LOCATION: Augusta. Georgia ::U::V;,:I:)N. 12::!.~' I JOB NO: U1200 DRILLING METHOD: Hollow Stem Auger GROU~DWATER: 'Sl.. 6.0 ATD RIG TYPE: BK 51 HD S:)RING S7t.F:T:D: 3.'28.'2002 Remarks: G ELEV. DEPTH (FT,) (FT.) 132.9 - 0 129.9 '5].. 127.9 - 5 124.9 122.9 -:- 10 MATERIAL DESCRIPTION BORING NO: 8-21 REPORT NO: 19419 BORIN3 COMPL::TED: 3/28/2002 HAMMER: Rope and Cathead 1 BORING DIAMETER (IN): 6 'SHEET 1 OF 1 L S R FILL: Very stiff Orangish-brown Sandy CLAY. (CL) -. Stiff Brown CLAY. (CL) ~ ALLUVIUM: Firm Brown Clayey SAND with mica. (SC) (. /,:'IV :I IA. .R '~ ....X :.,~:-:~ '.. .... Loose Grayish-brown Fine SAND with mica and roots. (SW) PARTIALLY WEATHERED ROCK: Sampled as Very Dense Medium to Coarse SAND with rocks. (SP) 118.9 f- 15 _ Rock Core From 14' to 19'. SCHIST 1.13.9 - 20 - Boring Terminated at 19 feet. Recovery = 42%, ROD = 7% f- 25 - -30- '..1 -35- f- 40 - I- . . I III l!Q 42 /I . o STANDARD PENETRATION RESISTANCE (N) 1D 2D 30 40 so CD 70 .01010 BLOWS 16" I I ! 3-4-10 4-4-6 ~ 3-7-5 L_ 3-3-3 r-- _! - ;> 5011" , I I I ! I- IC S,59y I I I I ~ ! I. I I I I I. I I I I I J BORING NO: 8-22 R E'M TEST BORING RECORD SCIENCES PROJECT: Raw Water Pump Station Upgrade, Project No. 10250 JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta. Georgia ~:"=\'.;iIOI":: 13~.9 BORING STARTED: 3/2812002 BORING COMPLETED: 3/2812002 DRILLING METHOD: Hollow Stem Al;lger RIG TIPE: BK 51 HD HAMMER: Rope and Cathead GROUNDWATER: 'Sl- 2.0 Am :!. 2.0 delayed measurement BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: .- ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) Ie" 0 10 1O 30 4. so 10 70 aD -.10 134.9 -0 FILL: Loose Brown Silty SAND with mica. (SM) I ~ .:~ ~ 2-2-3 : 131.9 ALLUVIUM: Very Stiff Brown CLAY with roots. (CL) ). 5-7-9 129.9 - 5 Stiff Grayish-brown CLAY with gravel and mica. (CL) I 7-6-5 I 2-3-3 -10- ......' r---... ....... ....... ....... 121.9 PARTIALLY WEATHERED ROCK: Sampled as Very t"--...... Hard Gray Brown SILT (Ml) X ... 50/4" 119.9 -15 BOling Terminated at 15 feet . -20- . . -25- . '" ~ ~ -30- 5 C) c- o: 0 to) II: 0 a -35 - ... Co. ::l 8 ~ ~ ~ -40- , to) !!i g c 0 c::l I I ~ S,,9. I I I I I I I I I I I '1 I I I I J BORING NO: 8-23 R E'~' SCIENCE! TEST BORING RECORD PROJECT: Raw Water Pump Station. Upgrade, Project No. 10250 JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta. Georgia E:...Ey'l..TION. ~ 23.4 BORING STARTS!): 3l:!71'::OO2 BORIf>lG COMPLETED: 3/27/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: BK 51 HD HAMMER: Rope and Cathead GROUNDWATER: 'Sl- 1.0 ATD .y. 1.0 delayed measurement BORING DiAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Auger Refusal at 2.5 feet, Offset 5 feet south. ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) 16"' 0 'a 20 ~ 40 so ... 7O".0IOtO ; I I .y. 133.4 - 0 FILL: Very Hard Brown Sandy CLAY with gravel and Is roots. (Cl) ....~ 3 - 50/3" High blow count due to debris in fill. - 130.4 - --- ALLUVIUM: Firm Brown Sandy Sll T with mica. (MH) X ~I- !-- 3-3-4 128.4 - 5 Firm Dark Brown Silly Fine SAND with rock fragments. ~ ::: ......, ~ (SM) :':-~ 4-6-8 125.4 Loose Brown Fine SAND with mica. (SW) .. ........, ~~ .:. X 3-3-3 . . r- 10- ~~~ ~ j-. ........ ....... 121.4 ..... t--r-- PARTIALLY WEATHERED ROCK: Sampled as Very .~ ~ Hard Greenish-grav SILT. (MH) 50/1" 119.4 Boring Terminated at 14 feet. -15- -20- . ,...... 25- N ~ . " -30- t- c. 0 c. c:: 0 u c: 0 c I- 35 - ... Co. CI 0 0 ~ :> e (; r- 40 - , u uJ c: CI 2: 2: I 0 ~ I I C SPE9y I I I I I ~ I I I I I I I I I I I I I R ElM SCIENCE! BORING NO: 8-24 TEST BORING RECORD PROJECT: Raw Water Pump Station. Upgrade, Project No. 10250 JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta. Georgia ;:LE::V';TIOI-l i31.3 BORING STARTED: 3:2612002 BORII"G COMPLETED: 3/2612002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: BK 51 HD HAMMER: Rope and Cathead GROUNDWATER: .y. 3.0 delayed measurement BORING DIAMETER (IN): 6 1 SHEET 1 OF 1 Remarks: Auger Refusal at 5 feet. Offset 5 feet southwest. ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) Ifr' 0 10 20 30 40 lI1I 10 70 10 to10 131.3 - 0 i I FILL: Firm Orange Sandy CLAY with mica. (CL) .' -- 2-2-3 .'f. . t-- 128.3 i"- f-- --- Partially Weathered Rock Boulder, Sampled as Very I t:~ 50/1" Hard Grav SILT. {MHl - . 126.3 - 5 ALLUVIUM: Soft Grayish-brown CLAY with some -:;:;;; I--- ..- sand. (CL) ~ 2-2-2 123.3 Stiff Gray CLAY. (Cl) . ~ 4-6-8 121.3 -10 PARTIALLY WEATHERED ROCK: Sampled as Very ~ 50/1" 119.8 ,Dense Dark Brown Fine to Medium SAND. (SPl .... , Boring Terminated at 11.5 feet. ~15- f- 20 - ~25- . N g ~ ~30- .. Co CJ Co c: 0 0 c: 0 0 ~35- ... c.. I c:: 8 ~ :;) ... 2 :;) -40- u I "" c: CJ z 2 I 0 , '" . I I C S..Q I i I I I I . I I I I I I I I I I I I R E'" BORING NO: B-25 TEST BORING RECORD S c: I ; N C ;: S PROJECT: Raw Water Pump Station Upgrade, Project No. 10250 JOB NO: U 1200 REPORT NO: 19419 PROJECT lOCATION: Augusta. Georgia E.~EW..TIO~~. 13~'.-:- BORING STARTED: 3"26.'2002 E::>RING COMPLETEC,- 3/2612002 DRilLING METHOD: Hollow Slem Auger RIG TYPE: BK 51 HD HAMMER: Rope and Cathead GROUNDWATER: ~ 7.0ATD . ~ 7.0 delayed measurement BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Offset 15 feet northeast due to access on slope. ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION l S R RESISTANCE (N) IS" . 10 2!\ :JO 40 50 11l 7. IO! .,. 139.7 ~o FILL: Firm Brown Silty SAND with gravel. (SM) :.t)< r 10 - 6 - 7 136.7 .~ ALLUVIUM: Soft to Stiff Brown CLAY. (Cl) 4-5-6 1-5- ~ ./ 4-4-4 I 2-2-1 129.7 ~ 10 Soft Gray CLAY. (CL) "-..... 1-2-1 124.7 I- 15 PARTIALLY WEATHERED ROCK: Sampled as Very I ---......... i'- Hard Olive Brown SILT. (MH) ........ ~ r---r--- tx ..... . 50{2" 119.7 -20 Boring Terminated at 20 feet. . . I- 25 - - ~ ~ -30- ... Q ~ c: c: 0 0 :s . a I- 35 - , & 0 0 ~ ~ c c: I 0 . -40- I <<.) I w c; I ~ c; 0 CD I Ie S..9 I I , I I I I I I I I I I I I I I I RE'" BORING NO: 8-26 SCI!NCes TEST BORING RECORD PROJECT: Raw Water Pump Station. Upgrade, Project No. 10250 JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta. Georgia SLEVATI:JN.137.0 BORING STARTED: 3/2612002 BORING COM?lETED: 3/26:2002 DRILLING METHOD: Hollow Slem Auger RIG TYPE: BK 51 HD HAMMER: Rope and Cathead GROUNDWATER: 'Sl- 1.0ATD .!- 1.0 delayed measurement BORING DIAMETER (IN): 6: SHEET 1 OF 1 Remarks: ELI':V. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL qESCRIPTlON L S R RESISTANCE (N)' /6" 0 10 2G :ltl .00 so co ,. '.1010 !: 137.0 - 0 FILL: Firm White Silty Fine SAND. (SM) . . . . ..X I 6 - 7 -10 134.0 :,:' . <-..: Firm Brown Clayey SAND with rock fragments. (SC) .)( 4-5-8 -5- ~- ~[X / 6-5-3 129.0 ALLUVIUM: Finn Brown CLAY trace organics. (CL) I 1-1-1 -10- \ t-- 2-3-4 1".0 1-15 PARTIALLY WEATHERED ROCK:Sampled as Very ~ ~ I- -~ Hard Olive Brown SILT. (MHl > 5012" 120.0 Boring T enninated at 17 feel -20- I- 25 - ... -30- .... c " Po: . c: 0 u a: 0 a -35- .., to c; c: C N :; Q i: 0 -40- I u IU a: ~ z 2 c 1:2 ~ I I e'SH9v I , I I ~ I I I I I I I I I I I I I R E'M BORING NO: B-27 SCIENCES TEST BORING RECORD PROJECT: Raw Water Pump Station Upgrade, Project No. 10250 JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta, Georgia LEV'; T]()~ 1 :;~..5 BORING STARTED: 3!26/2002 BORIf\::> COfvlPLETE:). 3.'2S:2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: BK 51 HD HAMMER: Rope and ,Cathead GROUNDWATER: ~ 7.0 delayed measurement BORING DIAMETER (IN): 6 J. SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) 16~ 0 10 2tI 30 '0 50 III 70 10 "10 133.5 - 0 I FILL: Stiff Tan Sandy SILT with rock fragments. (ML) I X \ 4-9-5 130.5 <-.; Firm Dark Browr) Clayey SAND. (SC) ~'..X 4-9-9 ,128.5 - 5 ALLUVIUM: Stiff Orang ish-brown Sandy CLAY. (eL) ~ ) t: 3-5-9 125.5 Loose Brown Fine to Medium SAND. (SP) ,z '. .. ,......., .'. )< ;.:; 2-2-2 -10- .::..:~.: ......: ...... ........ :-- ;....: r-......... 121.5 PARTIALLY WEATHERED ROCK: Sampled as Very II X i ...... Hard Olive Brown SILT. CMH) 32-30- 119.5 Boring Terminated at 14 feet. I 5014" -15- I . I I- 20 - I I 1-25- ~ 5:! . .. I- 30 - ... I Q CI c- o: 0 0 I c: 0 0 -35- ... I I D. C! .,; I <:> !:! :l g I 0 -40- I u I w c: g c: 0 I Q , I : "'Q 0 I, '-.J PIIOP; 1\';'). R ElM SCIENCE} BORING NO: 8-28 TEST BORING RECORD I ! . . I I I . I I I I I I I I I I I I PROJECT: Raw Water Pump Station Upgrade, Project No. 10250 JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta. GeorgJa I ELEV!.TJON 13:~.8 BORING STARTED: 3/2812002 BORING COMPLETED: 3/2812002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: BK 51 HD HAMMER: Rope and Cathead GROUNDWATER: ~ 6.0ATD .!. 5.0 delayed measurement BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (Fr.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) Ja" g 10 20 3ll co 10 5G n 10$0'0 133.8 .....0 FILL: Stiff Brown SilT. (ML) . 2 ... ........... 6,. 7 ~ 8 130.8 I I ~ 9~11- Hard Dark Gray SILT. (ML) Ii / 25 .Y 128.8 -5 '5l.. Firm Tan Clayey SILT. (MH) ~ I ,// I ~ 3-3-3 I 125.8 ALLUVIUM: Finn Grayish-brown CLAY. (CL) f I I "'t--.. 3-4-3 -10- -.... . ......... r-.. .... 121.8 PARTIALLY WEATHERED ROCK: Sampled as Very .... .....I'--t:- Hard Olive Brown Sll T. (MH) ':.; 5012" 119.8 Rock Core From 14' to 19'. ~ II t-15- SCHIST Recovery = 26%, ROD = 0% X 0 ~ :a:; 114.8 m' II -20- Rock Core From 19' to 24'. II SCHIST X 0 Recovery = 18%, ROD = 0% lliQ 18 JI 109.8 -25- Boring Terminated at 24 feet. , ~ ~ I- 30 - ... c Cl ~ u a: 0 0 - 35- .... I I r- Cl ~ I ~ ! Cl ! I a: 0 -40- . u w a: 1 C) l- I i: a: ! g I . "Q 0 R E'M I '-.:i ~ II 0 P , II i Y S C I ENe c 1 I . . I I . I , I I I I , I I I I I I I I BORING NO. 8-29 TEST BORING. RECORD PROJECT: Raw Water Pump Station- Upgrade. Project NO.1 0250 JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta. Georgia E:.EV'TION. 143.6 BORING STARTED: 3/27/2002 BORING COMPLETED: 3/27/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: BK 51 HD HAMMER: Rope and Cathead . GROUNDWATER: 'S1- 4.0 ATD .:t. 0.0 delayed measurement BORING DIAMETER (IN): 6 1 SHEET 1 OF 1 Remarks: Offset 7 feet northeast due to access on slope. ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) JS" I IP 20 3D ~ JIl S. 70 ,.,010 Y. 143.6 -0 I FILL: Stiff Grayish-brown Medium to Coarse Sandy i CLAY. (CL) II I 2-3-6 I 'Sl 140.6 Finn Gray and Brown Silty CLAY. (CH) j 2-2-3 .....5- 1 2-2-3 135.6 ALLUVIUM. Finn Tan Silty CLAY with mica. (CH) 1-2-3 -10- I . I \- 2-3.5 128.6 -15 PARTIALLY WF..A THERED ROCK: Sampled as Very I ..........1........ Dense Gray Fine SAND. (SW) . . ....... r---r-. I .,:. e.. ~ 1'"-:--, "X 2.3- mz ~ 123.6 -20 PARTIALLY WEATHERED ROCK: ~amPled as Very 50/4" Hard Greenish-arav Siltv CLAY. (CH 50/1 H 121.6 Boring Terminated at 22 feet. . 1-25- I- ~ ... f- 30 - ... I 0 u I c.. I c: I 0 u c: g ~35- I .., I I c.. [ I Co? 8 '" I I - 0 c: I 0 f- 40 - u I III c: . ~ I (5 llD I I C 9,,9 I i I 1 I I I ~ I , I I I I I I. I I I I I R .E'N BORING NO: 8-30 SCIENC~l TEST BORING RECORD PROJECT: Raw Water Pump Station Upgrade, Project No. 10250 r JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta. Georgia ~:,,::'.j" 71;)1": 1"::.:- BQRING START:::D: 3:2~"200::! B':)P.'lI/G COMPLETED: 3/27:2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: BK 51 HD HAMMER: Rope and Cathead GROUNDWATER: .!:. 10.0 delayed measurement I BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Borehole Caved at 19 feet. Offset 6 feet northeast. ELEv. DEPTI-' STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) J6h 0 10 2Cl :10 40. 5D co 70 10 1010 142.7 - 0 .1 FILL: Firm Reddish-brown Clayey SAND with gravel ~ I I and trace roots. (SC) ~'. X ~\ I 4-4-7 139.7 Finn Orang ish-brown Silty SAND. (SM) I I /- I 6-8-9 137.7 . 5 ALLUVIUM: Firm Brownish-gray Sandy CLAY with / mica. (CL) 4( 2-3-5 134.7 Finn Brown Clayey SAND with rock frapments. (SC) 1\, .~Jx . .t: I I 6 - 10 - 5 f- 10 -. , II I T I j I I 1297 Firm Gray Clayey SILT. (MH) I X 2-3-2 127.7 1-15 PARTIALLY WEATHERED ROCK: Sampled as Very . . I......... . ........... Dense Dark Gray Fine SAND. (SW) . . t--.... . ........ . . j-..... I. . . . . N--" . . I.-- .:. IX 4-6- 122.7 f- 20 . i ,. 50/5" PARTIALLY WEATHERED ROCK: Sampled as Very I R II Hard Olive Brown SILT. (MH) 50/1" 120.7 Boring Terminated at 22 feet. f- 25 - N ~ ... -30- ~ (; c;. c; 8 I c:: 0 0 -35- . ... I I I :l. - C) g '" i I - 1 I I I ~ -40- i I u I I ~ I I I e 2 f 2 ! I I I 0 C) I Ie I I I I I I I I I I . . I I I I I I I I I Q 0 R E'M BORING NO: 8-31 Pl<OPfll.':"r SCI!NCES TEST BORING RECORD PROJECT: Raw Water Pump Station Upgrade, Project No. 10250 r JOB NO; U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta, Georgia ELEVATION. 161.1 BORING STARTED: 3/18i2002 BORING COMPLETED: 3/18/2002 DRILLING METHOD: Mud'Hotary RIG TYPE: CME 75 HAMMER: Auto Hammer GROUNDWATER: ~ 8.9 ATD I BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Auger to 10 Feet, Mud Rotary to Termination Depth ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT,) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" e 10 20 )0 40 50 ~o 7U ID 1010 161.1 -0 FILL: Firm Orangish-brown CLAY with some sand. 159.1 (CLl . 2-2-5 Firm Brown Sandy CLAY. (Cl) 157.1 Firm Orangish-brown CLAY with some sand. (Cl) , 3-3-5 -5- I I I 155.1 Firm Brown Sandy CLAY. (Cl) i I 2-2-3 'fl 153.1 Loose Orang ish-brown Medium to Coarse SAND with :'::;'X l i roots. (SP) -0'- 2-2-3 . . -10- .., <:: '---' ',' - . .' I " '.. 1<48.1 ALLUVIUM: Very Loose Dark Brown to Black Medium ...:.)< to Coarse SAND with wood chips. (SP) :::t:~ ~ ., 2-2-2 -15- \ 145.1 Loose Ught Tan Fine to Medium SAND with some eo .. . ~ ~ mica. (SP) :'0': :'S'X .... 4-4-4 '. 141.1 ~20 .' . Loose Light Tan Silty Fine SAND with some mica. " . . . (8M) . . . . .. {. ',' .....IX . . 4-5-5 136.1 ~25 .' . Loose Brown Medium to Coarse SAND with trace '.' ...... ~ II mica. (SP) :..': . " .,:: ~ ::.:~ . ....tx '. ::. ~ 4-3-4 ~ '. :...... ....... 131.1 ~30 .' ... PARTIALLY WEATHERED ROCK: Sampled as Very .......... 0 r..... e Hard Light Tan and Ught Gray SILT. (Ml) ! ..;" eo. r.... c:: !""- 0 "'.... u ~ 1'27,4 .. 50/2" Rock Core From 33.7' to 37.7'. IX U 0 -35- SCHIST "' 5 Recovery = 49%, RQD = 54% BQ 8 ii !::! 123,4 => Boring Terminated at 37.7 feet. ~ 2 0 ~40- u I ~ Cl 3!i c:: I ! :) I Cl I I C ~L9, ,~'cf I - I I I I I J I I I I I TEST BORING RECORD . BORING NO: 8-32 I PROJECT: Raw Water Pump Station Upgrade, Project No.1 0250 I JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta, Georgia :=.:"=Vf..TI'::>N. 1G~ 4 BORING START;:!). 3'18/2002 S0RH.JG COIviPL:::TE:D: 3"'~ 8!2.002 DRILLING METHOD: Mud Rotary RIG TYPE: CME 75 HAMMER: Auto Hammer GROUNDWATER: '5j. 9.5 A TO I BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Auger to 10 Feet. Mud Rotary to Termination Depth ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" D 10 ZD ~o co $0 to 10 10 101 163.4 r- 0 . FILL: Firm Orangish-brown CLAY with some sand. 161.4 . (Cl) . 3..3~4 Firm Brown Sandy CLAY trace organics with roots. / (CL) 2-2~4 -5- 157.4 Firm Orang ish-brown CLAY with some sand. (CL) ~ 3-3-3 155.4 Loose Tan Fine to Medium SAND. (SP) :.: ;.: . I:---, ~ '5j. ....rx 3-3-2 -10- :::/:~ \ 151.4 ..... ALLUVIUM: Loose Brown Fine to Medium SAND with ..... some rocks. (SP) ':..::::"[X I I .... 3-4-4 148.4 -15 I Loose Tan Fine to Coarse SAND with some silt and I mica. (SP) .... . .' I : . . .. .:.:::........, ....X 3-4-3 143.4 t- 20 .... Firm Orangish-brown Fine to Coarse SAND. (SP) '0 .. 0.:':. ;:}: :....:rx . .' 6-5-6 .' .. ':. 138.4 t- 25 Firm Brown Silty Fine SAND with mica. (SP) . ".. .... ...... "0 .. N ...... ~ :....:. i<-: ..... 5-7-7 ..~ " '.' 133.4 r- 30 . .. ... Gravel. (GW) ~.i I I' Q C> ...... l~ c.. .. c: 0 . I <.> 129.9 c:: Rock Core From 33.5' to 37.5'. 5011" 0 IX lJ 0 ~35- SCHIST -. c.. Recovery = 48%, RQD= 48% NO C> 48 0 II 0 N 125.9 5 Boring Terminated at 37.5 feet. e 5 -40- <.> '" c:: ~ I 2 I 0 , I III I I I I I ." Q .0 '-.J PROFr,,-ry I I I I I I R E'M TEST BORING RECORD iCI!NCE! PROJECT: Raw Water Pump Station Upgrade. Project No. 10250 E!..EV~.TION. PROJECT LOCATION: Augusta, Georgia I JOB NO: U120D DRILLING METHOD: Mud Rotary GROUNDWATER: 'Sl 8.6 ATD RIG TYPE: CME 75 BORING STARTED: 3/1412002 Remarks: Auger to 10 Feet, Mud Rotary to Termination Depth G F.LEV. DEPTH (FT.) (FT.) t-O t-5- -10- -20 -25 t- 30 - . MATERIAL DESCRIPTION . FILL: Very Soft to Firm Mottled Red and Tan to Brown Clayey SILT. (MH) Loose Orangish-tan Clayey Fine SAND. (SC) ALLUVIUM: Loose Brown Medium to Coarse SAND. (SP) Loose Gray and Brown Medium to Coarse SAND with clay lumps. (SP) Loose Brown Silty Fine SAND with some pebbles. (SM) Loose Dark Brown Medium to Coarse SAND with small gravel. (SP) . Rock Core From 32' to 36'. SCHIST r- 35 _ Recovery = 48%. RQD = 83% Boring Terminated at 36 feet. .....40- BORING NO: B-33 REPORT NO: 19419 BORING COMPLETED. 3/14/2002 HAMMER: Auto Hammer I BORING DIAMETER (IN): 6 I SHEET 1 .L S R ~ ~ )< <--' t>(. '----' ..: x ~. f'/ .. . .. .::../'.'-X .':: ", .. . .t .... ....::. <- :.::'X ..' .. . . . .. .' . ....,....-, ..X ," 00. .. ':. :~'~:~'. :. .:. .. .::..~:;.,......,x . . ..... ...~: '--' ..... ~w.. ~ 48 II OF 1 STANDARD PENETRATION RESISTANCE (N) . 10 20 3D 40.511 ID 7llIOID1 ) ,\ l ~ ft ~ l BLOWS If!' 4-5.-3 3-3-5 1-0-1 3-5-4 3-2-3 2-4-4 3-2-2 2-3-3 I 'j t I I CS ff 9, I . I I I . I R E'M BORING NO: 8-34 SCIENCE! TEST BORING RECORD PROJECT: Raw Water Pump Station Upgrade. Project No.1 0250 PROJECT lOCATION: Augusta. Georgia I JOB NO: U1200 . REPORT NO: 19419 ;;:L::VL.TION. 162.1 BORING STARTED: 3/15/2002 BORING COM::>L!::TED: 2!15::002 DRILLING METHOD: Mud Rotary GROUNDWATER: 51- 6.0 ATD Remarks: Auger to 10 Feet, Mud Rotary to Termination Depth RIG TYPE: CME 75 HAMMER: Auto Hammer T BORING DIAMETER (IN): 6 SHEET 1 OF 1 i ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT,) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) f6" I g 10 20 2D co 51> 1IO 7D IO!IO,C I I 1621 -0 FILL: Loose Mottled Red and Gray Clayey SAND with 0 , I roots. (SC) ~[X \ 3-4-3 '0 ~.IX 3-4-5 I ~ 1-5- '/' '.>..- ~ ?-,dX 2-4-3 154.1 Firm Tan Fine SAND. (SW) , , I:--, I ':'1)< ~ 2-5-6 - 10- :':~ I . . J 150.1 . , I , ALLUVIUM: Loose Brown Medium to Coarse SAND I .... with pebbles. (SP) :.,'.:.l-- ..:.[X ~ 3-4-3 147.1 -15 .' I Firm Light Gray to White Silty Fine SAND with mica. ;. . \1 I . ' I (SM) . .- I '. " . , ' "IX " , 4-6-6 " : 142.1 - 20 Finn Brown and Dark Gray Silty Fine SAND with mica, " I (SM) . : " :tx 3-5-6 .- I 137.1 ~ 25 Firm Brown Silty Fine SAND with some mica, (SM) \~ . : N I ~ ::tx 6 - 7 - 10 .... 132,1 ~ 30 ~ PARTIALLY WEATHERED ROCK: Sampled as Very i'o-hJ C;; c: Hard Olive-brown SILT. (ML) to. :-..., l:: I 0 ".... C,) c: 128,1 Ix~1 " 10012" 0 Rock Core From 34' to 39', 0 .., f- 35 - SCHIST , I to. C> Recovery = 56%, ROO = 80% I 8 ~ ~ 56 ~ II II s 123,1 I C -40- Boring Terminated at 39 feet. C,) I ... l:: e 2 0 "" I I I C 3,,9, I . I I I I . I I I I I I I I I I I I R E'M BORING NO; 8-35 SC10NCEl TEST BORING RECORD. PROJECT: Raw Water Pump Station Upgrade, Project No.1 0250 JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta, Georgia EL:;VATION: 'i2f:.8 BORING STARTED: 3/2712002 BORING COMPLETED: 3/27/2002 . DRILLING METHOD: Hollow Stem Auger RIG TYPE: BK 51 HD HAMMER: Rope and Cathead GROUNDWATER: 5j.. 6.0 ATD .t: 4.0 delayed measurement BORING DIAMETER (IN): 6 I SHEET. 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) If;' o. '0 20 '0 ..0 50 10 70 101010 128.8 -0 I FILL: Firm Brown Silty SAND. (SM) . . >.~ ..[:g \ 5-4-9 .'.~ -Y . ~ ..,~ . . 4. - 6 - 10 ~ 123.8 f- 5 ALLUVIUM: Very Firm Tan and Brown Medium to . :.:.::::~ Coarse SAND with rock. (SP) . .". ....... 8 - 10 - ~ I--... 120.8 ....... ~r-.. 12 PARTIALLY WEATHERED ROCK: Sampled as Very r- 26 - 50/2' Hard GraYish.brown CLAY with rock. (CL) 118.8 -10 Boring Terminated at 10 feet. - I -15 - . -20- - -25- ~ ~ -30- .. c I C) Co I c:: 0 I u c: 0 0 ~35- ..., to. 0 ~ :; 0 c:: I :> I- 40 - u ~ c: t- z 2 I 0 1:1 I I C SPE9~ I I I I I I I R E". BORING NO: 8-36 5C.lENCf~ TEST BORING RECORD I I I I I I I I I I I PROJECT: Raw Water Pump Station Upgrade, Project No. 10250 I JOB NO: U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta. Georgia ::.LE\'.'!',I:)N; 129.7 BORING STARTED: 3/27/2002 BORING COMPL:TED: 3:27/2002 DRilLING MI:THOD: Hollow Stem Auger RIG TYPE: BK 51 HD HAMMER: Rope and Cathead GROUNDWATER: "Sl 5.0 ATD .!: 4.0 delayed measurement I BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Auger refusal at 8.5 feet, Offset 5 feet northeast. ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" . ttI 211 ~. 40 50 a n ....t 129.7 f- 0 I I I FilL: Firm Reddish-brown Silty SAND. (SM) . . I I . : ..~ "- Ii 4-5-10 . . . '--' 126.7 .Y. ALLUVIUM: Very Firm Brownish-gray Silty SAND with . . . ..--:; . . ..~ 10 -15 - ~ rocl<. (SM) . . 124.7 - 5 No Recovery .... ..... 13 tx t--r- :> 50/0" 121.7 '-"" 1--'1-" PA~nALL Y WEATHERED ROCK: Sampled as Very :..: ........... ;" V .... >< .. 6.- 20- 119.7 -10- i\pense Orangish-tan Fine to Mediull" SAND with rock.. .' . 34 SP} I Boring T emunated at 1 0 feet. '-15- - I f- 20 - I . ~25- N ~ ~ t- 30 - !;: I . . i3 , c.: c: c u 6 0 ~35- ... c. C c 0 N :; C c: c ~40- u I I.:: c: l.:) z E I 0 c:: I ..c 3"Q I I I I I I I I. I I I I I I I I I R E'" SClfNCfS BORING NO: 8-37 TEST BORING RECORD PROJECT; Raw Water Pump Station Upgrade, Project No. 10250 JOB NO; U1200 REPORT NO: 19419 PROJECT LOCATION: Augusta. Georgia ELEVATION: 129.9 BORING STARTED: 3/27/2002 BORING COMPLETED: 3/27/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE; BK 51 HD HAMMER; Rope and Cathead GROUNDWATER: 52- 3.5ATD .y 3.0 delayed measurement BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Auger Refusal at a feet, Offset 5 feet northwest ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) 16" 0 10 2D :sa 4lI so " 70 IDaD1 . . I 129.9 1-0 FILL: Very Hard Ught Gray Fine Sandy SILT. (ML) rx: .- 10 - 38 - I 126.9 ~ / 49 RESIDUUM: Very Dense Reddish-brown Clayey / SAND. (SC) I ./-' 37 - 25 - 124.9 1-5 - Stiff Brownish-gray Sandy CLAY with rock. (CL) ..~ ./ 29 ./ .::: I- 6-8-7 -- -- 121.9 - PARTIALLY WEATHERED ROCK: Sampled as Very ..........., -r-. ... ..;. rJ< 43 - 50/5' De'lse Dark Brown Fine to Coarse SAND with rock :..... ~ 119.9 -10- \am': oraanics. (SPl I Boring Terminated at 10 feet. I I. -15- I - I - - I- 20 - . I- 25 - ~ '? t- 30 - .. i ] : I i . r.' c- D. a u '" (5 0 '- 35 - ... c:. Cl 8 '" 5 :::l 6 -40- u IU c: <:) z tt: 0 I CD I' I I I I I I I I I I .1 I I I I I I I ) ~. ~,._.-. f--------w- ~s 1__ \{ \ \ __.--w- _----w---- _-..l-----w-- \ \ / / 58'RIW ...-- 24- PVC i i ! j I i I ,. i .1 /' ,/ /' / ,,/ ,,/ /' ,/ ,,/ /' \ / ,//' \. . '/'.. / ./ /' ,V /' 20' 0 ~-,d~ SCALE: 20' l.- 1"=20' 40' , RICHMOND COUNTY~ GEORGIA BOND' PROJECT NO~ 10250 GOODRICH ST.. RWPS IMPROVEMENTS CONTRACT I RAILROAD CROSSING PLAN llCAIEl I I I I I I I I I I I I I I I I I I I c s. r . a TESTING AND ENGINEERING COMPANY, INC. 1005 EMMET!" STREET, SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 PROJECT CSX Railroad BORING NO. LOCATION Augusta. Georqia DATE DEPTH .. FEET PENETRATION VALUE (N) VISUAL SOIL DESCRIPTION Very Stiff. Reddish-Brown Sandy Silty Clay 25@2' Firm, Reddish-Tan, Clayey Silty Sand 11 @4' 4@7' 'Very Loose, Readish-Brown Clayey Silty Sand 4@9' Firm to Very Stiff, Reddish-Tan Sand 6@14' 17@ 19' Firm, Reddish-Tan Silty Sand 19 @ 24' Firm to Very Firm, Brown and Tan Sand 20 @ 29' 26 @ 34' Auger refusal at 35.5 feet. N Value Is number of blows of 140 pound hammer requited to drive 2" split-tube sampler one foo~ after seated, B-1 (south side) October 9, 2007 ;. UNIFIED PERCENT CLASS. MOISTURE None WATER TABLE -. I. ! i : I' I' I I I I I I I I I I I I I I I I I. c s r a TESTING AND ENGINEERING COMPANY, INC. 1005 EMMETT STREET, SUlTEA AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737..()629 PROJECT CSX Railroad BORING NO. LOCATION Augusta. Georgia DATE DEPTH , FEET PENETRATION . VALUE (N) VISUAL SOIL DESCRIPTION ~, .; Ami, Gravel 14@2' Stiff, Reddish-Brown Sandy Silty Clay 12@4' 15 @ 7' 11 @9' 'Firm, Reddish-Tan Silty Sand 16 @ 14' 19 @ 19' Arm to Very Firm, Brown and Tan Sand 18 @ 24' 22 @29' 28@34' .(\uger refusal at 35.5 feet N Value Is number of blows of 140 pound hammer required to drive 2" spilt-tube sampler one foot after seated. B-2 (north side) October 9. 2007 UNIFIED PERCENT CLASS. MOISTURE . None WATER TABLE .~ . I I I I I I I I I I I I I I I I I I I it ~... ,../'./"" // /"'/ ~' ,. ; l ! . -tA.uiusta-Richmond County Raw Water Pumping Station - Augusta Canal NHI. District Boundary (150 feet from water) Archeological Site Boundary Scale .... o 200 feet Figure 6.2 Cu1tutal Resources Within the 14 0 acre (57 ha) Project Tract 54 I I SECTION T1 SITE WORK SCOPE: I The work covered by this specification consists of furnishing all labor, equipment, appliances, materials and supervision, and in performing all operations in .connection with clearing, grubbing, .excavation, filling, backfilling, grading the site, field layout, staking, and grade setting in strict accordance with this section of the specifications, the applicable drawings and terms and conditions of the Contract. I I APPLICABLE SPECIFICATIONS: I The current edition of the following specifications form a part of this specification: American Society for Testing Materials Designation: I D 1557 D 1556 D 2167 D 2922 Modified Proctor Sand cone method Rubber balloon method Nuclear methods for in place "Density". I Georgia Department of Transportation Specifications: I 814 881 Soil Base Materials Plastic Filter Fabric I GENERAL: I Operations shall be conducted in a manner that will provide for the safety of employees and others. Existing utility lines, paving or structures to remain shall be safeguarded and protected from damage, and supported if necessary. Prior to any work the Contractor shall obtain necessary permits for work in the area or shall ascertain that the permits have otherwise been obtained. See Special Conditions, Paragraph SC-9 for field layout, staking, and grade setting requirements. I I Classification of Excavation: All excavation in connection with site work will be considered unclassified common excavation. CLEARING: I I Clearing shall consist of the felling, clearing and satisfactory disposal of the trees and other vegetation on site together with the snags, brush and rubbish occurring within the property lines. GRUBBING: I I Grubbing shall consist of the removal and disposal of all stumps, roots larger than 1 1/2 inches in diameter to the depth specified, and matted roots from the areas to be grubbed. In the clear well and settling basin areas, stumps, roots, logs or other timber 1 1/2 inches and over in diameter, matted roots, and other debris not suitable for foundation purposes, shall be excavated and removed to a depth not less than 18 inches below any subgrade, shoulder or I 'ZEL, ENGINEERS , 0302-01 T01 Site Work A2.doc T1-1 I I I SECTION T1 SITE WORK I slope; and to a depth of 12 inches below finish grade in areas to be grassed. All depressions excavated below the original ground surface for or by the removal of stumps and roots, shall be refilled with suitable material and compacted to make the surface conform to the surrounding ground surface. Grubbing will not be required in areas other than those occupied by current, and proposed construction and graded and grassed areas. I SITE CONDITIONS: I Organic materials and loose sand or other unsuitable soil located at or below the level of footings, pavement or under structures, shall be removed and replaced with fill material compacted to 98% of ASTM 0-1557 (Modified Proctor). Fill and backfill material shall consist of suitable excavated material. Where necessary, the excavations shall be dewatered by well-pointing and the sides of the excavation shall be fully shored and braced. I I CANAL DIKE AND ENBANKMENT: I Reference to material for canal dike herein shall not be construed to indicate any substantial quantity of on site material for such use. All materials for canal dike shall meet the requirements stated hereinafter under CANAL DIKE. I Excavation for the canal dike includes the following: 1. Stripping for the foundation of canal dike embankment. I 2. Excavation below stripping for the foundation of the canal dike. I The alignment and excavation lines shown on the drawings are subject to such changes as may be found necessary by the Engineer to adapt the foundation excavation to the conditions disclosed by the excavation. I Accurate trimming of the slopes of the excavation will not be required, but the excavation shall conform as closely as practicable to the established lines and grades. I Stripping: The entire area to be occupied by the dike shall be stripped to rock. Unsuitable materials are to be removed and include debris;. topsoil; vegetation remaining after clearing and grubbing; and all other perishable and objectionable materials unsuitable for use in permanent construction and loose strippable rock. Topsoil shall be stockpiled for subsequent use on the slopes of the dike embankment. Stripping shall be extended to firm rock. I I Fill From On Site: Maximum finished side slopes shall be one and one half horizontal to one vertical. Topsoil shall be stockpiled for use on the embankment slopes covering the DIKE. Suitable material stripped from beneath the dike also may be utilized in the embankment construction on the sides of the DIKE. I I Foundation Preparation: The foundation for the canal dike shall be prepared by scarifying the weathered so that the surface materials of the foundation will be solid and will provide as satisfactory a bonding surface with the first layer of the earthfill as for the subsequent layers of the earthfill. I 'ZEL, ENGINEERS , 0302-01 T01 Site Work A2.doc Tl-2 I I I SECTION T1 SITE WORK I Immediately prior to placing the first layer of earthfill, all surfaces which the earthfill will rest upon or against shall be cleaned of all loose and objectionable materials by approved methods. Such surface shall have all water removed from depressions and shall be properly moistened and cleaned to obtain a suitable bond with the earthfill. No material shall be placed in any portion of the canal dike until the foundation has been suitably prepared and approved by the Engineer. I I Canal embankment material above and adjacent to the DIKE shall be a sand-clay mixture, or shall be clean inorganic soil. All suitable embankment material available on site from the excavation is acceptable. The material shall be placed in layers not exceeding 8" in loose thickness and then compacted to 90% dry density as measured by ASTM 0 1557, Modified Proctor or to the density required for soils supporting structures, concrete pavement, etc. I I Topsoil shall be applied to all areas to be grassed including all surfaces of the enbankment. (See Construction Methods.) Topsoil work shall not be performed when the soil is so wet that the tilth of the soil will be destroyed. Upon application of the topsoil, the compacted subgrade shall be scarified to a 2" depth for bonding the topsoil to the subsoil. The topsoil shall then be evenly spread over all areas, compacted and graded to a uniform thickness not less than 4", and the surface shall conform to the requirements of site grading. The vegetative cover shall then be applied. I I CLAY DIKE: I Suitable clay materials shall be obtained from off-site borrow pits and from on-site excavation where such excavated material prove to be satisfactory. The saturated vertical hydraulic conductivity of the clay material shall not exceed .035 inches per day (1 x 10-6 cm/sec)and such materials meeting the Unified Soil Classification of Type SC, CL or ML shall have a liquid limit and plasticity index which permits it to meet the permeability and density test requirements stated hereinafter under INSPECTION AND TESTS. I I Construction: The core dike shall consist of the required compacted thickness of impervious clay soils placed in layers and bonded to the subsoil by scarifying the top 3" and recompacting with the first layer of the dike. Each layer shall be placed in layers not exceeding eight (8") inches in loose thickness and then compacted with the moisture content controlled as necessary to obtain the required density. Compaction shall be accomplished by sheepsfoot roller, pneumatic tired rollers, smooth-drum vibratory rollers or other sui table heavy equipment approved by the Engineer. Each layer shall be compacted to not less than 90% of dry density as measured by ASTM 0-1557, Modified Proctor. I I I DISPOSAL OF CLEARED AND GRUBBED MATERIAL: I Merchantable Timber: All merchantable timber cut from the construction sites, or from the rights-of-way, shall become the property of the Contractor. I Burning or Removal From Site: All timber, wood and other refuse from the clearing removed from the site and properly disposed logs, stumps, roots, brush, rotten and grubbing operations shall be of by the Contractor. I 'ZEL, ENGINEERS , 0302-01 TOl Site Work A2.doc Tl-3 I I I SECTION Tl SITE WORK GRADING: I General: Site grading shall consist of excavating and placing all necessary materials outside the limits of the structure. Site grading shall be completed when all surfaces are in conformity with the contours as shown on the drawings, smooth, firm, containing the specified materials. Site grading shall also include all excavation, filling and compacting required for construction of temporary roads. I I Borrow Material shall be selected from excavated on-site materials to meet the requirements and conditions of the particular application for which it is to be used. The material shall consist of sand soils or sand-clay soils capable of being readily shaped and compacted to the required densities and shall be free of roots, trash and any other deleterious material. The material shall be obtained from on-site excavation as approved by the Engineer. Borrow material shall be stored as necessary, and shall be graded and maintained so that adequate and proper drainage and a neat appearance shall exist at all times. I I I Topsoil shall consist of a natural material that occurs in surface deposits of limited depth, and, in general, on elevated areas, it shall be composed of natural mixtures of clay and soil binder with sand. Topsoil shall contain not more than 25 percent of clay and shall be free of stones larger than 2 inches in diameter, roots, excessive vegetation, rubbish or other deleterious matter. The Engineer shall approve topsoil before being used on the work. Topsoil as described, shall be excavated from all areas to be disturbed, whether for structures, piping, site grading, or paving, and it shall be stored for later use. Stockpiled topsoil shall be placed to afford good drainage. I I Topsoil work shall not be performed when the soil is so wet that the tilth of the soil will be destroyed. I RIP RAP: I Designated areas shall be rip rapped for a minimum of 5 square yards each. Areas to receive riprap shall be covered with a woven plastic filter fabric and 4" size to 60 lbs. stone. The area to be covered shall be prepared to a relatively smooth condition free of obstructions, depressions and debris. The fabric shall be placed with the long dimension running up the slope, and overlapped a minimum of 1 foot at joints. Fabric shall be anchored in place with pins of a type recommended by the fabric manufacturer, placed not more than 3 inches from the centerline of the overlap. Fabric shall be placed loosely so as to give and avoid stretching or tearing during placement of rip rap. Fabric shall be protected from clogging due to clay, silt or other contaminants and shall be cushioned with sand of sufficient depth to protect the fabric during placement of rip rap. Stones shall be dropped not more than 3 feet during construction. Rip rap shall be placed to form a uniform surface not less than 8 inches thick, with a tolerance of plus 4 inches. I I I I Embankment: This item consists of placing in fills and embankments for roadways, and other site grading work, the materials removed from the various excavations and borrow pits, all as specified herein and in accordance with the appropriate lines, grades, sections, contours and dimensions. I I 'ZEL, ENGINEERS , 0302-01 T01 Site Work AZ.doc Tl-4 I I I SECTION T1 SITE WORK CRUSHED STONE SURFACE COURSE: I I The crushed stone surface course shall consist of crushed stone surfacing and a compacted base applied to the proofrolled subgrade. Upon completion of grading and proofrolling, 6" of the subgrade shall be compacted as a base for gravel drive and concrete pavement (see Section T3). The crushed stone surface course shall be installed over the base and shall consist of a 3 inch compacted thickness of Graded Aggregate Base (G.A.B.) as defined by GA DOT. I CONSTRUCTION METHODS: I General: During construction, embankments, fills and excavations shall be kept shaped and drained. Ditches and drains along the subgrade shall be maintained in such manner as to drain effectively at all times. Grading shall be done so that the surface of the ground will be properly sloped to prevent water from running into the excavations for structures or pipe lines; any water which accumulates in excavations shall be removed promptly. Excavated materials shall not be stockpiled within a distance from the edge of any excavation less than 1-1/2 times the depth of the excavation. Suitable material removed from excavation shall be used, where feasible, in the formation of embankments, fills, subgrades, shoulders, backfills, and site grading; excess material from excavation not required for such uses, or materials not suitable for such uses, shall be stockpiled. Any wetting, hauling, scarifying, mixing, shaping, rolling, tamping or other operation incidental to the following requirements, which, in the judgment of the Engineer, are necessary to obtain the specified results, shall be performed by the Contractor at no additional expense to the Owner. I I I I I Site Grading: Except as otherwise specified herein, all disturbed areas on the site shall be finished off to a uniformly smooth surface, free from abrupt, irregular surface changes. The degree of smoothness shall be that ordinarily obtainable from power grader operations. The finished surface shall not be more than 0.20 foot above or below the established grade. There shall be no roots, wasted building materials, trash or other unsightly matter projecting through or visible at the surface. I I Ditches shall be cut accurately to line, grade, and cross section. Any excessive ditch excavation shall be backfilled to grade with material approved by the Engineer, consisting of suitable excavated soil, borrow or stones. The requirements of paragraph "Site Grading" above, shall apply to ditches except as follows: The degree of smoothness shall be that usually obtainable with string line or hand raking methods; the finished surface of ditch slopes shall not be more than 0.10 foot above or below the appropriate elevations. I I Embankment: Sloping ground surface, steeper than one vertical to four horizontal, on which embankment or fill is to be placed, shall be plowed, stepped, or broken up in such manner that the embankment material will bond with the existing surface. Approved material, consisting of earth, sandy clay, sand and gravel, clay gravel, soft shale, or other granular material (not containing muck, trees, stumps, brush, matted roots or other clods of earth or stones) shall be placed in horizontal layers of loose material not more than 8 inches in depth. Each layer shall be spread uniformly and tamped and compacted to 85 percent of the density measured by Modified Proctor ASTM 01557. Tamping shall be accomplished by sheepsfoot rollers or mechanical hand tampers. Final I I I 'ZEL, ENGINEERS , 0302-01 T01 Site Work A2.doc Tl-5 I I I SECTION T1 SITE WORK I compaction may be by an approved power roller weighing not less than 10 tons, except where insufficient cover may cause damage to pipe. INSPECTION AND TESTS: I I The Contractor shall be responsible for the soil moisture density tests and for the in-place tests of filled and backfilled areas. Tests shall be performed by an independent laboratory approved by the Engineer and shall be performed in accordance with the following: (1) Laboratory Density Tests on soils shall conform to ASTM 01557 or AASHTO T180, METHOD A, and (2) Field Density Tests on soils shall accurately reflect in place density. Two Laboratory certified copies each of the moisture density tests and the in-place tests shall be forwarded promptly by the Laboratory to the Engineer. I I Tests for in-place density shall consist of 4 laboratory tests and 10 field density tests. The Owner will pay directly to the testing laboratory only for tests in excess of this number, except that where they are retests on materials that failed to meet the specifications, the retesting of rejected materials and reinstalled work shall be done at the Contractor's expense. I I The Engineer, at his discretion, may order tests and inspections to be performed during the progress of the work, or at the completion of any individual unit of the work, or at the time of final inspection of the entire project. Random spot checks of elevation and slopes shall be conducted by ordinary differential level and profile methods. Random spot-checks of topsoil thickness shall be conducted by cutting through the surface with a spade or mattock, and measuring the thickness of topsoil exposed. I FENCING: I I Permanent fencing is to be installed along all property lines. The property lines are to be cleared and grubbed, and the new fence installed. The area disturbed along the fence line shall be finish graded to match existing grades, and permanently grassed. GRASSING: I Areas disturbed by construction operations shall be grassed in accordance with the GRASSING SPECIFICATION. Areas to be grassed shall be planted, maintained, and shall utilize lime, fertilizer, proper and approved grass and mulch sufficient to produce a cover suitable to eliminate significant erosion. I MAINTENANCE: I Inspection of site work as it is completed shall not constitute final acceptance of the item. The Contractor shall maintain all items in such condition as to be ready for final inspection from the time of completion until the final acceptance of the entire project. I I I 'ZEL, ENGINEERS 0302-01 T01 Site Work A2.doc Tl-6 I I I SECTION T1 SITE WORK EROSION AND SEDIMENT CONTROL: I GENERAL: I Grading operations shall be conducted in a manner that will minimize the exposure of disturbed soil to wind and rain. The contractor shall make every effort to temporarily stabilize disturbed areas as soon as the desired grade is achieved, and shall sequence operations logically such that exposed areas are utilized for structures or permanently stabilized in a timely manner. All work shall be done in accordance with the latest edition of the "Manual for Erosion and Sediment Control in Georgia". Erosion control measures shall include, but not be limited to, the following: I I Temporary Silt Fencing shall be installed to inhibit the migration of silt from the construction area. Filter fabrics free of defects or flaws shall be installed against stable posts capable of supporting the weight of the intercepted soil. Collapsed or overwhelmed fence shall be promptly repaired or replaced. I I Filter Fabrics Materials shall be strong rot-proof synthetic fibers formed into a fabric of either the woven or non-woven type. Either type of fabric shall be free of any treatment or coating which might significantly alter its physical properties after installation. The fabric shall contain stabilizers and/or inhibitors to make the filaments resistant to deterioration resulting from exposure to sunlight or heat. The fabric shall be a pervious sheet of synthetic fibers oriented into a stable network so that the fibers retain their relative position with respect to each other under normal handling, installation, and service conditions. Edges of the fabric shall be finished to prevent the outer yarn from pulling away from the fabric. I I I I During all periods of shipment and storage, the fabric shall be wrapped in a heavy-duty protective covering which will protect the cloth from sunlight, mud, dust, dirt, and debris. The fabric shall not be exposed to temperatures greater than 140 degrees F. I The fabric shall meet the physical requirements called out in GA Dot Specification 881.05. I Filter Fabric Backing, where required, shall be woven wire and attached to the posts by wire, cord, staples, nails, or other acceptable means. The filter fabric shall be installed in such a manner that 6 to 8 inches of fabric is left at the bottom to be buried and a minimum overlap of 18 inches is provided at all splice joints. After the fabric is installed in a trench, the trench is then to be backfilled and compacted so that no flow can pass under the barrier. I The Wire Support Fence shall be at least 24" high and shall have at least 6 horizontal wires 4x4 W1.4xW1.4 or equal. I Posts for Type B silt fence shall be a minimum of 3 feet long and may be soft wood, oak or steel. Soft wood posts shall be at least 2" in dia. or 2" x 2" nominal oak posts shall be at least 1" thick and steel shall be at least 0.75 lb . / ft . I I 'ZEL, ENGINEERS 0302-01 T01 Site Work AZ.doc Tl-7 I I I SECTION T1 SITE WORK I Posts for Type C silt fence shall be a minimum of 4 feet and be made of steel at least 1.3 lb./ft. I Wire Staples/Fasteners shall be #17 gauge minimum and shall have a crown at least 3/4 inch wide and legs at least 1/2 inch long. Nails for fasteners shall be #14 gauge minimum, 1 inch long with 3/4 inch button heads. Fasteners shall be evenly spaced with at least 4 per post. I Straw Bale additional installed. anchored to Ditch Checks: To control erosion in waterways and restriction of silt migration, temporary ditch checks Standard rectangular mechanically produced straw bales 2x4x4'-Q" posts set 2.5' below grade. to provide shall be shall be I Removal of Temporary Soil Erosion and Sediment Control Measures: After permanent erosion control features of the work site are complete and ample grass is established, the temporary fences, ditch checks, etc. shall be removed. Silt that has collected shall be removed, or when appropriate, regraded, stabilized, and planted. I I RESTORATION OF PRIVATE PROPERTY: I The Contractor shall carefully restore all property defaced by operations or acts of any of his agents or employees. Such restoration shall include seeding, sodding, and transplanting of lawns, hedges or ornamental plantings, and the repair or replacement of other private facilities in such manner as to meet the approval of the Engineer and at no additional cost to the Owner. No structures or trees shall be removed without the consent of the property owner or until condemnation procedure, if necessary, has been completed. I I PAYMENT: I No separate payment will be made for protection of utilities, maintenance of usable driving surfaces, erosion and sediment containment measures and other work covered by this section of the specifications and all costs in connection therewith shall be included in the lump sum Bid for the completed work. I I I I I I 'ZEL, ENGINEERS 0302-01 TOl Site Work A2.doc Tl-8 I I I SECTION T2 EXCAVATION, FILLING AND BACKFILLING I SCOPE: I The work covered by this section of the specifications consists of furnishing all plant, labor, equipment, appliances, materials, layout staking and grade staking and supervision, and in performing all operations in connection with the excavation, filling and backfilling for structures and piping in strict accordance with this section of the specifications, the applicable drawings and terms and conditions of the Contract. I APPLICABLE SPECIFICATIONS: I The current edition of the following specifications form a part of this specification: I APPLICABLE SPECIFICATIONS: American Society for Testing Materials Designation: I C 33 D 1557 Specifications for Concrete Aggregates Modified Proctor I CLASSIFICATION OF EXCAVATION: ALL EXCAVATION SHALL BE UNCLASSIFIED. I EXCAVATION: I General: The excavation sqall conform to dimensions and elevations appropriate for the pipeline, roadway, or structure. Excavation shall be carried to the elevation necessary for firm support. The excavated surface beneath the structures and pavement shall be proofrolled in four passes using a minimum of 10 yards of material loaded on a pan excavator or equivalent. Any soft spots shall be filled and compacted to 95% ASTM D1557 (Modified Proctor). The resulting surface shall be brought back to appropriate grade with suitable fill from the excavated material and recompacted to 95% of the density measured by ASTM D1557. I I I Excavation for Walls and Footings shall extend a sufficient distance to allow for the placing and removal of forms, installation of services and for inspection, except where the concrete wall or footing may be authorized to be deposited directly against excavated surfaces. I Trench Excavation: Trenches shall be excavated true to line and grade. Trenches to receive pipe having a nominal diameter of 24 inches or less shall not be less than 12 inches wider nor more than 16 inches wider than the outside diameter of the pipe to be laid therein, so that a clear space of not less than 6 inches nor more than 8 inches in width is provided on each side of the pipe. I I The maximum width specified applies to the width at or below the level of the top of the pipe. The width of the trench above the pipe may be as wide as necessary to provide room for proper installation of the work. The Contractor sh~ll comply with the safety requirements of OSHA. 'ZEL, ENGINEERS T2-1 I 0302-01 T02 Illtcavation.doc I I I SECTION T2 EXCAVATION, FILLING AND BACKFILLING I Trenches for gravity lines shall be excavated below the pipe invert to provide space for the pipe bedding. Where good soil or rock is encountered in the trench bottom, the excavation shall be carried below the bottom of the pipe a distance of 4 inches or one-eighth the outside diameter of the pipe, whichever is greater. I I Where rock is encountered in the trench bottom, the excavation shall be carried below the bottom of the pipe a distance of 6 inches or one-eighth the outside diameter of the pipe, whichever is greater. Where, in the opinion of the Engineer, the natural trench bottom is soil which is incapable of satisfactorily supporting the pipe, such unsuitable soil shall be removed to the depth required as determined at the site. The trench bottom shall then be refilled with crushed stone, placed in 8 inch layers and compacted at optimum moisture content. Each layer shall be thoroughly tamped. The refill shall be brought to the proper elevation for the pipe. I I I Dewatering and Drainage of Excavated Areas: Grading in the vicinity of structures shall be controlled to prevent surface water from running into excavated areas. Dewatering by pumping or wellpointing from excavated areas shall be performed by the Contractor to provide a stable excavation and a firm pit or trench bottom. Dewatering shall incur no extra cost to the Owner. I All dewatering methods shall be subject to the approval of the Engineer as to capacity and effectiveness. Water removed from the excavated areas shall be conveyed in a proper manner to a suitable point of discharge where it will neither cause injury to public health, public or private property, the surface or use of streets by the public or work completed or in progress. I I Protection Against Flotation: To guard against the danger of flotation of empty or partially empty pipe due to a high water table, all dewatering operations shall be continued without interruption until such time as sufficient backfill has been placed over the top of the pipe to overcome the buoyancy effect of a completely empty pipe which is entirely submerged. I I Shoring and Protection of Excavations: Shoring shall be provided by the Contractor as necessary to protect life or property. All existing structures, streets, pipes, and foundations which are not to be removed or relocated shall be adequately protected or replaced by the Cont"ractor without cost to the Owner. The Contractor shall adequately protect the work under construction and the safety of his workmen in excavations by the use of suitable sheeting, shoring and bracing, or by sloping the banks in accordance with the angle of repose of the soil. I I The Contractor alone is responsible for any damage or injury resulting from his failure either to provide adequate protection from the excavation or to comply with OSHA requirements. I Excess Material: Excess material to be used for backfill or stored for later use shall be stockpiled. Excavated material shall be deposited a sufficient distance from the side of excavation walls to prevent excessive surcharge on the wall. Excess excavated material OR material not suitable for backfill or filling shall be disposed of by the Contractor off site, I I 0302-01 T02 IlXcllvation.doc T2-2 'ZEL, ENGINEERS I I I SECTION T2 EXCA~TION, FILLING AND BACKFILLING I graded and grassed as required by SECTION Tl SITE WORK, Paragraph, EROSION AND SEDIMENT CONTROL. Disposal of the excess material is the responsibility of the Contractor. I PIPE BEDDING FOR GRAVITY LINES: I When otherwise shown on the drawings, the pipe shall be bedded in compacted bedding material placed on the trench bottom. The bedding material shall be well-graded crushed stone or crushed gravel meeting the requir~ents of ASTM C-33, Gradation 67 (3/4 inches to No.4). The bedding shall have a minimum thickness beneath the bottom of the pipe of 4 inches or one-eighth of the outside diameter of the pipe, whichever is greater, and shall extend up the sides of the pipe 6" above the pipe for PVC pipe. Holes must be dug in the bedding for each bell or coupling so that the load is supported entirely by the pipe barrel, not the pipe bell or coupling. After each pipe has been placed in final position, bedding material shall be placed and compacted under the pipe haunches and on each side of the pipe to prevent lateral displacement. uShovel-slicing" of crushed stone bedding shall be done using a crow bar heavy enough to penetrate the bedding material. The pipe bedding shall be thoroughly compacted throughout its depth. I 1 I 'I FILL: I. Earth fill shall be placed in layers not to exceed B inches in thickness. Each layer shall be compacted at optimum moisture content in a manner approved by the Engineer. After compaction, the dry weight per cubic foot for each layer shall be as specified for backfilling. BACKFILLING: I I The Engineer shall be notified before backfilling in order that the work may be inspected before it is covered. After completion of the foundation footings, walls, or pipe work, and prior to backfilling, all forms shall be removed and the excavation shall be cleared of all trash and debris . Symmetrical backfill loading shall be maintained. Special care shall be taken to prevent any wedging action or eccentric loading upon or against a structure or pipe. Backfill shall be placed in horizontal layers ~ot in excess of 8 inch thickness, and shall have an optimum moisture content when compacted. After compaction, the dry weight per cubic foot for each layer shall be at least 90% of the maximum Laboratory Dry Weight per cubic foot, as determined by ASTM D1557, except that backfill under slabs, walls, footings, sidewalks and pavement shall be at least 98% of ASTM D1557. I I I FILL AND BACKFILL MATERIAL: I Material for fill and backfilling shall be selected from the. excavated material, and shall be free of trash, lumber, or other debris, roots and other organic, perishable or deleterious matter. I I 0302-01 T02 ~cavation.doc T2-3 'ZEL, ENGINEERS I I I SECTION T2 EXCAVATION, FILLING AND BACKFILLING I RIVER GRAVEL: I River gravel shall be clean, rounded stone in sizes from 1/2 inch to 3 inch diameter evenly graded. (A2) PAYMENT: I I No sepat&te payment shall be made for excaVation for ~tru6tures and pipeline trenches; backfill; pipe bedding; protection of utilities; maintenance of usable driving surfaces free from potholes; depressions and ruts; erosion control and sediment containment measures; and other work covered by this section of the specifications. Such work shall be considered as a subsidiary obligation of the Contractor in completing the work and all costs in connection therewith shall be included in the lump sum price for the completed work. I I I I I I I I I I I I 0302-01 T02 Excavation.doc T2-4 'ZEL, ENGINEERS I I I SCOPE: - I SECTION T3 CONCRETE The work covered by this specification consists of furnishing all plant, labor, equipment, appliances, and materials, and in performing all operations in connection with the installation of concrete work, complete, in strict accordance with this specification and the applicable drawings, and subject to the terms and conditions of the Contract. I APPLICABLE SPECIFICATIONS: I The current edition of the following specifications form a part of this specification: I American Society for Testing Materials Designation: I A 615 C 31 C 33 C 94 C 150 CI71 C 175 C 185 C 260 C 309 C 404 C 494 D 1752 I I I Deformed and Plain Billet-Steel Bars for Reinforcement Making and Curing Concrete Test Specimens in the Field Concrete Aggregates Ready-Mixed Concrete Portland Cement Sheet Materials for Curing Concrete Air Entraining Portland Cement Welded Steel Wire Fabric for Concrete Reinforcement Air Entraining Admixtures for Concrete Liquid Membrane-Forming Compounds for Curing Concrete Aggregates for Masonry Grout Chemical Admixtures for Concrete Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction I ACI 304 American Concrete Institute.Publications: I ACI 315 ACI 318 ACr 223 I Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete. Manual of Standard Practice for Detailing Reinforced Concrete Structures Building Code Requirement for Reinforced Concrete Standard Practice for the Use of Shrinkage - Compensating Concrete I CRSI Concrete Reinforcing Steel Institute: I MATERIALS: Plac~ng Reinforcing Bars I Cement: Portland Cement shall be Type I or Type III conforming to ASTM CISO, or it shall be Type lA or Type lIIA conforming to ASTM C175. Only one brand of cement shall be used for exposed concrete in any individual structure. I I 0302-01 T03 Concrete.doc T3-1 'ZEL, ENGINEERS I I I SECTION T3 CONCRETE I Fine aggregate shall consist of clean, hard natural sand, manufactured sand or a combination thereof, conforming to the requirements of ASTM C 33, Concrete Aggregates, and shall be graded from 3/8" to No. 100 sieve. I Coarse aggregate shall consist of crushed stone, gravel, or a combination thereof, conforming to the requirement of ASTM C 33, Concrete Aggregates, and shall be graded to meet the requirements of size number 467, 67 and 7, as appropriate. I Water shall be clean and free from oils, acids, salts, or other injurious substances. I Admixtures shall be used to provide entrained air. Other be used only with written approval of the Engineer. admixtures shall conform to ASTM C 260. Other admixtures ASTM C 494. Calcium chloride will .not be permitted. admixtures shall Air entr~ining shall conform to I Curing paper shall conform to specifications for Sheet Materials for Curing Concrete, ASTM C 171. I Reinforcing steel for concrete shall conform to A5TM A 615, Grade 60. All splices shall be lapped 40 diameters unless otherwise noted. Principal reinforcement shall be shifted to miss openings through concrete work. Where the resulting spacing exceeds three times the slab or wall thickness or 18", nominal minimum steel shall be detailed at the centerline of the opening and #5 corner bars shall be added in each layer of reinforcement. Reinforcement shall be placed in accordance with CRSI Manual "Placing Reinforcing Bars". I I Welded wire fabric shall conform to ASTM A 185. Splices shall be lapped one bar spacing plus 2 inches but not less than 8 inches. Fabrics from wire gauges 12 ga. and smaller shall be galvanized. I I ~ shall be of wood, metal, or other material approved by the Engineer. The Contractor shall furnish forms, structurally adequate for the imposed loads, that result in correctly aligned concrete. For exposed concrete surfaces, plywood forms, thoroughly braced and tied together with approved corrosion resistant devices, shall be used. Form ties shall be free of devices that will leave a hole or depression larger than 7/8" in diameter back of exposed surfaces of concrete, and such that when forms are removed, no metal shall be wi thin one inch of finished surface. Curved surfaces concealed below grade may be formed in planes up to 2'-0" wide. Holes left by form ties shall be grouted, and the surface left smooth and flush. Exposed corners of walks, and slabs shall be rounded. Exposed corners of formed concrete shall have a 3/4 inch chamfer unless otherwise noted. I I I . Slab forms to be left in place shall be 2H deep, 20 ga. stainless steel Type 304. Minimum I shall be 0.378 inches 4; minimum S shall be 0.326 inches 3 I Preformed expansion joint filler strips shall conform to ASTM D 1752. I I 0302-01 r03 Concrete.doc T3-2 'ZEL. ENGINEERS I I I SECTION T3 CONCRETE 1 Grout shall be a portland cement grout consisting of one part of cement, two and one-half parts of sand and the minimum quantity of water to make a workable mix. Cement shall confoDm to ASTM C1S0, Type I and sand shall confoDm to ASTM C404, Size 2. 1 Joint sealant shall be Sikaflex Polysulfide (411 or 412) as manufac~ured by Sika Chemical Corp., or the comparable products of W. R. Meadows, Inc., W. R. Grace, or Williams Equipment Co. I Expansive waterstop shall be Synkoflex R-102 as manufactured by Volclay, or approved equal. I Storage of Materials: Cement and aggregates shall be stored in such a manner as to prevent deterioration or intrusion of foreign matter. Steel reinforcing shall be stored on supports that will keep the steel from contact with the ground and in such a manner as to be protected from rusting, oil, grease, and distortion. Store metal forms off the ground; pitch to shed water and cover with waterproof material. I .1 CONCRETE QUALITY:. I All concrete shall be classified by the 28-day compressive strength, f' C. The design slump shall not exceed 4 inches; the air content shall be S% + 1%. The water cement ratio shall not exceed 6 gal/SK for 4,000 psi concrete. The concrete shall be a workable mixture free from segregation and bleeding. Ready-mix concrete shall confoDm to ASTM C 94. Job mixed concrete shall be mixed with a standard type of batch mixer equipped with adequate facilities for accurate weight measurement and control of each material entering the mixer. A retarding admixture approved by the Engineer shall be used when the air temperature is 800F or above. Care shall be taken that the mixing water shall be cold for all concrete mixed in hot weather; in hot weather, materials shall be cooled such that concrete delivered to the project shall not have a temperature higher than 750F, or a mix designed utilizing a superplasticizer shall be used for temperatures up to 870F. In cold weather, fresh concrete shall be protected from freezing. I I I All concrete not otherwise designated shall be 4,000 psi concrete. I Curbs, gutters and ditch paving may be 3,000 psi concrete. I Concrete for hydraulic structures shall be shrinkage compensating, Concrete Type G or Tyupe K in accordance with ACI 223. Reaction blocking, fill concrete, and pipe encasement may be 2,000 psi concrete. 1 CONCRETE PAVEMENT: I Concrete roadway pavement shall confoDm to all requirements including materials, quality, workmanship, finish, cleaning and testing as specified in this section of the specifications. The 28-day compressive strength of pavement along the roadway shall be 4,000 psi. Pavement shall be un- I r I 0302-01 T03 Concrete.doc T3-3 'ZEL. ENGINEERS I. I I SECTION T3 CONCRETE I reinforced consisting of a compacted sub-base, 6" graded aggregate base, and 6" concrete pavement, unless otherwise noted. (A2) SIDEWALK AND PAVEMENT JOINTS: I Sidewalk contraction joints at 5'-0" spacing may be formed l/S" by 1" deep with a jointing tool or may be saw cut. Pavement joints 1-1/2" deep at 12'- 0" spacing shall be saw cut promptly after casting. I EMBEDDED ITEMS: I All embedded items included in an area shall be installed before concrete placement begins. Unless otherwise noted, all embedments shall be stainless steel. Full cooperation shall be given other trades to install embedded items. Suitable templates or instructions, or both, shall be provided for setting items not placed in the forms. Embedded items shall have been installed and inspected and tests for concrete shall have been completed and approved by the Engineer before concrete is placed. No "boxing out" or "cutting" will be permitted unless indicated on plans or ordered in writing by the Engineer. I I I Wall pipes, sleeves, anchor bolts, and similar items shall be accurately placed and firmly secured before concrete placement begins. Ferrous metal embedded items shall be galvanized after fabrication. I Waters tops shall be installed where indicated on the plans and in all other joints subject to hydrostatic head. Waterstops shall be firmly attached to the outside layer of reinforcing steel and shall be installed complete before concreting is started. I Steel dams shall be S" x 3/16" steel plate and at splices, or joints shall be welded or lapped and bolted for continuity. I I PV dams shall be 9" x 3/16" sealtight polyvinyl waterstops having a hollow center bulb as manufactured by W.R. Meadows, Inc. Splices- or joints in PV dams shall be fully bonded and watertight butt joints made in conformance with the recommendations of the manufacturer. Two sample splices of each plastic material used shall be submitted for approval before proceeding with concrete work. I Stud anchors shall be CHEM stud Anchors suitable for installation in drilled holes in concrete. The anchors shall be as manufactured by the Rawlplug Company or shall be a comparable product. I Wall pipes shall be ductile iron pipe, .except where uotherwise indicated on the plans, of appropriate size and shall be provided for all pipes passing through concrete walls. Where chemical lines are to pass through a wall pipe in a concrete wall, the appropriate link seal shall be used. I SHOP DRAWINGS: I Six sets of shop drawings and information as required by this section of the specifications which have been checked by the Contractor for dimensions and I 0302-01 T03 Concrete.doc T3-4 'ZEL, ENGINEERS I I I SECTION T3 CONCRETE I conformance to the plans and specifications shall be.submitted for approval. Two copies of checked information will be returned' to the Contractor. I Shop drawings of reinforcing steel shall show steel for slabs in plan and steel for walls in elevation and shall show sufficient detail for ease of checking. Each typical line of reinforcing shall be shown, including laps, and special conditions requiring the shifting of bars shall be individually detailed. Bar lists and bending diagrams shall be submitted as part of the reinforcing steel shop drawings and shall be adequately cross referenced to the drawings. Fabrication of reinforcing steel shall not commence prior to approval of the shop drawings by the Engineer. I I Shop drawings for metal forms shall show the layout, framing and supports, with unit dimensions and sections, type and location of welds, and details of all required accessories. Include printed literature on Manufacturer's recommended installation instructions. I Placement drawings of all concrete floor and roof slabs showing openings for sleeves, ducts,' conduit, chases, etc., which conform to the equipment, piping, passage ways, etc., being utilized for the project shall be prepared by the Contractor and submitted to the Engineer for approval. Placement of concrete for slabs shall not commence until the drawings are approved by the Engineer. I I Design mixes for each class of concrete required shall be submitted for approval. Con'crete proportions, including water-cement ratio, shall be establi.shed in accordance with ACI 318-89, Chapter 5, Paragraph 5.3 - Proportioning on the 'Basis of Field Expe~ience or Paragraph 5.4 Proportioning by Water Cement Ratio. Once the mixture for the concrete has been .designed, tested, and accepted by the Engineer, the exact mixture proportions shall be used throughout the .subsequent casting operations. Submit six copies of each design mix and each aggregate gradation for approval. I I I WORKMANSHIP: I Placing: Concrete shall not be cast without approval of the Resident Project Representative prior to ordering concrete. In accordance with the recommendations of ~Guide for Consolidation of Concrete", ACI Committee 309, concrete shall be placed in the foDmS and mechanically vibrated to produce concrete without segregation or honeycomb. Slabs and beam stems shall be placed in one operation. Concrete shall be placed continuously between construction joints. Each batch shall be placed into the edge of previously placed concrete to avoid stone pockets and segregation. If there is a delay in placement, the concrete placed after the delay shall be thoroughly spaded and consolidated by mechanical vibration. During the casting of wall sections not less than two mechanical vibrators shall be operated continuously for each casting location. The concrete shall not be freely dropped more than 6 feet, nor moved horizontally more than 5 feet, after being deposited. The Contractor shall provide sufficient "windows", chutes or other means or methods of aepositing the concrete to comply with 'these requirements. The concrete shall be brought to correct level with a straight edge and struck off. Bullfloats shall be used to smooth the surface of slabs. Power floating of the slabs shall begin when the water 'ZEL. ENGINEERS, T3-5 I I I I I 0302-01 T03 Conc~~te.doc I I I SECTION T3 CONCRETE I sheen has disappeared, and/or the mix has stiffened sufficiently that the weight of a man standing on it leaves only a slight imprint on the surface. I Reinforcing bars shall be free from scale, oil, and structural defects. The system of holding the bars in place shall insure that all steel in the top layer will support the weight of the workman without displacement and be placed in accordance with ACI Codes 318 and 315. Reinforcement in slabs on grade shall be supported on stable concrete supports. All reinforcing steel within the limits of a day's pour shall be in place and firmly wired before concrete placement starts. I I Construction joints shall be formed at the locations shown on the plans, unless specifically approved by the Engineer. Joints which must. be formed in other locations shall be waters topped where appropriate, shall be adequately keyed and doweled, and shall be formed along either a horizontal or a vertical line. I Curing and protection: All freshly cast concrete shall be protected from the damaging effects of the elements - freezing, rapid drop in temperature, and loss of moisture, and from future construction operations. The Contractor shall maintain the concrete temperature above 500F for the first 10 days after placing. All concrete shall be cured by flooding with clean water or by keeping forms and other protecting material wet with clean water for a minimum of 10 days. All surfaces neither protected by forms nor covered with water for the entire 10 day period shall be kept wet and covered with curing paper meeting the requirements of the specification for sheet materials for Curing Concrete, ASTM C 171. If a floor is left uncovered during the curing period, a film of water shall be clearly visible at all times on the entire surface of the slab. I I I I Membrane curing compound may be used in lieu of water curing on concrete surfaces where slopes prohibit water curing and which will not be covered later with topping, mortar, or additional concrete. Membrane curing compound shall be spray applied at a coverage of not more than 300 square feet per gallon. Unformed surfaces shall be covered with curing compound within 30 minutes after final finishing. If forms are removed before the end of the specified curing period, curing compound shall be immediately applied to the formed surfaces before they dry out. Curing compound shall be suitably protected from abrasion during the curing period. I I I Removal of Forms: The forms shall not be removed until the concrete has attained sufficient strength to prevent cracking or other injury, but in no case less than 75% of its design strength. When forms are removed, the Contractor shall place adequate reshores to prevent injury to the concrete by construction loads. The sole responsibility for safe practice in this regard shall be the Contractor's. I CONCRETE FINISHES: I Rough or Form Board Finish: All concrete wall surfaces which are not exposed to view may be given this finish. This finish has, as a prerequisite, a thoroughly vibrated concrete which will give a surface smooth, free from air pockets, water pockets, sand streaks, or honeycomb. After the removal of the forms, all fins shall be cut off; all holes, 'ZELI ENGINEERS 0302-01 T03 Concrete.dOc T3-6 I I I I I SECTION T3 CONCRETE I depressions, and rough spots shall be carefully pointed up with mortar having the same proportions of cement and sand as used in the concrete being treated. The surface film of all pointed surfaces shall be carefu;Lly removed before setting occurs, otherwise, surfaces shall be left with the texture imparted by the forms. I I I Rubbed Finish: Walls, beam, sill, and under slab surfaces which are exposed to view shall have a rubbed finish. As soon as the rough surface finish has set sufficiently, the entire surface shall be wet with a brush and rubbed with a No. 16 Carborundum stone, to bring the surface to a paste. The rubbing shall be continued sufficiently to remove all form marks . and projections, and to produce a smooth dense surface without pits or irregularities. The material which is ground to a paste, in the above process, shall be carefully spread or brushed uniformly over the entire surface and allowed to take a "re-set". The final finish shall be obtained by a thorough rubbing with a No. 30 Carbo~undum stone. This rubbing shall continue until the entire surface is of smooth texture and uniform in color. The surfaces shall be stripped evenly with a brush so as to remove excess paste, and the surface left smooth with only enough paste remaining to obtain a uniform color. I I Float Finish: The surface of all concrete slabs shall, unless otherwise hereinafter specified, be given a float finish. The structural slab shall be brought to the established grade by screeding. The surface shall be tested for irregularities with a straightedge. Irregularities shall be eliminated and the entire surface finished with a wooden hand. float or finishing machine. Finish shall be a true plane within a tolerance of 1/4 inch in 10 feet measured in any direction. I I Broom Finish: Surfaces of the roof slab, and exterior walkways or platfor:ms shall be given a broom finish. A smooth, true and uniform surface is a prerequisite for this finish. When the progress of the set provides the proper consistency, the surface shall be raked with a broom to give parallel transverse lines in the surface, and to give a uniform texture. I I I Standard Trowel Finish: All interior floors shall be trowel finished. Both power and hand troweling shall be required. Power troweling shall begin as Soon as little or no cement paste clings to the blade. Troweling shall be continued until the surface is dense, smooth, and free of all minor blemishes, such as trowel marks. Hand troweling shall be required to remove slight imperfections left by the troweling machine and to bring the surface to a dense smooth finish. Sprinkling of dry cement or a mixture of dry cement and sand on the surface of the fresh concrete shall not be permitted. I I SAMPLES AND TESTS: I The Contractor shall be responsible for the concrete mix designs, test cylinders for proving the mix designs, tests for the aggregate gradation and quality, for molding test cylinders during the progress of the job, delivering the cylinders for testing to the laboratory, testing for slump and air content, and for conducting load tests, if required. The Owner will pay directly for any excess 28 day tests of the concrete cylinders molded during the progress of the work. Tests made at the age of 7 days will be at the Contractor's expense. Before proceeding with the mix design, the 'ZEL. ENGINEERS 0302-01 T03 Concrete.doc T3-7 I I I I I SECTION T3 CONCRETE I Contractor shall obtain approval by the Engineer of the testing laboratory. Tests not specifically indicated to be done at the Owner's expense, including the retesting of rejected materials and installed work, shall be done at the Contractor's expense. I Cylinders: Make one strength test per 50 yards of each class of concrete placed but not less than one for each days pour. Mold and cure three cylinders for each strength test in accordance with ASTM C 31. Test two cylinders after 28 days for acceptance in accordance with ASTM C 39; test the third cylinder only where either of the tests of the two cylinders is irregular or unacceptable. Additional cylinders must be molded if 7 day test is made at contractor's option. I I ~: Tests for slump shall be perfor.med at the job site on all concrete immediately prior to placing in accordance with the Test for Slump of Portland Cement Concrete, ASTM C 143. If the slump varies from that of the .design mix by more than that permitted by ASTM C 94, the concrete shall be rejected. In no case shall the maximum specified water cement ratio of the approved mix design be exceeded.' I I Air Content: One test for air content shall be made for each strength test. This test shall be made on a concrete sample that has been removed when consolidation of the concrete in the forms has been completed and shall be in accordance with the Test for Air Content of Freshly Mixed Concrete by the Volumetric Method, ASTM C 173. I I Load Test: If there exists any evidence of of specifications, or likelihood of concrete may be required in accordance with ACI 318. direction of the Engineer. faulty wor~anship, violations having been frozen, load tests These tests shall be under the I OPENINGS IN EXISTING STRUCTURES: I All openings shall be scored and broken out a minimum of 6" beyond the intended finished opening. Existing reinforcing shall be kept uncut a sufficient distance to allow for lap splicing if required. Otherwise, the reinforcing shall be kept uncut a distance of 2" from the final finished face. Concrete shall then be cast around the openings and finished in accordance with the concrete specifications. I I CONCRETE REPAIRS: I Correction of Deficiencies: The Contractor shall be responsible for correction of concrete work which does not conform to the specified requirements, including strength, honeycomb, spalls, cracks, chips, holes, fins, tolerances and finishes. Where shrinkage cracks occur in slabs, walls, etc., the cracks shall be pressure grouted with epoxy grout to restore the concrete strength and eliminate leaks. I HYDROSTATIC TESTING: I At such time as water is available, all basins, tanks, flumes, and sumps, included within the project shall be given a hydrostatic test by filling with water. The work shall not be acceptable if there is visible leakage or 'ZEL. ENGINEERS, 0302-01 T03 Concrete.doe T3-8 I I I I SECTION T3 CONCRETE I if the drop in water level is 1/2H or more in any 24-hour period. This maximum permissible drop in water level shall include evaporation, leakage, absorption and all other losses. Failure to meet this test shall be cause for rejection of that portion of the work. Any remedial measures used to meet the test requirement must be approved in writing by the Engineer before incorporation into the work. I PAYMENT: I No separate payment will be made for any of the work covered by this section of the specifications. All costs in connection therewith shall be included in the lump sum Bid for the completed work. I I I I I I I I I I I I T3-9 'ZEL. ENGINEERS I 0302-01 T03 Conc~ete.doc --. I I I SECTION T4 MASONRY SCOPE: I The work covered by this section of the specifications consists in furnishing all labor, materials and equipment, and in performing all, operations in connection with the installation of all masonry items as hereinafter designated, complete, and in strict accordance with this specification and the applicable drawings, and subject to the terms and conditions of the Contract. I I APPLICABLE SPECIFICATIONS: I All masonry shall be of standard sizes and shall conform to the current edition of the following specifications and any specifications noted on the drawings. . I American Society for Testing Materials Designation: C 90 Load Bearing Concrete Block C 91 Masonry Cement C 141 Hydraulic Hydrated Lime for Structural Purposes C 144 Aggregate for Masonry Mortar C 150 Portland Cement I I MATERIALS: Water shall be clean and free from oil, acids~ salt, or injurious substances. I Portland cement shall conform to ASTM C 150, Type I. It shall be a standard product, the name of which shall be submitted to the Engineer for approval. I Masonry cement shall conform to ASTM C 91, and shall be a standard product approved by the Engineer. I Hydrated lime shall conform to ASTM C 141. Aggregate for masonry mortar shall conform to ASTM C 144. I Face Brick: Face brick, a cast stone cap and accent strips shall be used where indicated or otherwise shown on the drawings. Face brick shall be select, sound,. whole, new clay or shale, conforming to ASTM C216, Grade SW, Type FBS. Brick shall be Boral Brick type L200/232 modular size or approved equal with a reddish toned mortar. Brick color shall be orange/red with.a slightly distressed finish to match existing structures. A 24" x IS" sample panel shall be submitted for final approval prior to use. I I Cast Stone: Shall be manufactured of portland cement and aggregate to produce a color and finish to match the cast stone on the existing structures. All cast stone shall develop a compressive strength of 4000 psi at 28 days, with a maximum absorption of B%. Cast stone shall be the product of Cut Art stone Company of Savannah Ga, Columbia Concrete Company of Columbia, SC, or approved equal. After cast stone has been set, stone shall 'ZEL. ENGINEERS I I I 0302-01 1'04 Masonry.doc T4-1 I I I SECTION T4 MASONRY I be thoroughly cleaned using clear water and fiber brushes. No acids or prepared cleaners will be used without prior the approval of the manufacturer. When all stone has been cleaned and pointed, one coat of ChemStop waterproofing or approved equal shall be applied. I Shop and setting drawings will be prepared for approval showing joining, fabrication details, setting details, and location of pieces. Each stone will be identified with a setting number. Manufacturer shall submit samples s for selection of color, texture, and finish. Stone cap shall be coordinated with ornamental fencing. I I Masonry wall anchors shall be provided at the intersection of abutting walls, and at 2'0" horizontal and 16" vertical spacing. Anchors shall be 1- 1/2" x 14 gauge corrugated stainless steel anchors with slotted or dovetail reglets cast vertically in the concrete wall. I Mortar: Aggregate and other materials for masonry mortar shall conform to applicable specifications listed above. Mortar mixtures shall be Portland Cement mortar and shall contain the following proportions by volume, measured loose: I I Type Portland Masonry Hydrated Lime or Aggregate Measured in Cement Cement Lime Putty Damp Loose Condition 1 None 1/4 M Not less than 2-1/4 1 1 None and not more than 3 times the sum of the 1 None 1/4 - 1/2 volumes of cement and S lime used 1/2 1 None I I I I Board Type Insulation: shall be 1" or 2" as shown on the drawings, cellular polystyrene conforming to ASTM C578 installed on the inner wythe side of the cavity. It shall be cut to fit neatly around adjoining surfaces, applied in moderate contact with adjoining units, and supported by the masonry reinforcement. I Wall Flashing: shall be 3 ounce copper armored Sisalkraft installed over heads and under sills of all openings in exterior masonry walls, including windows, doors, and louvers, and shall be installed at each line of floor construction. Flashing at floors or roofs shall be made continuous. Joints in continuous flashing shall be lapped at least 4 inches and tightly sealed with mastic. Wall flashing shall carry upward across the cavity at an angle and through the next higher joint of the inner block wall where it shall bend back on itself 1/2 inch. Flashing over or under openings that are discontinuous shall have the ends turned up to form a pan. I I I 'ZEL, ENGINEERS, I 0302-01 TOt Masonry.doc T4-2 I I I SECTION T4 MASONRY I Weep Holes: shall be located at 24" o.c. horizontally in the exterior wythe of cavity walls directly above all foundations, flashing, or other water stops in the wall. The holes may be for.med by placing 3/8" round fiberglass or similar cord in the mortar then withdrawing the cord after the wall is completed. Weep holes shall be kept free of obstructions. I WORKMANSHIP: I I Brick and cast stone shall be laid in running bond. Only experienced masons shall be employed. Masonry shall be laid plumb and true with full bed joints, buttered with sufficient mortar to fill end joints, and all units shoved in place. Where cutting of exposed masonry is necessary, the cuts shall be made with a motor driven masonry saw. No masonry shall be laid when the temperature is below 450 unless it is rising and at no time when it is below 40oF. The top of exposed walls shall be protected by waterproof material when work is not .in progress. The walls shall be solid and without voids in the joints. Brick shall be cleaned of excess mortar and any other materials at the end of each day's work. I I Joints: Both interior and exterior joints shall be tooled with a concave j ointing tool; vertical joints shall be tooled before horizontal joints. Tooling and trowelling shall compact the setting mortar and for.m a continuous contact with the block. All holes and cavities shall be filled with mortar before tooling. I I Pointing and Cleaning: When the work is completed, all holes or defective mortar joints in exposed masonry shall be pointed, or where necessary, cut out and repointed. All exposed masonry shall be thoroughly cleaned. If stiff brushes and water do not suffice, the surface shall be thoroughly cleaned by procedures utilizing a mild acid application followed by full rinsing. If so cleaned, all sash, frames, or metal lintels shall be completely protected. I I Types of Mortar: Mortar shall be type M or S mortar. I Sample Panels: Provide sample brick wall panel approximately 4' long by 3' high showing workmanship, bond, thickness, tooling of joints, and color range of brick and mortar. Approval of the Engineer shall be required prior to construction of any walls. Lay sample panel as a unit to show composite construction and anchorage. Finish work shall match sample. Panel to remain in place through completion of the work. I I PAYMENT: I No separate payment will be made for any of the work covered by this section of th~ specifications. All costs in connection therewith shall be included in the lump sum Bid for the completed work. I 'ZEL, ENGINEERS I 0302-01 T04 Masonry.doe T4-3 I I I SECTION T5 STRUCTURAL STEEL & MISCELLANEOUS METAL I SCOPE: I The work covered by this section of the specifications consists of furnishing all labor, materials, equipment and services' necessary for or reasonably incidental to the furnishing and erection of all structural metalwork, beams, ladders, angle frames, hatches, bearing plates, anchors, anchor bolts, railing, and all oth~rmiscellaneous metal items to fully complete the structures in strict' accordance with this section of the specifications and the applicable plans and subject to the terms and conditions of the Contract. For ladders and grating, use stainless steel unless otherwise specified or called out in the drawings, or unless otherwise detailed. (A2) I I APPLICABLE SPECIFICATIONS: I The current edition of the following specifications and any specifications shown on the drawings fo-rm a part of-this specification: I American Institute of Steel Construction: Specification for Structural Steel Buildings - Allowable Stress Design and Plastic Design (Ninth Edition, 1989) AISC: "Code of Standard Practice for Steel Buildings and Bridges" . I I American Society for Testing Materials Designations: A-36, Structural Steel A-193, Stainless Steel Bolting Materials A-30?, Unfinished Bolts A-325, High Strength Bolts A-386, Hot Dip Galvanizing A-241, Aluminum Alloy Seamless Pipe B-308, Aluminum Alloy 6061-T6 Std. Shapes I I American Iron and Steel Institute: AISI 304, 309 and 316: "Austenit:tc-Stainless'.Steels" I American Welding Society: ", 01.1, Structural Welding Code A 5.4, Stainless Steel. I SUBMITTALS: I Shop Drawings: Fabrication of structural steel, metalwork, brackets hatches, ladders, frames, and handrails shall not commence prior to approval of shop drawings by the Engineer. Six sets of shop drawings which have been checked by the Contractor for dimensions and conformance to the plans and specifications shall be submitted for approval. Shop drawings shall include complete details and schedules for fabrication for shop assembly of members, and details, schedules, procedures and diagrams showing the sequence of erection. I I I 0302-01 T05 Structural Steel, Mbcellaneous Metal.doc T5-1 'ZEL, ENGINEERS I I SECTION T5 STRUCTURAL STEEL & MISCELLANEOUS METAL I I PRODUCT DELIVERY, STORAGE AND HANDLING: I Material Storage: Protect steel members and packaged materials from corrosion and deterioration. Welding electrodes shall be delivered in unbroken packages and stored when opened in a closed, dry heated box. Do not store materials on the structures in a manner that might cause distortion or damage to the members or the supporting structures. Repair or replace damaged materials or structures as directed. I MATERIALS, EXCEPT STAINLESS STEEL: I Structural Steel: Except as otherwise indicated, structural steel shall be Fy 36, ASTM A-36. I Aluminum pipe shall be Fy 35, ASTM B-241. Aluminum shapes shall be Fy 35, ASTM B-308. I Unless otherwise specified, stairs shall be open riser construction having CI0 X 15.3 steel stringers and 1-1/4" grated steel treads, with abrasive nosings. The stair shall be not less than 2' -8" clear between channels.. Post supports of 3" diameter schedule 40 pipe shall be provided near each landing; posts shall be anchored near the top of 2" pipe struts to the adjacent concrete wall, unless otherwise detailed. I I Lintels supporting 4" brick facing shall consist of one angle for the 4 inch width and shall be of the following size unless otherwise detailed. I Opening Angle Size Up to 4'-0" 4 x 3-1/2 x 5/16 Up to 6'-6" 5 x 3-1/2 x 3/8 Up to 9' - 0" 6 x 3-1/2 x 5/16 I I Raised pattern floor plate (Chkd. PI.) shall be aluminum with a 1/4" base thickness and shall be 6061 - T6 aluminum. I Grating shall be standard style Stainless Steel welded rectangular grating with 1 x 3/16" bearing bars @ 1-3/16" O.C. and 1/2" cross bars @ 4" O.C. unless otherwise shown on the drawings. The grating shall be fully banded and distortion corrected to provide good seating in the frame. Frames shall be fabricated of 2 x 2 x 3/16 angle and 1 x 3/13" upright for the grating seat. Strap anchors shall be spaced @ 1'0" maximum. I Hatchways unless otherwise indicated shall be Bilco, Style KD, double leaf or K, single leaf aluminum access way or shall be the comparable product of Badcock-Davis, Waco or approved equal. Unless otherwise noted, hatches shall have 1/4" patterned plate designed for 300 #/S.F., stainless steel hardware inClUding hold open arms, drop handles, and latches with removable handles. The frame shall be 1/4" extruded or cast aluminwn fitted with suitable anchors into the concrete deck. I I I 0302-01 T05 Structural Steel, Miscellaneous Metal.doc T5-2 'ZEL. ENGINEERS I I I SECTION T5 STRUCTURAL STEEL & MISCELLANEOUS METAL I Pipe Railing: Pipe shall be aluminum and shall conform to ASTM B-241, 5086 HIll, Fy = 21,000 psi, or better. Handrails shall be 1.9 inch 0.0. @ 0.94 lbs./ft. and the posts shall be 1.9 inch 0.0. @ 1.26 lbs./ft. spaced @ 7'-6" O~C. max. Finish shall be 204-Rl Natural Anodized having a minimum coating thickness of 0.4 mils. I I Aluminum Ladders: Ladders shall have 2-1/2" x 1/2" stringers with 15/16" square non-slip rungs spaced at 1'-0" on center maximum. Ladders shall be aluminum, alloy 6061-T6, FY35 K.S.I. All necessary anchor bolts will be stainless steel and furnished with ladder. All material will have a standard mill finish. The portion of the ladder in contact with concrete shall have a heavy shop coat of bituminous paint. I I Stainless Steel Ladders: Stainless steel ladders shall have 2 1/2" x 3/8" stringers spaced @ 1'-6" O.c. with 1" diameter steel rungs at 1'-0" o.c. Ladders shall be anchored to the wall with 1/4" bent plate anchors which provide 7" or more from the wall to the rungs. Steel ladders shall be commercial blasted and painted as appropriate for the location. I Unfinished Threaded Fasteners: ASTM A-307, Grade A, regular low-carbon steel bolts and nuts with hexagonal heads and nuts; ASTM A193 for stainless steel. I Electrodes for Welding: For carbon steel cqnform to AWS Code A-S.1, A-50S, or A-S8e, as appropriate utilizing Series F70 electrodes. I Welding of stainless steel and non-ferrous materials shall use electrodes appropriate for the application. I Cast nosing and thresholds shall be cast aluminum abrasive type cross hatched style as manufact~red by American Safety Tread Co. or shall be the comparable products of Wooster, White Foundry, Construction Castings or approved equal. Nosings for concrete steps shall be Type 801, 3/8 inch thickness by 4 inches wide and 6 inches less in length than the full width of the stair. I I Cement Grout (PC-G): Portland cement (ASTM C-150, Type I or Type III) and clean, uniformly graded, natural sand (ASTM C-404, Size No.2). Mix at a ratio of 1. 0 part cement to 3.0 parts sand, by volume, whi th only the minimum amount of water required for placement and hydration. I Expansion anchors shall have stainless steel shanks and nuts: Fed. Spec. FF- S-325; cinch anchor type, Group I, Type I, Class 2 (2 unit, or Group I, Type II, Class 2, Style I (2 unit); wedge type, Group II, Type IV, Class 1 or 2; or ,self-drilling type, Group III, Type I. Expansion anchors shall be installed in conformity with the manufacturer's recommendations for maximum holding power, but in no case shall the depth of hole be less than four. hole diameters. Minimum distance between the center of any expansion anchor and an edge or exterior corner of concrete shall be not less than 4-1/2 times the diameter of the hole in which it is installed. I I I I 0302-01 ros St~\lct\l~al Steol . Miscellaneous Metal.doc T5-3 'ZEL, ENGINEERS I I I SECTION T5 STRUCTURAL STEEL & MISCELLANEOUS METAL I Anchors between concrete and inasonry shall be Hohmann. and Barnard as specified, Heckman~ or comparable stainless steel products. The channels shall be Gripstay #305 continuous channels of 16 gage stainless steel, embedded in the cast in place concrete; the anchors shall be #303 Corrugated Gripstay Anchors, 12 gage 1 1/2" wide. At the lime slurry steel tank the anchors shall be H &B #360 with #364, 12 ga. Gripstay Anchors. I I STAINLESS STEEL MATERIALS: I Metal deck forming to remain in place shall be 20 gauge type 304 stainless steel as specified in the CONCRETE section of these specifications. I Unfinished threaded fasteners shall be ASTM A193, stainless steel bolts and nuts' shall be Grade 8, Type 304 stainless steeL Provide hexagonal heads and nuts for all connections. Pipe Supports: All pipe supports shall be stainless steel. I FABRICATION: I Structural steel shall be fabricated in accordance with appropriate AISC Specifications and as indicated on the final shop drawings. Fabricate with natural camber of the member up. Properly mark and matchmark materials for field assembly. Fabricate for delivery seqUence which will expedite erection and minimize field handling of mat.erials. Where finishing is required, complete the assembly, including welding of units, before start of finishing operations. Welders shall be certified for all positions and thicknesses appropriate to their work on this project. I I Non-Ferrous and other miscellaneous metal shall be fabricated in accordance with appropriate aluminum association specifications and to a quality comparable to the Commercial Quality of the National Association of Architectural Metal Manufacturers. Metal surfaces exposed to view shall be free of surface blemishes, inclUding pitting, seam marks, roller marks, rolled trade names and roughness. I I Connections: Weld or bolt shop connections. Bol t field connections, except where welded connections or other connections are shown or specified. All butt welds shall be full penetration butt welds. Fillet welds not otherwise noted shall be 3/16". Welders shall be certified for all positions and thicknesses appropriate to their work on this project. Bolted connections not otherwise noted shall be two 3/4"0 ASTM A 307 Hex HD Bolt. I I Holes for Other Work: Provide holes required for securing other work to structural steel ~nd miscellaneous metal, and for the passage of other work through the members. Provide threaded nuts welded to framing as needed to receive other work. I I Painting: Stainless steel, galvanized steel, and aluminum will not be painted. All steelwork shall be shop primed with one coat of gray chromate primer Tnemec Tneme-Zinc 90-97 over a surface which has received commercial I 0302-01 T05 Structural Steel, Miscellaneous Metal.doc T5-4 'ZEL. ENGINeeRS I I I SECTION T5 STRUCTURAL STEEL & MISCELLANEOUS METAL I blast (SSPC-SP6l or better surface preparation. The prime coat shall be compatible with the coating system specified in the PAINTING section. Where paint has been withheld from areas to be welded and other bare spots, scrapes, etc., the areas shall be touched up with the original primer. Minimum prime coat dry thickness shall be 2 mils. I I Aluminum Pipe Railings: Fabricate railing with smooth bends and welded joints ground smooth and flush. The top rail should be 42" above the floor; stair rails shall be 35" above the nose of the tread. Rail posts and fittings shall be anodized, and rails adjusted to insure matching alignment. Where aluminum attachments are to be in contact with concrete or steel, use one layer of #15 asphalt felt applied with bituminous paint to separate the contact steel unless otherwise noted. Space posts not more than 7 feet on centers. Pluinb posts in each direction. Handrail posts, except where .otherwise detailed, shall have a minimum three-bolt fascia type mounting. I I I Aluminum in contact with concrete shall receive a heavy coating of epoxy or other coating suitable for exposure to drinking water. ERECTION: I Structural steel and miscellaneous steelwork shall be erected in conformance with current edition of AISC Specifications. I PAYMENT: I No separate payment will be made for work covered under this section of the specifications. All costs in connection therewith shall be included in the lump sum Base Bid for the completed work. I I I I I I I 0302-01 '105 Structural Stool & Hiscollanoo~ Motal.doc T5-5 'ZEL. ENGINEERS I I SECTION TSA STANDING SEAM METAL ROOF I SCOPE: I I The work covered by this section of the specifications consists of furnishing all labor, materials, equipment and services necessary for or reasonably incidental to the furnishing and erection of, the standing sea~ metal roof, insulation, metal decking, all associated trim, anchors, anchor bolts, . screws, and all other miscellaneous items to fully complete the roofing and ceiling system in strict accordance with this section of the specifications and the applicable plans and subject to the terms and conditions of the Contract. I I APPLICABLE SPECIFICATIONS: I The current edition of the following specifications and any specifications shown on the drawings form a part of this specification: American Society for Testing Materials Designations: I A-755, Steel Sheet Aluminum-Zinc Alloy Coated and Pre-painted A-193, Stainless Steel Bolting Materials B-308, Aluminum Alloy 6061-T6 Std. Shapes E-283, Air Infiltration E-331, Water Penetration I Corps of Engineers CEGS-07416 Standing Seam Metal Roofing I SUBMITTALS: I Shop Drawings: Fabrication of sheet metal roofing and the ceiling'system shall not commence prior to approval of shop drawings by the Engineer. Six sets of shop drawings which have been checked by the Contractor for dimensions and conformance to the plans and specifications shall be submitted for approval. Shop drawings shall include complete details for fabrication and installation. I I PRODUCT DELIVERY, STORAGE AND HANDLING: I Material Storage: Protect roofing materials and associated packaged materials from corrosion and deterioration. Do not store materials in a manner that might cause distortion or damage to the members or the supporting structures. Repair or replace damaged materials or structures as directed. I ROOF MATERIALS; I Metal Roofing: The metal roofing shall be a 2" or 3" high 22 gauge structural standing seam metal roof suitable for 20 PSF snow load and a 25 PSF wind load. Seamed ribs at 12" or 16" O.C. may have stiffening rib deformations at the 1/3 points to prevent Utincanning". The panels shall have a galvalume or galvanized coating pre-painted with .a manufacturer's std (medium green exterior; white,. interior) kynar 500 coating or comparable product. The panels shall be the standard product of MBCI, I I 0302-01 T05A Standing Seam H"td Roof . doc T5A-l 'ZEL. ENGINEERS I I I SECTION T5A STANDING SEAM METAL ROOF I Pete~son Aluminum, McEI~oy, o~ comparable manufacturer. The roofing shall be suitable for a UL class 90 wind uplift classification. Metal Decking: 22 gauge ~ibbed galvanized metal deck so that attachment of standing seam roof can attach to deck with sufficient pullout rating without having to line up with truss I I Fasteners: The metal roof shall be fastened with concealed clips or an integral fastening system. Fasteners shall not be smaller than #12 self- tapping stainless steel screws, and shall be type 304, grade 8 or bette~. Where the fastener penetrates the roofing it shall be sealed with a stainless steel EPDM o~ neoprene sealing washer. All metal deck shall be pinned at the ridge and elsewhe~e as appropriate for the deck installation. I I Accessories: The ~idge, hips, eaves and other slope changes shall be appropriately fitted with trim. The ridge shall have a nominal continuous ridge vent as the ridge trim. Accessories shall have the matching color system of the roofing. I VENTS, CURBS: I Vents, curbs, and other roof openings shall match the configuration and color of the standing seam metal roof furnished for the project. The fittings shall be manufactured by companies which regularly produce metal roof fittings. Ridge vents shall be continuous screened low profile units manufactured in lengths suitable for handling and installation. Roof penetrations shall provide for reinforcement at the openings, and shall be sealed watertight with not less than a lO-year guarantee of water tightness. Penetrations shall be not less than 18 gauge, galvanized and painted materials; where neoprene or other rubber like materials are used, they shall be ultraviolet resistant with pro,ven long lasting qualities . Support systems which mount to the standing seams shall utilize non penetrating fittings. Curbs for roof openings shall be manufactured by Trimco, Active Vent Products, !.MC, MBCI, ELGEE Custom Curb or comparable manufacturers. I I I I CEILING INSULATION: The ceiling insulation shall consist of 2 inches rigid board insulation over the metal decking. The system shall have an ~R# value of 13 or greate~. I WeatherLock underlayrnent by Owens Corning or equivalent will be used over the rigid insulation to protect from heat generated from the metal roofing. Shall be installed per manufacturer's specifications. I Thermal break materials between the roof deck and steel framing shall be not less than 1/8# thick fo~ tape by the width of the supporting member. I Fasteners shall be not less than #12 x 1 1/4#. plated and painted screws or shall be stainless steel. I The installation shall conform to the manufacture's instructions and to the approved shop drawings. I 0302-01 T05)\ St~n(\ing Seam Met~l Roof" ,(\0<: T5A-2 'ZEL. ENGINEERS I I I SECTION T5A STANDING SEAM METAL ROOF I INSTALLATION: The installation shall conform to the manufacturer's instructions and to the approved shop drawings. .~ I FIELD REPAIR: I Areas scarred during erection and welds shall be thoroughly cleaned and touched-up. Touch-up paint for zinc-coated units shall be zinc rich galvanizing repair paint. Touch-up paint for shop painted units shall be of same type used for shop painting. I PAYMENT: I No separate payment will be made for work covered under this section of the specifications. All costs in connection therewith shall be included in the lump sum Base Bid for the completed work. I I I I I I I I I I I 0302-01 TOSA Standing Seillll Metal Roof .doe T5A-3 'ZEL, ENGINEERS I I I I I I I I I I I I I I I I I I I I SECTION T6A PLANT AND YARD PIPING SCOPE: The work covered by this section of the specifications includes furnishing all plant, labor, supervision, equipment and materials, and in performing 'all operations in connections with the installation of all piping, fittings, and appurtenances as required for the water treatment facility in compliance with this section of the specifications and the applicable plans and subject to the terms and conditions of the contract. GENERAL: The Contractor shall submit for the approval of the Engineer 6 (six) complete drawings of pump manifolds and piping assemblies, horizontal and vertical curves, special joints and appurtenances, accurately and adequately dimensioned and with sufficient descriptive matter to indicate clearly the installation and connection to appurtenant equipment. Pipe, appurtenances and accessories, unless otherwise indicated or authorized in writing by the Engineer, shall be new and unused materials and shall be the standard products of reputable manufacturers normally engaged in the manufacture of that particular item. All material and construction must be in accordance with the AWWA Standards and any PVC material or plastic service line used must have the National Sanitation Foundation (NSF) seal of approval for potable water use. All pipe, solder and flux used during installation of the water lines must be "lead-free" with not more than 8% lead in pipes and fittings, and not more than 0.2% lead in solder and flux. Fittings for all pipe shall be as manufactured for the type and class of pipe forming the pipe line in which they are installed. The Contractor shall submit for the approval of the Engineer 6 (six) complete drawings of all valves, manholes, and piping assemblies and descriptive matter to indicate clearly the installation. Pipes located inside structures, above ground or attached to structures shall be rigidly supported. The full length of each section of underground pipe shall rest solidly upon the pipe bed, with recesses only to accommodate pipe joints. Any pipe which has its alignment, grade or joints disturbed after laying shall be taken up and re-Iaid. The interior of all pipe shall be thoroughly cleaned of all foreign matter before being placed, and shall be kept clean during laying operations by means of plugs or other approved methods. No pipe shall be laid in water or when trench or weather conditions are unsuitable for such work. Any section of pipe found to be defective before or after laying shall be replaced at no additional expense to the Owner. Rejected pipe shall be clearly marked and shall be removed from the, site. Where not otherwise indicated, ductile iron water mains shall be installed in accordance with AWWA C600-93. INSTALLATION IN TRENCHES: Excavation, trenching and backfillin~ shall be done in accordance with EXCAVATION, FILLING AND BACKFILLING section of these specifications. Any pipe that is to be laid in fill shall not be laid until the fill material has been completely placed and compacted in accordance with these specifications. 0302-01 T06A Plant and Yard Piping.doe 'ZEL. ENGINEERS J T6A"""l I I I I I I I I I I I I I I I I I I I SECTION T6A PLANT AND YARD PIPING Handling of pipe and accessories shall be in such a manner as to ensure delivery on the job and installation in the trench, or inside the structures in a sound undamaged condition. Cutting of pipe shall be done in a neat and workmanlike manner without damage to the pipe. Cutting shall be done by means of an approved type of mechanical cutter. Pipe shall be cut square; burrs, chips, and cuttings shall be removed. Particular care shall be taken not to injure coatings. 'Any pipe sustaining injury to the coatings shall be re- certified by the manufacturer. SERVICE PIPING SCHEDULE: Unless otherwise indicated, pipe and fittings shall be constructed of the materials shown in .the following schedule for the service indicated. Ductile iron pipe and fittings shall be used for all plant and yard piping except as indicated in the following schedule: Service Pipe Material Above Ground plant and yard Piping not otherwise listed Below D. 1. P. Flanged special class 53 Below Ground plant and yard Piping not otherwise listed Below D.I.P. p. class 200 push-on joint where unrestrained. Push-on joint with Restraining gaskets (<14") or American Flex-Ring or equal (14~36") or American Lok-Ring or equal (>36~) where restrained. FM 55 High Pressure Raw Water Small pipe: 2", .1~1/2", Small Pipe: 1" and < 1" Sample Lines Chemical Lines Sanitary Sewer Storm Drains, Culverts Soil, Waste, and Drains Seepage Drains Legend: D.1.P. M.J. PVC RCP CISP PYC Sah. 80 HDPE 5DR 55 5ch 40 D.I.P. p. class 350 1-1/4" PVC Sch. 80 Type K or L Copper PVC, Sch. 80 PVC, Sch. 80 PVC, SRR 26 RCP, HDPE CISP, PVC Perf. PVC (SDR26) = Ductile Iron Pipe Mechanical Joint Polyvinyl Chloride Reinforced Concrete Pipe Cast Iron Soil Pipe = FittingMater~al D.I.P. Flanged class 250 D.I.P. class 250 mechanical joint Use EBAA Megalug Series 100 rated for 250 psi service 17 -PVG HDPE (A2) 55 (A) 2 Lok-Ring PVC Copper PVC PVC PVC RCP,HSPE CISP, PVC PVC 0302-01 T06A Plant and Yard Piping. doc T6A-2 'ZEL, ENGINEERS I I I I I I I I I I I I I I I I I I I SECTION T6A PLANT AND YARD PIPING Fittings and Connections to Equipment: Fittings shall be appropriate for the installation. Suitable couplings, unions and flexible joint connections shall be furnished and installed in the piping system to correct minor misalignment and to facilitate removal and replacement of piping components. Piping connections to all machinery, equipment and meters shall be made with flanged or union fittings. Where this is impractical, a dresser coupling, a union, or similar fitting shall be installed as close as possible to facilitate equipment maintenance or removal. See appropriate sections of the specifications for additional requirements for the plumbing and chemical; systems. Restrained Adapters 3" - 30": Adapters shall be used as called for to facilitate removal of pipe and equipment for repair or replacement. Adapters shall be made of ductile iron conforming to ASTM A536 and have flange bolts circles compatible with ANSI/AWWA Cl15/AZ1.I5. Restraint for the adapter shall utilize a multiple number of individual actuated gripped wedges to maximize restraint. The pressure rating must be equal to or exceed the necessary pressure rating of the joint with a 2:1 safety factor. The gripping device must be able to be removed and reset witn a torque wrench. The minimum allowable gap length between the field cut end pipe and mating flange shall be as follows: 3"thru 8" = .25", 10" thru = .5", and 30" = 1". .The adapter shall be the series 2100 Megaflange adapter by EBAA Iron. Dismantling Joint (DJ) coupling 3". - 72": DJ coupling shall be used to facilitate easy removal of valve for maintenance within the valve vault. DJ coupling shall be Romac DJ400 rated for 200 psig. DUCTILE IRON PIPE: Underground: Pipe: Underground pipe shall be ductile iron, in accordance with AWWA!ANSI Specification C1S0 & C151/AZl. 50 and AZl. 51, using 60/42/1.0 grade of iron. Pipe shall be coated on the outside with a bituminous coating, and lined with cement lining in accordance with ANSI A21.4. Fittings shall be ductile iron, in accordance with AWWA ClIO, ANSI AZI.10, and AWWA Cll1. Joints in underground ductile iron pipe shall be push-on joint (American Fastite or equal) where restraint is not required. At all valves, fittings and where otherwise necessary, joints shall be restrained. Pipes and fittings smaller than 36" shall utilize American Fastite joints with Fast-Grip Gasket or approved equal for restraint. Pipes 14-36" may utilize American FleX-Ring or approved equal for restraint. Pipes larger than 36" shall utilize American Lok-Ring or other method for restraining as approved by the Engineer. Fittings smaller than 36" shall utilize American Fastite joints with Fast-Grip Gasket or approved equal. Fittings 36" and larger shall utilize mechanical joints with EBAA Megalug, Series 1100 rated for the appropriate working pressure for 0302-01 T06^ Plant and Yard Piping.doc 'ZEL, ENGINEERS T6A-3 1 1 SECTION T6A PLANT AND YARD PIPING 1 restraint. Buried valves with mechanical joint ends shall be restrained with EBAA Megalug, series 1100 rated for the appropriate working pressure or approved equal. Where EBAA Megalug is not available for the required duty, the Contractor shall use a restraining system approved by the joint manufacturer. 1 All joints and jointing materials shall conform to the requirements of ANSI A21.11. Where solid sleeve connections are made, the space between pipe ends shall be filled with a ring of the pipe. Sleeves shall be fitted with restraint rings (Megalug or equivalent) . 1 Concrete blocking for restraint may not be used. All piping shall be of restrained joints. 1 Installation: Pipe and accessories shall be handled in such a manner as to ensure delivery on the job and installation in the trench, or inside the structures in a sound undamaged condition. Particular care shall be taken not to injure the coating. 1 Cutting of pipe shall be done in a neat and workmanlike manner without damage to the pipe or its coating. Cutting shall be done by means of an approved type of mechanical cutter. I 1 Placing and Laying: Pipe and accessories shall be examined for defects and tapped with a light hammer to detect cracks while suspended in the sling before installing. All damaged, defective or unsound items will be rejected and removed immediately from the site of the work. Deflection from a straight line and grade as required by vertical or horizontal curves or offsets shall not exceed the following values: _I Pipe Size 1 Inches 6 B 10 12 14 16 IB 20 24 30 36 42 4B 54 60 Maximum Deflection (Inches per 20 Ft. Length) Flex Ring and Lok Ring Joint Pipe 1 1 16 16 16 16 13 13 9 9 9 9 8 2 2 2 2 1 1 1 Mechanical joints shall be installed in accordance with the notes on method of installation as shown in ANSI Specification A21.11, Appendix A. The socket gland, gasket and spigot shall be cleaned and the gland and gasket slipped on the spigot end. The last 8 inches of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned and then painted with a soap 1 1 0302-01 T06^ Plant and Yard Piping.doc T6A-4 'ZEL. ENGINEERS 1 I I I I I I I I I I I. I 1 I I I I I , SECTION T6A PLANT AND YARD PIPING solution made by dissolving one-half cup of granulated soap in one gallon of water. The spigot shall be pushed into the socket and centered. The gasket shall then be properly seated in the socket and the gland bolted finger tight to the socket. The joint shall then be made tight with a suitable ratchet wrench; nuts spaced 1800 apart shall be tightened alternately to produce an equal pressure on all parts of the gland; bolt threads shall be lubricated before tightening. If effective sealing is not attained at the maximum torque range recommended by the joint manufacturer, the joint shall be disassembled and reassembled after thorough cleaning. Incidental Items of Work: All plugs, caps, wyes and tees shall be restrained joint. Above Ground: Above ground pipe shall be ductile iron, thickness Class 53 for Flanged Pipe in accordance with ANSI Specification A21.50 and A21.51, using 60/42/10 grade of iron. Flanged pipe shall have threaded on ductile iron flanges. Pipe shall be manufactured in accordance with AWWA Specification C115/21.1.5. Pipe shall be coated on the outside with a bituminous coating, and lined with cement lining in accordance with ANSI A21.4. Flanged Fittings shall be ductile iron in accordance with the requirements of AWWA Specification ClIO, coated and lined same as pipe. Flanges shall be faced and drilled to match AWWA C11S threaded-on flanges. Bolt circles shall be ANSI B16.1, class 125. Flanged Joints shall have the gaskets inserted between flanges, and bolts shall be tightened in such a manner as to distribute evenly the stresses carried by the bolts so as to bring the pipe in alignment and make a tight joint without overstressing the pipe or the individual bolts. Gaskets shall be full faced 1/8" thick rubber. Bolts shall be in accordance with. ANSI Specification B18.2.1; nuts B18.2.2. Wall Sleeves and Wall Pipes: The penetration of pipes passing through concrete walls shall be made watertight. Pipes 6" and larger shall have cast iron or ductile iron wall pipes. Wall pipes shall have a dam inside the wall and shall have the proper joint to connect with the pipe on each side of the wall. Pipes 4" and smaller shall be ductile iron. Wall pipes where used as sleeves shall be fitted with Thunderline Link seals or comparable product. Before casting concrete, wall pipes and sleeves shalf be accurately positioned and secured. Wall Pipes shall be flange-ws-flange or flange-ws-plain end type, or M.J. FIg. - PE fabricated from Class 53 centrifugally cast ductile iron pipe, Grade 60- 42-10. End flanges shall be ductile iron, threaded-on, in accordance with AWWA Specification Cl15. Any flanges to be installed flush against the wall shall be tapped for studs. Drilling pattern shall match equipment to be connected. 0302~Ol T061\ Plant and 'lard Piping. doc 'ZEL. ENGINEERS T6A-5 I I I I I I I I I I I I I I I I I I I SECTION T6A PLANT AND YARD PIPING CONCRETE COLLARS, CRADLES, SADDLES, AND ENCASEMENT: Collars, cradles, saddles, or encasement shall be constructed of concrete with a minimum 28-day strength of 3,000 psi. PIPE SUPPORTS: The Contractor shall furnish and install such. pipe supports and hangers as are indicated, or as may be required to prevent excess stresses in the joints, and to hold piping rigid and free from vibration under all conditions of operation. Horizontal runs of pipe shall be provided with support spaced not more than 8'~ 8" on center. POLYVINYL CHLORIDE (PVC) PIPE: Pipe and Ducts: Polyvinyl chloride. (PVC) pipe shall be extruded, using Type I, Grade I PVC compound conforming to ASTM D1784 Designation l2454A. Schedule 80 PVC pipe shall 80 conform to ASTM Specification D-1785. Fittings shall be PVC, Schedule 80 socket or threaded fittings for Schedule 80 pipe. Socket to thread adapters shall be used for connecting to threaded fittings. Threaded fittings shall be used for Schedule 80 piping above ground. Socket type PVC fittings shall conform to ASTM D2467; solvent cements shall conform to ASTM D2564. Connections to Equipment: Piping connections to all machinery, equipment and meters shall be made with flanged or union fittings to facilitate removal of the equipment. Handling: Pipe and accessories shall be handled in such a manner as to insure delivery on the site and installation in a sound undamaged condition. If pipe is to be stored outside for more than 30 days it shall be covered to protect it from prolonged exposure to the sun. Cover shall be canvas or other opaque material, with provision for air circulation under the cover. When pipe is received in standard lifts it shall remain in the lift until ready for use. Lifts shall not be stacked more than three high and shall always be stacked wood on wood. Loose pipe shall be stored on racks with a maximum support spacing of three feet. Pipe shall be shaded but not covered directly when stored outside in high ambient temperatures . This will provide for free circulation of air and reduce the heat build-up due to direct sunlight exposure. Cutting: Pipe shall be cut in a neat workmanlike manner without damage to the pipe. Pipe shall be cut square, using either a tubing cutter or a miter box and a fine tooth saw. All burrs, chips and cuttings shall be removed and pipe end beveled. Placing and Laying: Pipe and accessories shall be examined for defects before installing. All damaged, defective or unsound items will be rejected and removed immediately from the site of the work. The pipe shall be assembled above ground in a straight line, then cl\rved and laid in the trench. All curvature shall be accomplished by bending the pipe with no deflection at the joints. 030l-01 r06A Plant and Yard Piping.doc 'ZEL. ENGINEERS T6A-6 I I I I I I I I I I I I I I I I I I I SECTION T6A PLANT AND YARD PIPING Jointing: Clean the inside of the fitting and inside and outside of the end of the pipe with a clean dry cotton rag. Surfaces to be joined shall be thoroughly dry. Apply primer to the inside of the socket and outside of the pipe- with-a-dauber, keeping the surfaces wet 5 to 15 seconds. Apply a second coat to the inside of the socket. Immediately upon finishing the application of the cement, and before it starts to set, insert the pipe to the full socket depth, rotating the pipe or fitting 1/4 turn to insure a complete and even distribution of the cement. Hold joint together a minimum of 10 to 15 seconds to make sure th~t the pipe does not move or back out of the socket. Immediately after joining, wipe off all excess cement from the circumference of the pipe and fitting. Joints shall be allowed to dry 48 hours prior to movement or subjection to internal pressure. Joints shall not be made when temperature is above 900 F when exposed to direct sunlight, or when the temperature is below 400 F. Primer and solvent cement shall be fresh and uncontaminated, and as recommended and supplied by the pipe manufacturer. Detection Tape: pve pipe installed underground shall be marked. by the use of <a continuous inert bonded layer plastic tape with a metallic foil core, buried in the pipe trench 24 inches below the surface. Tape shall be yellow, 2 inches wide with continuous imprinting; "CAUTION - PIPELINE BURIED BELOW". Tape shall be Seton Metallic Lined, or equal. Multiple ducts encased in concrete shall be marked with one line of metallic tape. CONCRETE PIPE: Pipe: Concrete pipe shall be Class IV reinforced concrete pipe conforming to ASTM Specifications C76. Pipe shall have ~on ring joints. Except as otherwise indicated, storm drains shall be terminated with standard flared end sections conforming to Georgia DOT STD. No. 1120. Joints: Concrete pipe shall be provided with ~on ring gasketed joints conforming to the requirements of ASTM C~ 443 with steel ring joints. (A2) A groove for confining the gasket shall be cast in the spigot. Gaskets shall have a circular cross section and the hardness shall be 4.5 plus or minus 5 when measured in accordance with ASTM D676. Joints shall be made using such adhesive or lubricating substances as recommended by the manufacturer. Care shall be taken to prevent excessive exposure of the gaskets to sunlight. SOIL, WASTE AND DRAIN PIPING: Piping: Piping from floor drains and manholes shall be cast iron soil pipe; piping 3 inches and larger, and indirect drains shall be coated service weight bell and spigot cast iron Boil pipe, or no-hub soil pipe. Bell and spigot pipe shall be used below the floor or underground, with the bell of the pipe or fitting extending above the floor. Installation: Horizontal drainage piping shall be run in practical alignment at a uniform grade. Sloping drains and horizontal branches of 3 inches nominal size and smaller shall be installed with a slope of not less than 1/4 inch per foot, and larger than 3 inches nominal size, not less than I/Binch per foot. Fittings: All changes in pipe size on soil, waste, and drain lines shall be made with reducing fittings or recessed reducers. All changes in direction shall be made by appropriate use of 450 wyes, half wyes, long-sweep 1/4 bends, 0302-01 T06A Plant and Yard Piping.doc 'ZEL. ENGINEERS. T6A-7 I I I I I I I I I I I I I I I I I I I SECTION T6A PLANT AND YARD PIPING 1/6, 1/8 or 1/16 bends. Where 900 bends are called for, the fitting shall be long radius, with a clean out plug. Clean out connections shall be used liberally. Where it becomes necessary, because of space conditions, to use short-radius fittings in any location, approval of the Engineer shall be obtained before they are installed. Joints: Gasket: Joints in bell and spigot cast iron soil, waste, and vent pipe shall be made with neoprene gaskets. Bell of the pipe shall be cleaned and gasket inserted. Cut end of pipe shall be rounded off and burrs removed. Outside of the pipe and inside of the ga~~et sh~ll pe lup~ic~ted, ~nd the pipe inserted. Gaskets shall conform to ASTM C564. No-Hub: Joints in no-hub pipe shall be made with a neoprene gasket and stainless steel sleeve. Pipe ends shall be inserted into the neoprene gasket, the stainless steel sleeve placed around the gasket and screws tightened to the Manufacturer's recommended torque. Gaskets shall conform to ASTM C564, sleeves to ANSI 301-305. CONNECTIONS TO EXISTING MAINS: The Contractor shall furnish and install all fittings and appurtenances necessary (unless otherwise noted) to make connections to the existing distribution system. The Contractor shall coordinate his activities with the operations superintendent of the water system so that the work can be accomplished in a manner and at such time that a minimum interruption of service will occur. PROVISIONS FOR FUTURE CONNECTIONS: Where pipe ends are for future connections, they shall be plugged or capped using mechanical joint plug or cap and restrained. Concrete blocking may not be used for restraint. MANHOLES: General: Manholes shall be constructed with cast iron frames and covers. The base of the manhole shall be constructed of 4000 PSI concrete or better. Manhole steps shall be 1'-4" O.C., cast iron and R-1981-I for precast manholes. Flat top manholes shall have a" thick flat bottoms and tops constructed of 4000 PSI concrete. . Precast Concrete Manholes: Precast manholes shall consist of precast risers and tops conforming to the requirements of ASTM C478 and having a minimum wall thickness of 5 inches. Except for flat tops, the precast top section shall be of the eccentric cone type and shall have a top outside diameter larger than that of the manhole ring. The lower. end of the bottom section shall be set in a bed of mortar in a recess formed in the cast-in-place base slab and the outside of the joint shall then be sealed with a beveled fillet of mortar. Integral bases of equivalent strength may be used if the manhole base section 0302-01 T06A Plant and Yard Piping.doc 'ZEL, ENGINEERS T6A-a I I I I I I I I I I I I I I I I I I I SECTION T6A PLANT AND YARD PIPING is leveled by setting in a bed of mortar. The joints in the riser pipe shall be sealed with a mastic gasket, similar and equal to K.T. Snyder "Ram-Nek".In lieu of precast units, duct manholes also may be comparable cast-in-place units. Brick Manhole Tops: The top of the manholes shall be topped out with brick. The number of courses will depend on the required elevation of the top of the manhole. Not more than 5 courses shall be used above the cone section of a manhole. The brick shall be laid radially in header courses with joints broken by staggering each successive course. After the manhole frame and cover has been set in a bed of mortar on the top course of brick, the outside of the manhole shall be plastered for the full extent of the brickwork with mortar to the thickness of not less than 1/2 inch. The inside face of the manhole brickwork may be rubbed with a cloth in lieu of striking the joints. The brickwork and mortar shall be protected against low temperatures and cured so as to prevent damage by elevation adjustments. Manhole Steps shall be installed in all sections of each manhole. The steps in the precast sections may be installed when the sections are cast or may be inserted after the manhole has been constructed. All damages to the precast section caused by the insertion of the steps shall be repaired and sealed with expanding mortar to prevent leakage. Steps shall be located only on the vertical inside face of eccentric cones and shall be aligned with the steps in the lower sections. Manhole steps in concrete boxes also shall be located to align with the access manhole frame and cover. Manhole Frames and Covers: General: Manhole frames and covers in improved areas or streets shall be set flush with the finished grade; the Contractor shall set and adjust manhole frames and covers as necessary to meet this requirement. Standard Frames and Covers: Cast iron for manhole frames and covers shall conform to ASTM A 48, Class 30, . gray iron. Castings shall be quality cast iron such that the metal is strong, tough and of uniform grain. They shall be smooth, free from scale, lumps, blowholes, blisters and defects of every kind which render them unfit for the intended use. No plugging or filling shall be permitted. Standard frames and covers shall have machined bearing surfaces and shall be Neenah No. R-1706 and weighing approximately 4.00 pounds total, or shall be the comparable product of Sumter, Dewey Bros., U.S. Foundry, or equal. Manhole frames and covers in flat concrete slabs shall have machined bearing surfaces and for heavy duty applications shall be Neenah No. R6065, or equal, weighing approximately 400 pounds, total; light duty frames and covers shall be used in unpaved areas and shall be Neenah No. R6044-A, or equal, weighing approximately 165 pounds, total. TESTING: Sample Taps: Sample taps shall consist of a corporation stop, ~" AWWA taper thread inlet and flare copper outlet, Mueller No. H-15000 or approved equal, a riser, and a hose bibb 12" above grade. Sample taps shall be provided at 3,000 foot intervals and at the end of the line. Hose bibb shall be capable of being sterilized 'by an open flame. After water samples have been: tested and 0302-01 T06^ Plant and Yard Piping.doc T6A-9 'ZEL, ENGINEERS I I I I I I I I I I I I I I I I I I I SECTION T6A PLANT AND YARD PIPING approved, the hose bibb and riser shall be removed and the outlet of the corporation stop shall be tightly sealed with a brass plug. General: After completion of the piping, it shall be tested for leaks in accordance with AWWA 600-93 and proved tight. The Contractor shall provide, at his expense, all labor, superv1s10n, pumps, measuring devices, power, miscellaneous equipment and water necessary for performance of all testing on all piping in accordance with the requirements of these specifications. Gravity sewer lines shall be tested at 5 psig. High Service Raw Water D.l.P. piping Shall be tested at 250 psi; Potable water DIP pipelines will be tested at 200 psi. All other D.I.P. piping and PVC piping shall be tested at .50 psi. The Contractor shall provide for pressure testing of pipelines prior to connecting pipes in such a manner as to prevent pressure testing to be accomplished. The Contractor will provide whatever restrained plugs, valves, etc that may be necessary to accomplish the pressure testing. Pressure Test: All newly laid pressure pipe or any valved section thereof shall be subjected to the appropriate hydrostatic pressure. All valves shall be in place when lines are tested. The duration of each pressure test shall be at least one hour. Before applying the specified test pressure, all air must be expelled from the line. The Contractor will make the necessary taps and insert plugs after the test is completed. All exposed pipe, fittings, valves, and joints shall be carefully examined; defective joints shall be repaired or replaced to the satisfaction of the Engineer. Any cracked or defective pipes, fittings, or valves discovered in the consequence of this pressure test shall be removed and replaced with sound material, and the test shall be repeated until satisfactory. Leakage Test: The duration of the leakage test shall be two hours, and during the test the main or section of the main under test shall be subjected to the above noted pressure based on the lowest point in the line or section under test and corrected to the elevation of the test gage. Leakage is defined as the quantity of water to be supplied into the newly laid pipe, or any valved section thereof, necessary to maintain the specified leakage test pressure after the air has been expelled and the pipe has been filled with water at the test pressure. No pipe installation will be accepted until leakage is less than the number of gallons per hour as determined by the formula L = DJP 133 L Allowable leakage in gallons per hour per 1,000 ft. pipe. D = The nominal diameter of the pipe in inches. The average test pressure during the leakage test in pounds per square inch gauge. STERILIZATION: P All Potable Water service p1p1ng complete with fittings shall be flushed until clean, and sterilized as specified in AWWA Specification C 601-86, ~disinfecting Water Mainsu. Disposal of heavily chlorinated water (following disinfection) must be accomplished in accordance with AWWA Standard C651 0302-01 T06A Plant and Yard Piping. doe 'ZEL, ENGINEERS T6A-10 I I I I I I I I I I I I I I I I I SECTION T6A PLANT AND YARD PIPING (latest revision). The requirements of this paragraph apply equally to new pipe and fittings, and to existing pipe lines into which connections have been made, or which may have been otherwise disturbed to the extent that contamination may have occurred. The CONTRACTOR, in accordance with the procedure specified in AWWA 653-87, ~Disinfection of Treatment PlantsU, shall disinfect ~ll other piping as may be required by that specification. CLEAN-UP: Upon completion of the installation of the water lines and appurtenances, all equipment and debris remaining as a result of the Contractor's operations shall be removed from the site of the work. PAINTING: All exposed p.l.p.l.ng and appurtenances shall be painted in accordance with the requirements of the PAINTING section of these specifications. AS BUILT DRAWINGS: Upon completion of the work, the Contractor shall furnish to the Engineer a complete set of marked-up drawings showing all changes in the location of all underground and above ground piping, valves, and drains. Air Piping: Provide Weatherproof Acoustical insulation and lagging with Childers Aluminum Jacket outside and insulation and lagging with jacket inside. Lagging shall be 2 inches thick and shall have a STC rating of at least 40, and a weight of at least 2 pounds per square foot. Air Scour piping shall be 304 stainless steel, schedule 10, all welded construction with Van-Stone flanges. ,supply flanged connections sufficient for Shipping, assembly, and disassembly. PAYMENT: No separate payment will be made for the work covered under this section of the specifications. All costs in connection therewith shall be included in the lump sum Bid for the completed work. 0302-01 TOGA Plant and Yard Pipin9.doc 'ZEL, ENGINEERS T6A-ll I SECTION T6B TUNNEL AND BORE AND JACK CROSSING I I SCOPE: I The work covered by this section of the specifications consists of furnishing all plant, labor, equipment and materials and in performing all operations in connection with the installation of dry bored and jacked underground crossings of highways and railroads for pipe lines and tunnel crossings for pipelines, for water lines complete, in strict accordance with the specifications and the applicable plans, and subject to the terms and conditions of the contract. I . GENERAL: I Prior to installation, six (6) sets of submittals shall be submitted for approval for all casing, piping, fittings, casing spacers and seals. Pipe lines installed under Highway right-of-way and railroad right-of-way less than 420 dia. shall use the bore and jack method, and pipe lines greater than 420 shall be installed by the tunneling method. Work on highway right- of-way or railroad right-of-way shall be under the supervision of the Chief Engineer of the agency, or his authorized representative who shall be notified at least 15 days before actual work on the installation is started. Casing, carrier pipe, casing spacers and ends for open cut method are provided under this section. I I I UNDERGROUND CROSSINGS: I Pipe Lines: Underground crossings for pipe lines shall consist of a carrier pipe installed in a casing pipe. The c~sing pipe shall be installed under the roadbed or railway by dry boring and jacking. The carrier pipe shall be pushed through the casing pipe on casing spacers securely fastened to the carrier pipe. I CASING: I Casing pipe shall be smooth steel pipe with a nun1mum yield strength of 35,000 psi. The joints shall be butt welded. A 1/16H corrosion allowance of wall thickness has been included in the tabulated pipe date in lieu of any coating and wrapping requirement. I Casing type for open cut method under canal shall be B4H RCP steel Ring Joint. I CARRIER PIPE: I Pipe Line: The carrier pipe for pipe lines shall be restrained ductile iron pipe conforming to the requirements of the PLANT AND YARD PIPING section of the Specifications. I Installation: Carrier pipe installed in steel casings shall be pushed through the casing pipe on casing spacers securely fastened to the carrier pipe. The jacking operation shall utilize soap or drilling mud as a lubricant and shall utilize timber cushioning on the end subjected to the I I 0302-01 T06B Tunnel end Boro and Jack Crossing.doc T6B-l 'ZEL, ENGINEERS I I SECTION T6B TUNNEL AND BORE AND JACK CROSSING I I forces from the jacking device. Any damaged pipe shall be cut off and removed from the site. After the carrier pipe has been checked and tested, the casing pipe shall be filled with sand and the casing to carrier end seals shall be installed. I ABORTED BORES: I Unsuccessful bore and jack installations which must be abandoned because of failure to meet alignment and/or grade requirements, bore and jack installations shall be completely filled with concrete. The steel casing may be left in place or withdrawn simultaneously with the filling of the hole with concrete. Relocation for additional bore and jack attempts shall be made after consultation with the Engineer. I CASING SPACERS: I Casing spacers shall be Collins steel Carrier pipe supports, Advance .Products & Systems (APS) Model SI Casing Spacers or approved equal appropriate for installation. Casing spacers, nuts, and bolts shall be heavily coated with the manufacturer's Bituminous paint, or shall be stainless steel. The number of casing spacers to be provided per joint of pipe shall be per pipe manufacturer's recommendation with a minimum of 2 spacers per joint. I I CASING TO CARRIER END SEALS: I End seals shall be a minimum of 1/8H thick synthetic rubber with stainless steel banding straps with non-magnetic worm gear mechanism. Advance Products & Systems (APS) Model AM or approved equal. I End seals for RCP casing to carrier pipe shall be brick and mortar. TUNNEL UNDERGROUND CROSSING: I Tunnels shall be lined with 84H nominal diameter enclosures for installing the 60H and 8H pipe lines. I Tunnel Liner Plates: Tunnel walls shall be Armco 2 Flange Corrugated tunnel liner plates or equal and shall be formed, 10 ga. l~Hx 3 ~H corrug. galv. Steel conforming to ASTM Specification A570, Grade B steel with a minimum yield of 28,000 psi and a minimum tensile of 45,000 psi. The material shall be new and unused and suitable for the purpose intended. Bolts shall be 5/8H diameter, ASTM A 307 spaced at 3H + O.c. I I All plates shall be punched for bolting on both longitudinal and circumferential seams and shall be so fabricated as to permit complete erection from inside the tunnel. The longitudinal seam shall be of the lap type with offset equal to gauge of metal for full width of plate including flanges, and have staggered bolt construction, so fabricated as to allow the cross-section of the plate to be continuous through the seam. All plates shall be of uniform fabrication and those intended for one size tunnel shall be interchangeable. I I I 0302-01 T068 Tunnel and Bore and Jack CroS$ing.doc T6B-2 'ZEL, ENGINEERS J I SECTION T6B TUNNEL AND BORE AND JACK CROSSING After the plates are formed to shape, the plates shall be galvanized on both sides by the hot-dip process. A zinc coating shall be applied at not less than two (2) ounces per square foot of double exposed surface, and shall conform with ASTM A-444. I. Installation: The Contractor shall install the tunnel liner in strict accordance with the CSXT Railroad and State Highway Department requirements as applicable. I The tunnel shall be constructed by the tunnel method and completely lined on the inside with structural steel liner plates meeting all requirements herein specified. I The tunneling 9peration is to commence from a pit, In1.n~mum 12' long, 4' wider than the diameter of the tunnel, bottom to grade, and sheeted and .shored if necessary. I All excavation for the entire length of the tunnel shall be done by tunneling and the work may be done from either, or both ends of the condui t. The periphery of the tunnel shall be trimmed smooth to fit the outside of the steel liner plate as nearly as is practical, and all space outside of the steel liner plate shall be filled with sand-cement grout mixture placed under pressure. I I The steel liner plates shall be installed immediately after the excavated material has been removed and the material shall not be removed more than 24" ahead of the installed liner plates. I The Contractor shall provide all necessary braCing, bulkhead, and/or shields to insure cornpletesafety to all traffic at all times during the progress of the work, and he shall perform the work in such a manner as to not interfere with normal traffic over the work. I I If, in the opinion of the Engineer, the installation of the tunnel is being conducted in an unsafe manner, the Contractor will be required to stop work and bulkhead the heading until suitable agreements are reached between the Contractor and the Engineer. The Owner will not be responsible and shall be saved harmless in the event of delays to the Contractor's work resulting from any cause whatsoever. 1 Upon completion of the installation of the tunneling plates, the invert shall be paved sufficiently to permit skidding the 60" line in place. I CARRIER PIPE: I Pipe Line: The carrier pipe for tunneled pipe lines shall be restrained ductile iron pipe conforming to the requirements of the PLANT AND YARD PIPING section of the Specifications. I Pipe line Installation: Upon completion of the tunnel, the pipe line shall be installed therein. Pipe shall be skidded in place on timber, blocking. After pipe joints are completed, all the space outside the pipe shall be filled with sand and the ends bricked up with 8" walls. I 0302-01 T06B Tunnel and Bor.. and Jack Cro3l5ing . doc T6B-3 'ZEL, ENGINEERS I I I I SECTION T6B TUNNEL AND BORE AND JACK CROSSING 1 Grouting: I' Between Tunnel Liner and Tunnel Wall: When installing liner plate by the tunneling method, the excavation shall be performed in such a manner that voids between the undisturbed earth and the liner plate shall be maintained at a minimum. Any void occurring shall be filled with a Portland Cement and sand grout pumped under pressure through grouting openings in the liner plates; grout openings shall be threaded 2" pipe couplings and shall be plugged with threaded C.I. plugs. I I The grout shall consist of Portland cement, water and sand. One part Portland cement shall be combined with three parts clean sand and sufficient water added to produce a grout having the consistency of thick cream when well mixed. I A pump shall be provided for placing the grout which shall be capable of exerting sufficient pressure to assure the filling of all voids between the tunnel liner and the tunnel wall. I Pumping of grout shall be done (1) at the completion of installation of approximately each 10' of liner plate, (2) at more frequent intervals than 10' if conditions indicate the necessity and (3) at the end of a work shift or (4) at a work stoppage, for any reason. I I Tunnel Liner to Carrier Pipe End Seasl: Brick and mortar shall be used to seal between tunnel liner and carrier pipe. I Flagman: The Contractor shall provide, at no separate expense to the Owner, a Flagman on the work site at any and all times he has men or equipment working within any Highway or Railroad right of way. PAYMENT: I I No separate payment will be made for the work covered under this section of the specifications. All costs in connection therewith shall be included in the lump sum Bid for the completed work. I I I I I 0302-01 T06B Tunnel and Bore and Jack Crossing.doc T6B-4 'ZEL, ENGINEERS I I I I I I I I I I I I I I I I SECTION T7 VALVES, HYDRANTS, AND GATES SCOPE: The work covered by this section of the specifications consists of furnishing all plant, labor, supervision, equipment and materials, and performing all operations in connection with the installation of the valves, 6H and larger, fire hydrants, and appurtenances, complete, in accordance with this section of the specifications and the applicable plans, and subject to the terms and conditions of the Contract. GENERAL: All valves and accessories furnished by the Contractor for incorporation into the work shall be new, unused, and of the type specified herein. Valves for buried service shall be furnished with restrained mechanical joint connections. Exposed valves shall be flanged with current ANSI Standards to match the. piping. Each valve shall have the identifying mark of the manufacturer, year of manufacture and pressure rating cast on the body. All valves shall be opened by turning counter-clockwise and shall have an arrow cast into the metal of the operating nut or on the handle or wheel to indicate direction of opening. All valves of a single type shall be furnished by a single manufacturer. GATE VALVES: Gate valves 4-16H shall be of the resilient seat type designed for a IDln1mum working pressure of 250 psi. Valves 16H and larger shall be fitted with gear operators. Underground valves shall have restrained mechanical joint ends to match the piping in which they are installed. Exposed valves shall be flanged. Gate valves shall have a clear waterway equal to the full normal diameter of the pipe. Prior to shipment from the factory, each valve shall be tested by hydraulic pressure equal to twice the specified working pressure. All valves shall conform to the specifications for Gate Valves for Ordinary Water Works Service, AWWA C509. Coatings shall be per AWWA C550. Valves shall be non- rising stem type with 2-inch square operating nut, unless otherwise specified. Valves shall be U.S. Metroseal or approved equal. SMALL WATER VALVES: Valves 2H and smaller in water lines shall be bronze ball valves with cast bronze bodies and end pieces. The valves shall feature PTFE seats and seals, full porting, and at least 400 CWP rating. Valves shall be as manufactured by Nibco or approved equal. BUTTERFLY VALVES: Butterfly valves shall be of the tight closing, rubber seat type with seats that are mechanically retained on the valve disc or in the body. Epoxy style seated valves are not acceptable. No metal-to-metal seating surfaces permitted. Valves shall be bubble tight at rated pressures with flow in either direction, and shall be satisfactory for applications involving throttling service and/or frequent operation and for applications involving valve operation after long periods of inactivity. Valve discs shall rotate 900 from the full open position. to the tight shut position. Valves shall meet 0302-01 T07 Valves Hydrants and Gates.doc 'ZEL, ENGINEERS T7-1 I I I I I I I I I I I I I I I SECTION T7 VALVES, HYDRANTS, AND GATES the applicable requirements of the AWWA C504. The manufacturer shall have manufactured tight closing rubber seated butterfly valves for a period of at least five (5) years. Butterfly valves shall be DeZurik, Valmatic, or Rodney Hunt. Valve bodies shall be constructed of ductile iron and shall have flanged ends. Flange drilling shall be in accordance with AWWA ClIO, C153 & Cl15, 250 psi working pressure. Valve discs shall be constructed of ductile iron. Valve Seats shall be of natural rubber or synthetic compound. Valve seats mounted in the body or on the valve disc shall be field adjustable and replaceable without dismounting operator disc or shaft and without removing the valve from the line according to AWWA C504. Retainer rings mounted to the disc or body shall be stainless steel. All retaining segments and adjusting devices shall be capable of an 1/8u adjustment. The mating surface of the seat shall be stainless steel. Valve Shafts: Shafts of all valves shall be turned, ground and polished. Valve shafts shall be constructed of lS-S Type 304 stainless steel. Valve Bearings: Valves shall be fitted with sleeve type bearings. shall be corrosion resistant stainless steel and self-lubricating. Bearings Valve actuators shall conform to latest revision of AWWA C504, and shall be designed to hold the valve in any intermediate position between full open and fully closed without creeping or fluttering. The bearing load shall not exceed 1/5 of the compressive strength of the bearing or shaft material. Manual valve operators shall be of the worm gear or traveling nut type and fully enclosed. Operators shall be mounted on extended bonnets with a suitable indicator arrow to give valve position at any point from full open to fully closed. Manual operators shall require at least 30 turns of the handwheel to rotate 900. Operator components shall, at the extreme operator positions, wi ths tand wi thout damage a pull of 200 lbs. for handwheel or chainwheel operators or an input torque of 300 ft. lbs. for operating nuts. Electric motor actuators: All electric actuators shall conform to the requirements of AWWA Standard C540-93. Actuators shall contain motor, gearing, manual over-ride, limit switches, torque switches, drive coupling, integral motor controls, position feedback transmitter (where required) and mechanical dial position indicator (where required) . The motor shall be specifically designed for actuator service. The motor will be of the induction type with class F insulation and protected by means of thermal switches imbedded. in the motor windings. Motor enclosure will be totally enclosed, non-ventilated. Motors will be capable of operating on 460 volt; 3 phase; 60 hertz power. 0302-01 T07 Valves Hydrants and Gates.doc 'ZEL. ENGINEERS T7-2 I I I I I I 1 I 1 I I I. I I 1 1 I 1 SECTION T7 VALVES, HYDRANTS, AND GATES Actuator enclosure shall be NEMA 4 (watertight). All external fasteners on the electric actuator will be stainless steel. Fasteners on limit switch and terminal compartments shall be captured to prevent loss while covers are removed. All gearing shall be grease lubricated and designed to withstand the full stall torque of the motor. Manual over-ride shall be by handwheel. Manual operation will be via power gearing to minimize required rimpull and facilitate easy change-over from motor to manual operation when actuator is under load. Return from manual to electric mode of operation will be automatic upon motor operation. A seized or inoperable motor shall not prevent manual operation. Limit switches shall be furnished at each end of travel. Limit switch adjustment shall not be altered by manual operation. Limit switch drive shall be by countergear. Limit switches must be capable of quick adjustment requiring no more than five (5) turns of the limit switch adjustment spindle. One set of normally open and one set of normally closed contacts will be furnished at each end of travel where indicated. Contacts shall be of silver and capaple of reliaply switching low voltage DC source from the control system furnished by others. Mechanically operated torque switches shall be furnished at each end of travel. Torque switches will trip when the valve load exceeds the torque switch setting. The torque switch adjustment device must be calibrated directly in engineering units of torque. Quarterturn actuators will be furnished with mechanical stops that restrict the valve/actuator travel. Actuator must be capable of the following valve closing times/operating speeds: quarterturn valves - 60 second closing time. Actuators will be capable of operating in an ambient temperature range of -20 to + 175 degrees F (without motor controls) and -20 to +160 degrees F (with motor controls). All actuators in open/close service will be furnished with integral motor controls consisting of reversing starters, control transformer, phase discriminator, monitor relay (to signal fault conditions such as thermal switch trip, torque switch tripped in mid-travel,. wrong phase sequence or phase failure), ~open-stop-close" pushbuttons, ~local-off-remote" selector switch in addition to red and green indicating lights. An interface with the control system must be furnished with optical isolators to separate inCOming voltage signals from the internal motor controls. Actuators in modulating service will be selected such that the required dynamic valve torque is no more than 60% of the electric actuator's maximum rated breakaway torque- Power gearing in modulating actuators shall have zero backlash between the motor and actuator output. All actuators potentiometer in in modulating service addition to the will be following furnished with a motor controls: feedback reversing 0302-01 T07 Valves Hydrants and Gate..doc 'ZEL. ENGINEERS T7-3 I I I I I I I I I I I I I I I I I I I SECTION T7 VALVES, HYDRANTS, AND GATES starters, control transfor.mer, phase discriminator, monitor relay, positioner, ~open-stop-close" pushbuttons, ~local-off-remote" selector switch in addition to red and green indicating lights. The positioner shall be capable of accepting a 4-20 mADC command signal and positioning the valve by comparing t~e command signal with the present valve position as indicated by the feedback potentiometer mounted inside the actuator. The positioner shall be field adjustable to fail to the ~open", ~closed" or "last" position on loss of 4-20 mADe command signal. All actuators shall be manufactured by ElM, or Engineered approved equal. Extended Bonnets: Where shown on the drawings valves shall be fitted with extended bonnets. The operator mounted to the bonnet shall be 3'-0" from the center of the operator to the top surface of each vault in which they are installed. The shaft, mounting hardware, and connections shall be stainless steel. AIR AND VACUUM RELEASE VALVES: Air and vacuum release valves shall consist of an air and vacuum release valve and a surge check unit. The valve shall be rated for the operating pressure of the. application, but no less than 125 psi. The body shall be cast iron and the float assembly shall be stainless steel. The surge check seat and disc shall be bronze. The air valve seat shall be Buna-N. The spring shall be stainless steel. The valve shall be APCO 1606/153 or' the equivalent product of GA Industries. FLAP VALVES: Flap valves shall be cast iron body, bronze mounted Clow Figure F3012 with flanged end or shall be the approved equal product of Waterman, or Rodney Hunt. Backflow Preventer shall be installed as indicated on the drawings. It shall be a double check valve assembly consisting of two independently acting check valves and four correctly located test cocks. All parts must be replaceable without removal of the unit from the line. Materials shall be as follows: body-galvanized cast iron, working parts-bronze, valve seats-bronze, valve disc-neoprene. Head loss through the six-inch assembly shall be less than 3 psi at 800 gpm. Assembly shall be Hersey No.1 by Hersey Products, Inc., or approved equal product of Cla-Val Company. VALVE APPURTENANCES: Concrete Valve Vaults: Except as otherwise indicated, all underground valves shall be installed with a restrained flange adapter (RFA) or a dismantling joint (DJ) coupling to facilitate easy removal for maintenance within the concrete valve vault. The RFA or DJ shall be as specified in the PLANT AND YARD PIPING Section of these Specifications. Cast Iron Valve Boxes: All underground gate valves shall be installed with cast iron valve boxes having a suitable base and shaft extension sections to Cover and protect the valve and permit easy access and operation. Extension stems and position indicators for underground butterfly valves shall be as 0302-01 T07 Valve~ Hydrants and Gatas.doc 'ZEL, ENGINEERS T7-4 I I I I I I I I I I I I I I I I I SECTION T7 VALVES, HYDRANTS, AND GATES specified under "Manual Operators# for Butterfly Valves. Box assemblies shall be Mueller H-I0357, Grinnell, or an approved equal. The word WATER shall be cast on covers for valve boxes on potable water lines only. Floor box with operating nut shall be high strength cast iron with a bronze bushed, operating nut size as suitable for the service intended, and shall be similar or approved equal to a craft floor box with operating nut. Two operating handles for 2# square nut operators shall be furnished of the size, diameter and length normally supplied for the valves. Installation: Valves in valve boxes shall be plumb and appropriately located to provide for removal and installation using a suitable coupling. Earth fill shall be carefully tamped around valve boxes to the undisturbed face of the trench. Valves shall have the interiors cleaned of all foreign matter before installation. Stuffing boxes shall be tightened and the valve shall be inspected in both opened and closed positions to see that all parts are in working condition. Manhole frame and cover for valve boxes shall be Neenah #R6060 or comparable product. PAINTING AND TESTING REQUIREMENTS: Painting and Testing: All iron surfaces of the valves shall be painted; surfaces shall be clean, dry, and free from grease before painting. The valve surfaces, except for seating, shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification TT-V-51C or 512. Hydrostatic and leakage tests shall be conducted in strict accordance with AWWA C500. Affidavit of Compliance: The Vendor of the valves shall, upon completion of manufacture, provide to the OWner an "Affidavit of Compliance" in accordance with AWWA C500 or CS09 as appropriate. Proof-of-Design Test: Vendor shall include with his submittal certified copies of Proof-of-Design Tests in accordance with the applicable AWWA specification. SLIDE GATE: General: The Gates shall be either self-contained, with yoke and bench stand operators, or non-self-contained, with separate stem guides and operators, in accordance with the requirements of these specifications. Specific gate design and configuration shall be as noted in gate schedule or as shown on plans. Frames and Guides: The gate frame shall be rigid, welded unit, composed of the guide rails, cross bars, and headrails (self-contained only), with a clear opening the same size as the waterway, unless otherwise specified. The guides shall be of structural shapes. The guides will be of sufficient. length to support two-thirds (2/3) the height of the slide, when the gate is fully open. 0302-01 707 Valves Hydrants ana Gate..doc 'ZEL, ENGINI;I;RS T7-S I I I I I I I I I I I I I I I I I I I SECTION T7 VALVES, HXDRANTS, AND GATES On self-contained gates, where the guides extend above the operating floor, they shall be sUfficiently strong so that no further reinforcing will be required. The yoke to support the operating device shall be formed by members welded or bolted at the top of the guides. The yoke shall be sUfficiently strong to support the lift forces, without excessive deflection, when subjected to a load of 80 pound pull on the operator. Additional members will be added to the frame as required in this specification for flush bottom closure, spigots, and "J" bulb seals. Slide Cover (Disc): The slide cover shall .be plate reinforced with structural shapes welded to the plate. The slide cover shall not deflect more than 1/360 of the span of the gate under maximum head. The stem connection shall be either the clevis type, with structural members welded to the slide and a bolt to act as a pivot pin, or a threaded and bolted (or keyed) thrust nut supported in welded nut pocket. The clevis or pocket and yoke of the gate shall be capable of taking, without damage, at least twice the rated thrust output of the operator at 40 pounds pull. Stem: The stems shall be required for intended service, of suitable length and, ample strength. The stem diameter shall be capable of withstanding twice the rated output of the operator at 40 pound pull, and shall be supported such that the L/r ratio for the unsupported part of the stem shall not exceed 200. Operators: Manually operated lifting mechanisms shall be as indicated on the plan drawings or in the gate schedule. Handwheel type lifts shall be without gear reduction. The crank operated type shall have either a single or double gear reduction, with a threaded bronze lift nut to engage the threaded portion of the stem. The lift nut shall be flanged and supported on non-metallic thrust washers, or ball, or roller bearings to take the thrust developed during opening and closing of the gate. . Gears, where required, shall be provided with machine cut teeth for smooth operation. The gearings and lift nut shall be mounted in a housing which in turn shall be mounted on the yoke of the gate, or separately supported on another structure or pedestal. Lubrication fittings shall be provided to permit lubrication of all gears and bearings. Gates which have a width exceeding twice the slide height shall be furnished with tandem interconnected operators with a single input crank. An arrow shall be cast on the gear housing or handwheel to indicate the direction of rotation to open the gate. A maximum effort of 40 pounds shall be required to operate the gate after it is unseated. 0302-01 107 Valves Hydrants and Gates.doc 'ZEL, ENGINEeRS T7-6 I I 1 I 1 I 1 I I I 1 1 1 I 1 I 'I I I SECTION T7 VALVES, HYDRANTS, AND GATES When indicated, all operators shall be furnished with either a graduated, clear plastic stem cover or a galvanized steel pipe stem cover and counter type position indicator to show the position of the gate in tenths of an inch. FlushPQttQID GlQ~~+.~: When indicated on the plans or in the gate schedule, gates shall be furnished with a flush seal arrangement. A resilient neoprene seal with a minimum width of exposed face of %1> shall be securely attached to the frame along the invert, and shall extend to the depth of the guide groove. "JI> Bulb Seals: When an unseating head is shown on the plans, or specified in the gate schedule, the gate shall be provided with "J" bulb seals along the sides, and aC.t'O$S theinve.t't (wei.t' gates) o.t' top (standa.t'd llPward opening) of the gate. When seals are required completely around opening, a flushbottom closure shall be used on the invert. Seals shall be mounted either on the frame or disc, such that seals do not protrude into the specified opening of the gate. The fabricated slide gates shall be Waterman Model SSR-10 or equal. Material: Frames, Rails, Cover Slides, Yokes Stainless st~el - ~STM A~27Q, Type 304 O~ 316 as specified. Fasteners and Anchor Bolts Stainless Steel - ASTM A-276, Type 304 or 316, or Stainless Steel - ASTM F-593 and 594 18-8, as specified. Stems Stainless Steel - ASTM A-276, Type 304 or 316, as specified. Flushbottom Seals and "J" Bulb Seals Rubber - ASTM D-2000 BC 610/615 or other suitable composition for extended use in water and sewage. Finish: lift. Mill finish on all stainless steel surfaces with standard shopcoat on FIRE HYDRANTS: The Contractor shall furnish and install fire hydrants in conformance with the following requirements: '"-- 0302-01 T07 Valves lIydrants and Gates.doc 'ZEL, ENGINEERS T7-7 I I I I I I I I I I I I I I I I I I I SECTION T7 VALVES, HYDRANTS, AND GATES Materials: Fire hydrants shall be cast iron, fully bronze mounted, designed for 200 psi working pressure, and shall co~form to the requirements of AWWA CS02. Hydrants shall be suitable for connection to pipe having 42-inch cover. Stem and barrel extensions shall be installed where necessary to bring the hydrants to an approved mounting height. Hydrants shall have a minimum valve opening of 5-1/4 inches, and shall be equipped with two 2-1/2 inch hose nozzles and one 4-1/2 inch pumper nozzle, with National Standard Hose Thread, and shall be Mueller Improved Type No. A-423 with oil reservoir, or approved equal. Each hydrant shall have the standard red enamel paint finish. Installation: Hydrants shall be set plumb and at such elevation that the connecting pipe shall have at least 42 inch cover over the pipe. Earth fill suitable for backfill as previously defined, shall be carefully placed in 6- inch layers and to 3 feet on all sides, or to the undisturbed face of the trench if nearer, and carefully tamped. Not less than 7 cubic feet of crushed or broken stone shall be placed around the base of the hydrant to insure drainage. The interior of the hydrant shall be thoroughly cleaned of all foreign matter prior to installation, and after installation, each hydrant shall be operated to assure proper operation. The 6-inch auxiliary valve shall be independently secured to the hydrant and main line tee with fully restrained joints or the rod harness. The rod harness shall consist of Star Fig. 7 tie bolts with threaded rods and nuts. Entire assembly 'shall be coated with coal tar bitumastic after installation. Concrete blocking will not be permitted. TESTING, CLEAN-UP, AND STERILIZATION: Testing and clean up shall be performed in accordance with the provisions of the PLANT AND YARD PIPING Section of these specifications. All valves shall be in place when lines are tested. Any cracked or defective valves discovered in consequence of the testing shall be removed and replaced with sound material and the test shall be repeated until a satiSfactory test is achieved. PAYMENT: No separate payment will be made for the work covered under this section of the specifications. All costs in connection therewith shall be included in the lump sum p~ice fQ~ the GQroplete~ WQ~k. 0302-01 T07 Valves Hydrants and Gates.doc 'ZEL, ENGINEERS T7-8 I I I I I I I I I I I I I I I I I I I SECTION T8 BUILDING ACCESSORIES SCOPE: The work covered by this section of the specifications consists of furnishing all plant, labor, equipment, appliances, materials and in performing all operations in connection with the installation of all building accessory items as hereinafter designated, complete, in strict accordance with this specification, the applicable draWings, and subject to the terms and conditions of the Contract. ROLLUP DOOR: Rollup door shall be an 18ga, electrically operated 460 volts~ 3 phase, 60 Hertz~ rolling steel-door with emergency chain operation, non-contact sensing edge~ heavy industrial duty gear head operator, lockable bottom latches at each side and perimeter weather seals. The door shall have acoustical/thermal insulation to provide a minimum of 30dB STC sound attenuation. The finish shall consist of a zinc-rich primer with a powder paint overcoat. Color shall be selected by owner. The rollup door shall be the product of Cornell Iron Works, Mountaintop, PA, or approved equal. DOORS ~ FRAMES, AND HARDWARE: Threshold, frames, and hardware shall be furnished by factory assembled and pre-hung with hardware attached. free from warps or buckles; miters shall be accurate. finished with color imbedded in gel coat. Color to be the door manufacturer, Finished work shall be Doors shall be factory approved by the Owner. . Doors shall be 1 3/4~' thick Fiber Reinforced Plastic (FRP) and shall be the standard product of Chem Pruf Door Co. Ltd. or approved equal. Door color shall be integrally molded into the door and selected by the owner from a full- range of colors. Frames for FRP doors shall be FRP and provided by the door manufacturer. Interior doors and frames shall be self closing, with a Ihour minimum fire rating. Frames shall be double rabbeted having 5/8 inch stops with 5/8 inch integral returns, and shall have 4 inch heads and 2 inch jambs. Frames shall be reinforced for hinges and other hardware and shall be provided with sill anchors and six 3/8"xS" sleeve anchors (stop anchors) 3 each side for anchoring the. jambs to the masonry walls. Door Glass shall be 1/4" clear safety glass. .Weather stripping shall be provided. Electric Strikes shall be provided for all standard exterior doors. Voltage and Magnetic card swipe shall be coordinated with the electrical work. to match power and security system provided. Strikes shall be the 7270 fail-secure product of Adams Rite Manufacturing Co., Pomona, CA. Hardware: Except as otherwise indicated, door hardware shall be the specified product of Sargent or shall be the - comparable product of Yale, Fenesra, or approved equal. 'ZEL, ENGINEERS 0302-01 TOO BuUding J\ccessod.esr.doc T8-1 I I I I I I I I I I I I I I I I I I I SECTION T8 BUILDING ACCESSORIES Butt Hinges: Hinges shall comply with ANSI/BHMA Al56.1-2000 Butts and Hinges. McKinney T4A 3386 4 1/2" x 4 1/2". Provide 3 each hinges for doors up to 90" and 1 each additional hinge for every additional 30". Lock:;;ets :;;hall be lubricated by graphite and :;;hall be adjusted for proper operation; hinges shall have maintenance free lubrication. Provide Oil-Lite hinge bearings. Ball bearing and Anti-Friction bearing hinges are not acceptable. Exit Devices: Exit devices shall meet or exceed Grade 1. requirements of ANSI/BRMA A156.3-2001 Exit Devices. Mortise Exit Devices: Sargent 8900 series or approved equal. Surface Vertical Rod Exit Devices: Sargent 8700 series or approved equal. Provide flush floor strikes. Closers: Hydraulic closers shall be provided for all doors and shall be Sargent series 351, standard application or approved equal. Perimeter Seals: Provide silicone, polyurethane, brush or high performance neoprene products. Thresholds: Provide cast aluminum thresholds with cast on anchors and manufacturers standard slip resistant coating. Thresholds shall be 5" in width unless otherwise noted. Provide thresholds as manufactured by Granite State Casting Co. (GSCC) or approved equal. Silencers: Provide 3 each silencers for single doors and 2 each silencers for pairs of doors. Do not provide silencers for doors with weather stripping. Hardware Finishes: Product Butt Hinges Continuous Hinges Surface Bolts Exit Devices Closers Finish 32D/630 32D/630 US2C 32D/630 (wI CPC) EN/689 The Contractor shall submit shop drawings, including a hardware schedule. The schedule shall include for each item: the quantities, manufacturer's catalog numbers, detail information, locations, and hardware set identification, corresponding ANSI or BHMA standard type or function number to manufact~rer's catalog number. All locks shall be keyed alike to match plant access requirements. Finishes on all hardware shall be US32D unless otherwise noted. Hinges shall be stainless steel. Fastenings of proper type, size, quantity, and finish shall be supplied with each article of hardware. Fastenings exposed to the weather, chemical, or water process areas shall be of stainless steel. Hardware sets shall be as follows: HW SET 1 (Single Exterior) 3 each 1 each 1 each Hinge x T4A3386 x NRP 32D Exit Device x 16-43-8904 x PTB x TB x CPC 32D Closer x 351 x CPS x SRI x TB EN McKinney Sargent Sargent 'ZEL, ENGINEERS 0302-01 T08 Building .l\cc9ssoriesr .doc T8-2 I I I I I I I I I I I I I I I I I I I 1 each 1 each 1 each 1 each 1 each 1 each SECTION T8 BUILDING ACCESSORIES Latch Protector x 320 Overhead Rain Drip x 346C Perimeter Seal x SeSD Door Bottom Sweep x 345AP Cast Threshold x GS-300A x 5h width Electric Strike Plate 630 Clear Black Clear Rockwood Pemko Pemko Pemko Satin SS Adams Rite HW SET - 2 Four leaf door. Top two leaves bi-parting on monorail and with chain bolts top and bottom. Bottom right leaf active, keyed from outside, and panic hardware from inside. Bottom left.leaf chain bolts top and bottom. Hold open capability on all leaves.. Supply all necessary hardware. HW SET - 3 (Single Interior) 3 each 1 each 1 each 1 each 1 each 1 each 1 each 1 each SKYLIGH'rs: Hinge x T4A3386 x NRP Exit Device x 16-43-S904 x PTB x TB x CPC Closer x 351 x CPS x SRI x TB Latch Protector x 320 Overhead Rain Drip x 346C Perimeter Seal x S8SD Door Bottom Sweep x 345AP Cast Threshold x GS-300A x 5h width 32D 32D EN 630 Clear Black Clear McKinney Sargent Sargent Rockwood Pemko Pemko Pemko Skylights shall be the standard product as specified below of WASCO Skydomes or shall be the comparable product of Naturalite, Inc., Plasteco, Inc., or equal. The skylight units shall be curb mount, Square Wasco No. CSl-80S0 having a translucent white, double acrylic or fiberglass dome housed in an aluminwn frame with built in weepage gutter. CAULKING: All joints between metal and metal, between metal and masonry on the exterior of the buildings, and under all metal thresholds at exterior doors shall be filled and caulked with Tremco "Mono", non-staining caulking compound (Fed. Spec. T~r-S-00230) applied by gun in a manner that will exclude dust, air and rain. .All masonry to be in contact with caulking compound shall be given a coat of shellac before caulking is applied. Caulk joints before final coat of paint: is applied to adjacent work if painting is required. WINDOWS: General: Windows shall be thermal break aluminum projected windows with twin glaZing, Time Industries TLM200, hinged without limit stops, or shall be.the comparable product of A & S Window Assoc., Hope's, Rebco, or Winco Mfg. Co. Exterior faces of windows shall be easily cleanable from the inside. Windows shall be furnished with anchors and attachments and complete with all related and necessary material for a weather tight installation. Shop drawings, including installation details, shall be submitted for approval prior to commencing fabrication. . 0302-01 Toe Building Accessoriesr.doc TS-3 'ZEL, ENGINEERS I I I I I I I I I I I I I I I I I I I SECTION T8 BUILDING ACCESSORIES Screens shall be 18 X 14 mesh standard aluminum screens, inside mounted, with wicket access having ample room for the cam handle operators. stone stools shall be grey ribbon stock slate, honed finish as produced by the Structural Slate Company o~ approved equal. stools shall be set firmly in grou1: to its true and proper position. InterioJ: View Windows: The frame for the fixed glass view windows shall be a double rabbeted wrap around type of 16 guage pressed steel, 5-3/4H wide with 2H wide head, jamb and sill reveals and having S/SH stops and s/aH integral returns. Corners of the frame shall be mitered and welded and each jamb shall be provided with two masonry anchors. Steel or aluminum glazing bars for retaining the glass shall be provided on all four sides of the frame, to be secured to the jambs, head and sill with countersunk screws, three screws per jamb and five screws each for head and sill. The frames shall be galvani:<:ed bonderized, and prime painted similar to the door frames. Glass: Manufacturer's labels. showing strength, grade, thickness, type and quality shall be required on each piece of glass. Any wave in the glass shall be installed horizontally. Glass for all exterior projected windows shall be 1/4 inch glazing. Fixed view windows shall be 1/4 inch safety glazing. Clean al.l glass on both sides at completion of the building.. Do not use acid or caust:ic solutions for cleaning glass. After cleaning, leave all glass free from rattles, scratches and imperfections. CAULKING: All joints between metal and metal, between metal and masonry on the exterior of the buildings,. and under all metal thresholds at exterior doors shall be filled and cauled with Tremco \\MonoH, non-staining caulking. compound (Fed. Spec. T'I'-S-00230) applied by gun in a manner that will exclude dust, air and rain. lUl masonry to be in contact with caulking compound shall be given a coat of shellac before caulking is applied. Caulk joints before final coat of paint is applied to adjacent work if painting is required. CARPENTRY: General: The requirements for carpentry in connection with form work is covered under CONCRETE of these specifications. Lumber srrading shall be in accordance with the current grading rules for Southern Pine lumber, full and square, surfaced four sides to standard yard sizes and job ripped to sizes indicated. Dimension lumber shall have moisture content not exceeding Association Rules for the grade. All lumber, nailers, blocking, curbs, cants, etc. shall be treated Southern Yellow Pine treated in conformance with LP22 with Chromated Copper Arsenate (CCA) and shall retain 0.4# per cu. ft. of dry chemical. Lumber shall be kiln dried after treatment. 0302-01 Toe Bu.l1dinc;r Accessoriesr .doc 'ZEL, ENGINEERS T8-4 I I I I I I I I, I .1 I I I I I I I I I SECTION T8 BUILDING ACCESSORIES Plywood shall be grade-stamped in accordance with American Plywood Association standards and unless otherwise shown shall be Group 1 or 2, A-C manufactured with wa1:erproof glue and installed with the "A" face exposed. Installation: Install framing, blocking, furring, nailers, grounds, etc., accurately and securely attach to building structure with bolts, screws and nails. Bolts shall be drawn up tight and countersunk as needed for fit of the work. Back Priming: Paint concealed surfaces of all finished trim and millwork before erection with one coat of approved alkyd base paint. Miscellaneous Materials: Bolts, nuts, washers, wood screws, metal screws, lag bolts, :Lead expansion shields and toggle bolts shall be furnished in sizes, types and quantities appropriate for the installations and in accordance with the bes1: practices of the trade. Where exposed they shall be non-corroding type. . Protecti.on of Dissimilar Metals: Where dissimilar metals are in contact with each other (such as copper and galvanized iron) a piece of 15# felt shall be installed with hot asphalt in such a manner to separate the metals from being in contact with each other. Felt shall be neatly trimmed and excess asphalt removed after completion. SHOP DRAWINGS AND SAMPLES: Shop drclwings shall be furnished in six copies for doors, finish hardware, accessories, and windows; fabrication shall not proceed until after Engineer's approval. Samples shall be submitted for approval of other materials at variance with the specified item. PAYMENT: No separate payment will be made for any of the work covered by this section of the specifications. All costs in connection therewith shall be included in the lump sum Bid for the completed work. 'ZEL, ENGINEERS 0302-01 Toe Building A<:cG""oriesr .doc T8-5 I SECTION T9 PAINTING AND FINISHING I, SCOpg: -- I The "~ork covered by this specification consists of furnishing all plant, labor, equipment, appliances, and materials, and in performing all operations in connection with the painting of metals, masonry, concrete, wood, plastic, and equipment of the buildings and process work as well as the cleaning and disinfection of the ground storage tanks at Flowing Wells Boos"t;er Station. Painting shall b~ performed at such times and in such placEls as the Contractor and Engineer may agree upon in order that dust- free and neat work be obtained. All painting shall be done in strict accol:dance with the recommendations of the manufacturer and shall be perfclrmed in a manner satisfactory to the Engineer. Ferrous metals shall be primE~ coated in the shop as specified herein or in other sections and shall have any bare spots resulting from handling or welding touched up with one coat of the respective shop paint. I I I I APPLICABLE PUBLICATIONS: I The publications listed below form a part of this specification to the extent referenced. The pUblications referred to in text by the basic designation only. American Society for Testing and Materials (ASTM): I ])4258 ])4259 Surface Cleaning of Concrete Abrading Concrete I ~can Water Works Association, Inc. (AWWA) Standards: 1)100-84 D102-97 Welded Steel Tanks for Water Storage Painting Steel Water Storage Tanks Painting Council (SSPC) Specifications: Solvent Cleaning Hand Tool Cleaning Power Tool Cleaning Commercial Blast Cleaning Sweep Blast Cleaning Near White Blast Cleaning I steel Structures ~;SPC-SP 1 SSPC-SP 2 sSPC-SP 3 SSPC-SP 6 SSPC-SP 7 SSPC-SP 10 I I Unless otherwise specified, all work and materials for the preparation and coating of all metal surfaces shall conform to the applicable requirements speci:Eied in the Steel Structures Painting Manual, Volume 2, Systems and Specifications Revised, latest edition, published by the Steel Structures Painting Council. I I MATER~: I All paints shall be fresh and shall arrive on the job in the original, unopened containers that clearly show the name of the manufacturer and directions for application. This specification utilizes the products of the Carboline Company as the standard of quality and color; equal products from other manufacturers may be substituted upon approval by the Engineer. I I 0302-01 T09 Painting and Fini~hing.doc T9-1 'ZEL, ENGINEERS J I I SECTION T9 PAINTING AND FINISHING I . Shipping, Storage and Handling: I I All paints shall be properly prepared by the manufacturer and delivered to the site for field painting in the original unbroken containers with manufacturer's label plainly printed thereon. Each container shall provide labels with following information: Name or title of material; manufacturers name; date of manufacture; list of hazardous ingredients; thinning instructions; and application instructions. Type of material to be applied at each location shall be submitted to the Engineer with the manufacturer's written recommendation of the type paint for each item to be painted. Containers that are broken, opened, watermarked and/or contain caked, lumpy, or otherwise damaged materials, are unacceptable and shall immediately be removed from the work site. I I I The Contractor shall exercise every precaution in the storing of paints, solvents, cleaning fluids, rags, and similar materials as to eliminate the risk of spontaneous combustion or other hazardous conditions. Portable fire extinguishing equipment shall be provided in a convenient location for emergency access. All painting materials stored on the job site shall be stored in a location outside of the work area. The Contractor shall take all safety precautions in accordance with Section 7 of AWWA D-l02, NFPA Bulletin No. 101 and all federal, state and local regulations. I I SURFACES REQUIRING PAINTING: I The painting required by this section shall include painting the piping and equipment of this contract, including the steel work associated with the project. Included in the painting are all piping and equipment, including the steel work associated with the project. I Exterior painting shall include: all ferrous metal associated with the work of this contract and all exposed plywood, as well as the chemical resistant coatings of the containment structures. I Interior painting shall include all exposed interior concrete and block (except floors), exposed wood, ferrous metal work, piping, fittings, valves, equipment and other metal work of this contract both existing and new. Interior painting shall also include touch up of all surfaces modified or damaged during construction. I I Equipment prefinished by the manufacturer shall conform to the special requirements of the specification section in which the equipment is specified, but shall not have a finish of lower quality than herein specified for exterior and interior metal work. I Exterior masonry, concrete, aluminum, chrome, stainless steel, prefinished fiberglass and exterior galvanized pipe shall not be painted except as specifically noted elsewhere. I SURFACE PREPARATION: I All surfaces that are to be painted shall, prior to application of paint, be cleaned, washed and further prepared in accordance with SSPC SP-l Solvent Cleaning and as specified herein. Surfaces of ferrous metal to receive I 0302-01 f09 Painting and Finishing.doc T9-2 'ZEL, ENGINEERS I I I SECTION T9 PAINTING AND FINISHING I Phenolic, Vinyl, Epoxy, or Alkyd Primers shall be thoroughly cleaned by sandblasting to commercial blast metal (SSPC-SP6). Where long oil primers are elsewhere specified, SSPC-SP3, power brush cleaning is acceptable; submerged surfaces shall be near-white blast (SSPC-SPIO). Reference coating manufacturer's product data sheets for specific surface preparation guidelines based upon the substrate and service application. I I Masonry and concrete. surfaces requiring paint shall be free of moisture, dust, dirt, oil, grease or stains. Efflorescence or laitance shall be removed by brushing, sandblasting, or,. subject to the directions of the Engineer, by acid etching. Reference coating manufacturer's product data sheets for spec~fic surface preparation guidelines. I Wood surfaces shall be thoroughly cleaned and free of all foreign matter, with cracks and nail holes and other defects properly filled and smoothed. I PolYVinyl Chloride (PVC) pipe surfaces shall be solvent wiped and lightly sanded. I Prepainted Surfaces: Primed surfaces where the coating is in good condition shall be lightly sanded, wire brushed, or sweep blasted to slightly roughen the surface. Where the paint is showing rust, or otherwise failing, the surface shall be sand blasted for repainting as new material. Surfaces shall be sanded to eliminate the scale marks .and other imperfections that will not permit a smooth finished surface. Cracks, nail holes, and other defects shall be appropriately filled and smoothed. I I APPLICATION: I No paint shall be applied when the air or surface temperature, as measured in the shade, is below that which is recommended by the manufacturer. Paint shall not be applied to wet or damp surfaces without manufacturers prior written approval for each individual location, and shall not be applied in rain, snow, fog, mist, or when the surface temperature will be less than 50 F above the dew point. No paint shall be applied when it is expected that the surface temperature will drop below the manufacturer's recommendation within eight hours after the application of the paint. Care must be exercised that the coatings are applied in the thickness range recommended by the manufacturer, and that adequate drying time is permitted between coats to assure proper release of solvents. I I I Mixing, thinning, pot life, application procedure, equipment, coverage, curing, re-coating, storage and number of coats shall be in accordance with coating manufacturer's instructions. I Each application of material shall be worked into corners, crevices, joints, etc., and distributed evenly over flat. surfaces. Spraying techniques that result in a uniform wet pattern shall be used and dry spraying should be avoided. Dry spray shall be removed prior to coating being applied. All bolts, welds, sharp edges, and difficult access areas shall receive a primer brush coat or spray coat prior. to primer spray application. I I I 0302-01 T09 Painting and Finishing.doc T9-3 'ZEL, ENGINEERS I I I SECTION T9 PAINTI~G AND FINISHING COATING SYSTEMS: I I Surface: Concrete and CMU - non-immersion, interior, new or existing Surface Prep - Concrete must be cured for 28 days at 750F& 50% relative humidity {laitance, form oils, curing agents or surface hardeners must be removed by suitable method prior to coating application. CMU - Mortar joints should be thoroughly cured a minimum of 15 days at 50% relative humidity. Primer - Sanitile 600 @ 2.0-20.0 mils DFT 1st Coat - Carboguard 690 @ 5.0-8.0 mils DFT 2nd Coat - Carboguard 690 @ 5.0-8.0 mils DFT Total System - 10.0-16.0 (without primer) I I I Surface: Exposed ferrous metal, machinery, and equipment - non-~ersion; interior; new or existing. (Bituminous coated pipe shall be sealed before recoating.) Surface Prep - SSPC SC6 Primer - Carbozinc 859 @ 3.0-5.0 mils DFT Shop apply primer for new work. 1st Coat - Carboguard 690 @ 5.0-8.0 mils DFT 2nd Coat - Carbothane 133HB @ 3.0-5.0 mils DFT Total System - 11.0-18.0 mils DFT I I I I Surface: Exposed ferrous metal, machinery, and equipment - non-~ersion; exterior; new or existing. (Bituminous coated pipe shall be sealed before recoating.) Surface Prep - SSPC SC6 Primer - Carboguard 690 @ 5.0-8.0 mils DFT. Shop apply primer for new work. Finish - Carbothane 133HB @ 3.0-5.0 mils DFT Total System - 8.0-13.0 mils DFT I I Surface: Ferrous metals, machinery, pumps, pipes, valves - immersion (NSF); new or existing. (Bituminous coated pipe shall be sealed before recoating. ) Surface Prep - SSPC SPI0 Primer - Carboguard 691 @ 5.0-8.0 mils DFT Shop apply coatings for new work. 1st Coat .- Carboguard 691 @ 5.0-8.0 mils DFT Total System - 10.0-16.0 mils DFT I I I Surface: Polyvinyl chloride pipe, interior exposed. Primer - Carboguard 691 .@ 5.0-8.0 mils DFT Shop apply coatings for new work. 1st Coat - Carboguard 691 @ 5~0-8.0 mils DFT Total System - 10.0-16.0 mils DFT I I 0302-01 T09 Painting and Finishing.doc T9-4 'ZEL, ENGINEERS I I SECTION T9 PAINTING AND FINISHING I Surface: Aluminum, exterior exposed. Primer - Carboguard 690 @ 5.0-8.0 mils DFT Shop apply coatings for new work. 1st Coat - Carbothane 133HB @ 3.0-5.0 mils DFT Total System - 8.0-10.0 mils DFT I I WORKMANSHIP: I I All painting shall be done in a workmanlike manner, leaving the finished surface free from drops, ridges, waves, laps and brush marks. Sufficient time shall be allowed between coats to insure proper drying. Paint shall be applied Under dry and dust free conditions. Paint shall be applied in a manner that the coverage shall not exceed that recommended by the manufacture~. Where there is any doubt, either about generic composition or compatibility of existing coatings a test application shall be made and after 14 days checked for adhesion characteristics and other forms of incompatibility. Paint during application shall be continuously stirred and no thinner . shall be added after the paint has been mixed. Paint shall be thoroughly worked into all joints, corners. Should any coat or paint be judged unsatisfactory, the Contractor shall remove the coat(s) as necessary and repaint at no additional cost to the Owner. I I I COLORS: I Where two field coats or more are required by these specifications, the colors shown in this section shall be used for all except the final coat. Final paint shades must be approved after application of the initial coats and before the application of the final coat. Selected colors for the project are from the Carboline color books. Trim shall be finished same as wall colors. A color schedule complete with color chips shall be submitted for approval. I I Exterior Work: I Cast iron MH frames, covers, and grates Electrical Equipment Valves, valve operators, floor stands, and stem guides Piping Black Al uminum Color Code I Color Code Interior Work (General): I Piping Valves Color Code (Match Pipe Color Code) Color Selection by Owner Color Selection by Owner Aluminum Color Selection by Owner I Walls Ceilings Pipe Rails Ductwork, Doors and Trim I I 0302-01 T09 Painting and Finishing.doc T9-5 'ZEL. ENGINEERS. I I I SECTION T9 PAINTING AND FINISHING EXPOSED PIPE PAINTING: I Identification painting shall be arrows shall be stenciled on contrasting color. provided for all piping. all interior piping in Names and flow an appropriate I I Name of Item Potable Water Piping Non-Potable Water Piping Mechanical Equipment Electrical Duct Banks Raw Sewage Piping Color Blue Dark Blue Machine Gray Red Battleship Gray I I CLEAN UP: I The work area shall be kept free from surplus materials, dirt and rubbish at all times; After completion of the work, all paint spots or other. marks shall be removed from floors, walls, doors, and windows, etc. All exposed metal work and glass shall be carefully cleaned and the work area left clean. All cloths and waste that might constitute a fire hazard shall be placed in closed metal containers or destroyed at the end of each day. Upon completion of the work, all staging, scaffolding, and containers shall be removed from the site and/or destroyed in an approved and legal manner. I I DAMAGED COATINGS: I Damaged coatings, pinholes, and holidays shall have edges feathered and repaired in accordance with the recommendations of the manufacturer, as approved by the Engineer. All finish coats, including touch up and damage- repair coats shall be applied in a manner which will present a uniform texture and color-match appearance. I I UNSATISFACTORY APPLICATION: I If the item has an improper finish, color, or insufficient film thickness, the surface shall be cleaned and topcoated with the specified material to obtain the specified color and coverage.. Specific surface preparation information will be secured from the coatings manufacturer and approved by the Engineer. All visible areas of chipped, peeled, or abraded paint shall be hand or power-sanded, feathering the edges. The areas shall then be primed and finish coated in accordance with the specifications. Work shall be free of runs, bridges, shiners, laps, or other imperfections. Evidence of these conditions shall be cause for rejection. Any defects in the coating system shall be repaired by the Contractor per written recommendations of the coating manufacturer and as approved by the engineer. I I I I 0302-01 T09 Painting and Finishing.doe T9-6 'ZEL, ENGINEERS I I SECTION T9 PAINTING AND FINISHING I PAYMENT: I No separate payment will be made for any of the work covered by this section of the specifications. All costs in connection therewith shall be included in the lump sum Bid for the completed work. I I I I I I I I I I I I I I I 030Z-01 TOg Painting and Fini3hing.doc T9-7 'ZEL. ENGINEERS I I I SECTION TIDE ABOVEGROUND FUEL OIL STORAGE TANKS SCOPE: I The work covered by this section of the specifications consists of furnishing all plant, labor, equipment, appliances and materials, and in performing all operations in connection with the aboveground fuel oil storage tanks associated with the Project 10250 Goodrich Street Raw Water Pump Station Improvements - Contract 1, complete and in strict accordance with this section of the specifications, the applicable drawings, and subject to the tenms and conditions of the Contract. Provide two 110,000 Gallon fuel oil tanks and one 500 gallon lube oil pump out tank. I I I REFERENCES: The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. I ASME B16.26 ASME INTERNATIONAL (ASME) (1988) Cast Copper Alloy Fittings for Flared Copper Tubes I I ASTM A 36/A 36M ASTM A 569/A 569M ASTM INTERNATIONAL (ASTM) (2004) Carbon Structural Steel (1998) Steel, Carbon (0.15 Maximum Percent), Hot-Rolled Sheet and Strip, Commercial (2002) Operating Salt Spray (Fog) Apparatus (2003) Seamless Copper Water Tube (2003) Seamless Copper Water Tube (Metric) I ASTM B 11 7 ASTM B 88 ASTM B 88M I MANUFACTURERS STANDARDIZATION SOCIETY OF THE VALVE AND FITTINGS INDUSTRY (MSS) MSS SP-58 (2002) Pipe Hangers and Supports - Materials, Design and Manufacture (2002) Pipe Hangers and Supports - Selection and Application (2003) Bronze Gate, Globe, Angle and Check Valves I I MSS SP-69 MSS SP-80 I NFPA 30 NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) (2003) Flammable and Combustible Liquids Code (2003) Code for Motor Fuel Dispensing Facilities and Repair Garages (2005) National Electrical Code I NFPA 30A I NFPA 70 I UL 142 UNDERWRITERS LABORATORIES (UL) (2002) Steel Aboveground Tanks for Flammable and Combustible Liquids I 0302-01 Tl0E Abovoground Fuel Oil Storage Tank5.doc TlOE-l 'ZEL, ENGINEERS I I I SECTION TIOE ABOVEGROUND FUEL OIL STORAGE TANKS UL 2085 (1997; Rev thru Dee 1999) Protected Aboveground Tanks for Flammable and Combustible Liquids (2003) Electric Motors and Generators for Use in Division 1 Hazardous (Classified) Locations I UL 674 I UL 698 (1995; Rev.thru Mar 1999) Industrial Control Equipment for Hazardous (Classified) Locations (1994; Rev thru Apr 1999) Outlet Boxes and Fittings for Use in Hazardous (Classified) Locations I UL 886 I SYSTEM DESCRIPTION: I Provide aboveground storage tank systems and fuel p~p~ng systems complete and ready for operation. Fuel piping systems shall include aboveground piping and connections to diesel engine day tanks. I Engineer's approval is required for submittals. The following shall be submitted. I Shop Drawings: I Aboveground storage tanks (AST) Submit six (6) copies of shop drawings for each size of AST for approval. Indicate types, sizes, locations, installation details, and other construction details. Aboveground storage tanks Leak D~tection System High level alarm system Tank Level Gage System ~arm Control Panel System Remote alarm system, including SCADA connection details Fuel Pumping Systems to Day Tanks Remote Tank Fill System I I I I Test Reports: I Field acceptance test Manufacturer's Instructions: I Installation instructions I I 0302-01 Tl0B Aboveground Fuel Oil Storage Tanks.doc TlOE-2 'ZEL, ENGINEERS, I I I SECTION TIOE ABOVEGROUND FUEL OIL STORAGE TANKS Operation and Maintenance Data: I Aboveground storage tanks(AST), Data Package. Alarm control panel system, Data Package. Accessories for AST's, Data Package. I DELIVERY AND STORAGE: I I Handle and store aboveground storage tanks and containment piping systems, to prevent distortions and other damage that could affect their structural, mechanical, or electrical integrity. Replace damaged items that cannot be restored to original condition. Store items subject to deterioration by exposure to elements, in a well-drained location, protected from weather, and accessible for inspection and handling. I PRODUCTS: Aboveground Storage Tanks (AST): I Tanks provided shall be either of the two specified tank types. provided AST shall be UL listed for compliance with UL 2085, insulated, secondary containment aboveground storage tank, protected Each tank shall bear the UL label in compliance with UL 2085. Each as an type. I Concrete Vaulted Tank: I I Tank System: tank, thermal protection, secondary containment, and its enclosure (concrete vault) shall be shipped as a completed unit, that is, completely fabricated in manufacturer's factory. I Primary Tank: Listed under UL 142; in compliance with NFPA 30; ASTM A 569/A 569M or ASTM A 36/A 36M carbon steel; warranted for a minimum of 20 years by the manufacturer. I Concrete Vault: Mionimum 6 inches thick; num.mum design strength of 4000 psi 30 MPa at 28 days; encases and protects both primary and secondary containment; steel reinforcing bars; vault shall be either monolithic, or be provided with one horizontal joint or seam for the removable top of vault. No vertical joints or seams will be allowed. I Corrosion Protection: Coating on steel components exterior to the concrete encasement shall meet requirements of ASTM B 117. I Spill and Overfill Containment: UL .listed 7 gallon 26.5 liters spill/ overfill container manufactured as an integral part of the primary tank, surrounding the fill tube and protected by the 2 hour fire rating of the encasement; container shall have a stick port and normally closed valve to release spilled fluid into primary tank. .1 I I 0302-01 TlOE Aboveground Fuel Oil Storage Tanks.doc TIOE-3 'ZEL, ENGINEERS I I I SECTION TIDE ABOVEGROUND FUEL OIL STORAGE TANKS I Overspill Protection: Both of the following methods: Direct reading level gauge visible from the fill pipe access. Audible and visible high level alarm. I Exterior Finish: Exposed aggregate with cementious sealer, or vault surface sealed with cementious sealer and then coated with gloss urethane finish coat. I Signage: Signage shall be recessed in exterior of concrete to ensure against damage. I Venting: NFPA 30; 2 inch atmospheric vent ~nd emergency vent. I Anti-spill Valves: Where product piping extends below the top of the primary tank, piping shall include shutoff valve and a normally closed safety valve; safety valve shall be an approved anti-siphon valve or an electric solenoid valve. I Double-wall Steel Tank, Concrete Insulated: I Primary tank, its outer steel tank (outer enclosure), interstitial insulation, and the exterior fiberglass coating, all shall be shipped as a completed unit, that is, completely constructed in manufacturer's factory. I Primary Tank and Outer Steel Tank: Listed under UL 142; in compliance with NFPA 30; ASTM A 569/A 569M or ASTM A 36/A 36M carbon steel; warranted for a minimum of 20 years by the manufacturer. I Interstitial Insulation (Concrete): Concrete bounded by primary steel tank and outer steel tank; encases and protects primary tank; concrete placement shall be monolithic, that is, without seams; tank system provides the support legs which provide minimum SECTION 13210 Page 7 of 3 inch 76 mm clearance under outer tank. I I Corrosion Protection: Provide a fiberglass impregnated cladding on the exterior surface of the outer tank. This cladding shall be factory applied in the tank manufacturer's factory or an in factory accep~able to the tank manufacturer. The cladding shall be provided to a minimum thickness of 1/8 inch in compliance with the instructions of the cladding system manufacturer. I Secondary Containment: Outer steel tank. I Spill and Overfill Containment: UL listed 7 container manufactured as an integral part surrounding the fill tube and protected by the 2 encasement; container shall have a stick port and release spilled fluid into primary tank. gallon spill/overfill of the primary tank, hour fire rating of the normally closed valve to I Overspill Protection: Both of the following methods: direct reading level gauge visible' from the fill pipe access, and audible and visible high level alarm. I Venting: NFPA 30; 2 inch atmospheric vent and emergency vent. 'ZEL. ENGINEERS TIOE-4 I 0302-01 Tl0E Aboveground Fuel Oil Storage Tanks.doc I I I SECTION TIDE ABOVEGROUND FUEL OIL STORAGE TANKS I Anti-spill Valves: Where product piping extends below the top of the primary tank, piping shall include shutoff valve and a normally closed safety valve; safety valve shall be an approved anti-siphon valve or an electric solenoid valve. I Outer Steel Tank Exterior Finish: manufacturer's fiberglass impregnated coatin~ with total dry thickness a minimum of 1/8 inch 3 mm thick. ACCESSORIES FOR AST's: I I Provide the following accessories coordinated with each tank design: Leak detection sensor, high level alarm switch, fill port with overfill spill box, fuel outlet with anti-siphon foot valve, leak detection sensor, and vent with whistle alarm. I Leak Detection System: I Provide continuous surveillance probe type leak detection system. System shall be suitable for operation in NFPA 70, Class 1, Group D environment. Locate the leak detection system in the leak containment space between the primary tank and the secondary containment. Leak detection system shall electronically detect fluid leakage into containment space. Sensor output and transmission shall be electronic. Probe mounting system shall not restrict the flow of liquid to the sensing area of the probes. Sensor output shall provide control signal to the alarm control panel system specified in this section. Probe configuration shall be brass or stainless steel components with BUNA-N float. System shall give alarm condition when no more than 1/2 inch of liquid leakage is present. I I I High Level Alarm System: I Provide each tank with a vertical float type high level switch with alarm s~tting at 95 percent tank capacity. Switch output shall provide control signal to the alarm control panel system specified in this section. Tank Level Gage System: I Provide level gage system which can be read locally, connected to SCADA System. I Tank Fill Pumping System: I Pre-engineered System: I Provide a pre-engineered tank fill pumping system; a group of interrelated components which are design and construction coordinated and combined by one manufacturer into a unitary system as indicated in the manufacturer's catalog. The interrelated components include the steel frame, fill box, piping and fittings, valves, pumpset, and controller for automatic operation. I I 0302-01 Tl08 Aboveground Fuel Oil Storage Tanks.doc T10E-5 'ZEL. ENGINEERS I SECTION TlOE ABOVEGROUND FUEL OIL STORAGE TANKS Controller For Automatic Operation: I Level transmitter for installation in 2 inch 51 rom tank fitting. 90 percent tank level visual alarm. 95 percent tank level visual alarm. Tank leak alarm. Audible alarm horn activated by alarms specified above. Power available indicator. Control power on-off switch. Pump start/stop push-buttons and hand-off-auto switches. Top-off/hose drain mode push-button. Pump starter. Explosion proof controller enclosure. I I PIPING SYSTEMS: I Copper Tubing System: I Provide ASTM B 88M ASTM B 88, Type K or Type L copper tubing with ASME B16.26 flared fittings or compression type fittings for fuel oil supply, fuel oil return, and secondary (controls) piping. Gate Valves: I Class 125. I Check Valves: Class 125, swing check. I Dielectric Connections: Provide dielectric connections at piping connections of dissimilar metals. I ELECTRICAL REQUIREMENTS: I Provide switches and devices necessary for the tank electrical systems. Wiring, fittings, and components shall be explosion-proof in compliance with applicable requirements of UL 674, UL 698, and UL 886 for Class I, Di vision 1, Group C and D hazardous locations. Electrical installations shall conform to requirements of NFPA 70. I Alarm Control Panel System: I Control panel shall be in NEMA 4X enclosure, suitable for the environment, and the panel shall include solid state circuitry, and visual alarms. Locate each panel at indicated spot. Panel shall incorporate a manual, self-test system which permits verification of proper operation 9f high level alarm audible and visual alarm equipment. Provide a reset button to silence the audible alarm, but at the same time maintaining the lit alarm light until the alarm condition is corrected. I I I T10E-6 .'ZEL, ENGINEERS 0302-01 Tl0B Aboveground Fuel Oil Storage Tanks.doc --, I I I SECTION TIOE ABOVEGROUND FUEL OIL STORAGE TANKS Remote Alarm System: I System shall be in NEMA 4X enclosure, suitable for the environment, and shall include an audible alarm. Locate each enclosure at indicated spot. Provision for connections to the SCADA system shall be included. I INSTALLATION: I Fuel Storage Tanks: I Install vault type fuel storage accordance with NFPA 30 and instructions of the manufacturer. tanks, NFPA vents, and other connections in 30A and published installation FIELD TESTING: I Prior to application of test pressure, remove or valve off piping components which may be damaged by test and install a calibrated test gage in the system. Maintain test pressure for at least one hour on all new piping work. In the event of lea.kq,gE,!, loca.te a.nQ .t:epait; leak anQ J;E,!peat test. Submit a field acceptance test report for each new AST system installation and each new piping system installation. I I Piping System Test: I After tank erection and installation of val ves and p~p~ng, test piping. Perform hydrostatic test of new fuel piping work at 100 psig 27 kPa per mm (gage) for one hour. Replace defective material disclosed by pressure test and repeat test until results are satisfactory. I Storage Tank Test: I Pressure test tanks at not less than 5 psig or more than 7 psig and as recommended by the manufacturer. INSTRUCTION TO OWNER's PERSONNEL: I Furnish the services of competent instructors to give full instruction to the designated Owner's Representative in the adjustment, operation, and maintenance, including pertinent safety requirements, of the AST system, accessories for the AST, and the associated piping system. Instruction shall be given during the regular work week after the equipment or system has been accepted and turned over to the Owner for regular operation. Schedule instruction time with Engineer. The number of man-days (8 hours per day) of instruction furnished shall be two. Use approximately half of the time for classroom instruction. Use other time for instruction in the field at the equipment or system. I I I PAYMENT: I No separate payment will be made for work covered under this section of the specifications. All costs in connection therewith shall be included in the lump sum Bid for the completed work. I 0302-01 T10E Aboveground Fuel Oil Storage Tanks.doc TIOE-7 'ZEL, ENGINEERS I I I I I I I I I I I I I I I I I I I I SECTION Tll EQUIPMENT ERECTION SCOPE: The work covered by this section of specifications consists of furnishing plant, labor, supervision, equipment and materials and performing operations in connection with Equipment Erection as shown on the Drawings as specified herein. all all and All equipment and pipe supports shall be grouted with plain grout, unless otherwise directed. The Contractor, unless instructed otherwise by the Resident Project Representative (RPR) shall comply with the markings where shown for lifting and other such notations placed upon the packages. The Contractor shall be responsible for the final alignment of all motors purchased directly by the Owner or furnished with the equipment purchased by the Owner or furnished by the Contractor. All work necessary for preservation of and preventive maintenance for equipment, whether stored or erected, shall be performed by the Contractor. Preservatives shall be furnished by the Contractor. Contractor to maintain written records of all, preservation and preventive maintenance performed on major equipment before time of final acceptance. Spare parts furnished with equipment, but not to be erected, shall be placed in the storage area designated by the RPR. The Contractor shall furnish such expendables as welding rods, oxygen, acetylene, stainless steel (ss) shims, cleaning solvents, cleaning rags, etc. Equipment guards, platforms, railings, etc., furnished with equipment, shall be completely erected by the Contractor. ERECTION AND ASSEMBLY: The Contractor shall place and assemble equipment and machinery in accordance with the best practice of the trades involved. Wherever equipment manufacturer's special setting or erection instructions are furnished or called for by the manufacturer I s representative, they shall be followed. Wedging will not be permitted. Only flat shims shall be used in leveling equipment. All shims shall be furnished by the Contractor. Jack nuts shall not be used on anchor bolts for leveling, aligning or supporting machinery and equipment. Dial indicators shall be used for equipment alignment unless otherwise instructed by the RPR. Couplings shall be aligned within .003" tolerance overall unless otherwise instructed by the RPR. 0302-01 Tll EquiJXllont ErOlCtion.dox: 'ZEL, ENGINEERS Tll-l I I I I I I I I I I I I I I I I I I I SECTION Tll EQUIPMENT ERECTION Only oil bath heaters shall be used to expand bearings, couplings, etc. Oil temperature shall be controlled to prevent overheating of bearings. Should bearings be heated to temperature higher than that recommended by the bearing manufacturer, the Owner shall have the right to require the Contractor to provide new bearings in exchange for those overheated. No piping shall be permanently bolted to equipment flanges until the pipe is sufficiently supported and has been checked by the RPR to see that no strain is placed on the equipment. All mechanical drive couplings assembled by the vendor shall be broken and checked by the Contractor prior to start-up and any misalignment shall be corrected. All mechanical drive couplings shall be rechecked prior to start-up for misalignment and any misalignment shall be corrected by the Contractor. The work includes the flushing of gear cases and lubricant boxes where necessary and placement of initial fill of lubricants. Equipment erection shall include furnishing and installing dowels which shall be standard taper pins (1/4 inch to ft.) with pulling nut. Dowels shall be installed for each component piece, in a drilled and taper reamed hole in each of the diagonally opposite feet near the anchor bolt. Dowels shall not be installed until after the final alignment, immediately prior to start-up, has been completed. The Contractor shall remove any beams, bracing, etc., which interfere with erection of equipment and shall reinstall all components so removed immediately after erection of the equipment. The Contractor shall install any temporary supports required to permit erection of equipment. Openings for access into the building shall be made and closed by the Contractor. The Contractor must furnish, install, and dismantle any temporary access platforms that he deems necessary to erect the equipment. All drives involving two or more items of equipment and a motor, shall generally be installed in a sequence in which the motor is installed last. This sequence is mandatory incases involving a direct-connected motor drive. All items shall be in place and aligned prior to grouting. Spare parts and maintenance tools furnished with equipment shall not be used for installation work, and shall be turned in to the RPR. GROUTING: All grouting of equipment and machinery shall be done by Contractor with plain, "Embeco or LL636 grout or equal as specified by the RPR. Materials shall be the following: Portland cement, ASTM CI50-67, Type 1. Water, potable. 0302-01 Tl1 Equipment Erection.doe 'ZEL, ENGINEERS Tll-2 I I I I I I I I I I I I I I I I SECTION Tll EQUIPMENT ERECTION Non-shrink grout. Embeco (pre-mixed) or LL636 (pre-mixed) by Master Builders or equal shall be used. Sand, ASTM C33-64. Coarse Aggregate, ASTM C33-64, Size No.8 (3/8 in. to No.8). Forms for grout shall be properly designed and constructed to hold grout in position, without leakage until the cement has set up. Form plank shall be dressed and of uniform thickness, tongue and grooved SUfficiently tight to prevent the loss of mortar. Plywood or metal forms, approved by the RPR, may be used at the Contractor's option. / Exposed edges shall have chamfer as directed. All necessary ties, wires, braces, etc., required to properly align the forms, shall be furnished by the Contractor. Grout mixer RPR. water shall be mixed in a mechanical mixer, either concrete mixer or mortar type. For small amounts, hand mixing may be permitted if approved by the Material shall be accurately measured by volume or by weight, with mixing carefully measured. Foundation surface shall be clean dense concrete, free from laitance, oil, soaps, or other foreign material before placing grout. Surface of foundation shall be chipped to remove deleterious material and expose aggregate. All sand, paper, or other packing shall be removed by the Contractor from anchor bolt sleeves before placing equipment. Surface to receive grout shall be thoroughly wet ahead of grouting operation. All dirt and excess water shall be removed by blowing with compressed air, or other means suitable to the RPR. Any required chipping of foundations to prepare a satisfactory surface shall be done prior to placing machinery by the Contractor. Grouting of equipment, for which the manufacturer furnished equipment erection supervision, shall be done when directed by and under the general supervision of the manufacturer's erection supervisor. Unless otherwise directed, grout shall fill the entire base and shall be finished off smoothly and flush at the grout holes. The following mixes shall be used to grout equipment as directed by the RPR: No. 1 Mix - Plain mix (by weight) to be used for grouting two inches thick and less and shall consist of one part cement and one and one-half parts sand. No. 2 Mix - Plain mix (by weight) shall be used for grouting over two inches thick, and shall consist of one part cement and one and one-half parts sand. 0302-01 T11 Equipnent Erection.doc 'ZEL, ENGINEeRS Tll-3 I I I I I I I I I I I I I I I I SECTION Tll EQUIPMENT ERECTION No. 3 Mix - Embeco Mix (pre-mixed) shall be used only where specified and shall be prepared in strict compliance with the recommendations of the Master Builders Company. No. 4 Mix - LL636 (pre-mixed) shall be used only where specified and shall be prepared in strict compliance with the recommendations of the Master Builders Company. Any equipment that is required to be grouted with Embeco or LL636 by the manufacturer or manufacturer's erection supervisor shall be grouted with same unless otherwise changed by the RPR. Add just enough water to make a placeable mix. Mix shall be stiff and rammed into place unless otherwise instructed by the RPR or manufacturer's erection supervisor. Where thick grout (over 3") is to be placed, it shall be done in two operations, bringing the surface up to about I" of the machinery base and allowing the initial section to set a minimum of 24 hours before placing final grouting. Where edge or surface of Embeco grout will be exposed, cut back 3/4 inch minimum, and finish with plain Portland cement mortar (No. 1 Mix) . INSTALLATION OF CHAIN OR BELT DRIVEN EQUIPMENT: Direction and speed of rotation of driving shafts and motors shall be checked before connecting to driven shafts. Driving shafts having axial end play, such as those of motor and certain other equipment, shall be run at operating speed; and the running position shall be marked, using chalk and scriber or other similar method. The shafts shall be blocked in this position while aligning the equipment. Shaft leveling shall be by use of a machinist's (Starrett #98, or equivalent) level on bare shafts, across the teeth of multiple width sprockets, or across the outer faces of sheaves. Angular alignment and end clearance shall be checked by use of a feeler gauge of proper thickness inserted at four equally spaced points, 900 apart, around the outer edges of coupling halves. Rechecks shall be made for level, radial, and angular alignment and end clearance in the same order as originally made and readjustments made until all four are in satisfactory adjustment, since any readjustment of one of the above may destroy prior readjustment of another. Final recheck shall be made with dial indicators of high accuracy, or optical equipment approved by the Engineer. INSTALLATION OF DIRECT DRIVEN EQUIPMENT: Direction and speed of rotation of driving shafts and motors shall be checked before connecting to driven shafts. Driving shafts having axial end play, such as those of motors and certain other equipment, shall be run at operating speed; and the running position shall be marked, using chalk and scriber or other similar method. The shafts shall be blocked in this position while aligning the equipment. 0302-01 Tll Equipoent Erection.doc 'ZEL. ENGINEERS Tll-4 I I I I I I I I I I I I I I I I I I I SECTION Tll EQUIPMENT ERECTION Shaft leveling shall be by use of a machinist's (Starrett #98, or equivalent) level placed across the faces of the two coupling halves. Radial alignment shall be checked at the same time by use of a straight edge placed across the faces of the two coupling halves in both t~e horizontal and vertical planes. Angular alignment and end clearance shall be checked by use of a feeler gauge of proper thickness inserted at four equally spaced points, 900 apart, around the outer edges of coupling halves. Rechecks shall be made for level, radial, and angular alignment and end clearance in the same order as originally made and readjustments made until all four are in satisfactory adjustment, since any readjustment of one of the above may destroy prior readjustment of another. Final recheck shall be made with dial indicators of high accuracy. TEST RUN: Before starting an item of equipment for the first time, all of the following shall be performed: Direction and speed of rotation shall be checked. Removal of all shaft blocks used for blocking shafts in running position during installation. Lubrication of all parts with manufacturer's recommended grade and quantity of lubricant, and under the Owner's supervision. Tightening of all bolts and capscrews. Torch trim bolt projections to approximately 1/8 inch above nut, and grind smooth. When ready to start, and before applying power, the.connected equipment shall be rotated manually, if possible, to make sure that the rotating parts move freely and that there are no foreign objects in the equipment. Otherwise, a thorough visual inspection shall. be made. Start-up and test run shall be conducted in the presence of the Resident Project Representative. Upon completion of test run and after all final corrections have been made, and wherever applicable, the equipment base and grouted foundation plate shall be doweled. Dowels shall be in place before plaCing the equipment in operation. In addition, torch trim bolt projections to approximately 1/8 inch above nut. The equipment supplier shall provide a' qualified "equipment technician (s)" at the job site who is knowledgeable and competent with all aspects of the equipment and the particular application required of the equipment. Such an individual(s)is to have demonstrated competence in the following areas: Equipment erection, installation, and tie-ins. Equipment operation. 0302-01 Tll Equipment Erection.doc 'ZEL, ENGINEERS Tll-5 I I I I I I I I I I I I I I I I I I I SECTION Tll EQUIPMENT ERECTION Equipment maintenance. Equipment trouble-shooting, problem analysis and problem correction. Since the installation and start-up of equipment must proceed in an orderly manner and according to schedule, the "equipment technician (s)" is to be available at the job site when scheduled and is expected to cooperate with all personnel. Trials shall be run in the presence of the RPR and shall be conducted in such a way and to such an extent to demonstrate to the RPR that all provisions of the equipment specifications have been complied with in full. All results from tests, trials, and final acceptance tests shall be documented and turned over to the RPR as required by the RPR. TAGS: All equipment shall be provided with stainless steel equipment identification tags (not painted) shOWing equipment number, permanently attached to the equipment. Information Required: Information on the equipment tag is to include equipment identification, equipment size, basic operating characteristics; such as RPM, GPM, HP, volts, amperes, full load efficiency and any other information pertinent to the Use and operation of the equipment. PAYMENT: No separate payment will be made for work covered by this section of the specifications and all costs in connection therewith shall be included in the lump sum Bid for the Completed work. 0302-01 Tll Equipment Brection.doc 'ZEL, ENGINEERS Tll-6 SECTION T12 HOISTS AND MONORAIL SYSTEMS SCOPE: I The work covered by this section of the specifications consists of furnishing all plant, labor, equipment, appliances and materials and in performing all operations in connection with the installation, testing and initial operation of the miscellaneous equipment specified herein, complete with all accessories and appurtenances, in accordance with this section of the specifications and the applicable drawings, and subject to the terms and conditions of the Contract. I I GENERAL: I standard Products: The equipment furnished under this section of the specifications shall be standard products in regular production by manufacturers who are regularly engaged in the production of equipment of this type, and who have produced such units, which have been in satisfactory and successful operation for a period of at least five years. I I Equipment Contractor copies of describing Submittal: Within 30 days after award of contract, the shall furnish for the Engineer's written approval, six(6) manufacture's bulletins and specifications for each item, the unit and indicating size and performance. I MONORAIL HOIST EQUIPMENT: I The hoisting system to be furnished and installed shall consist of an electric motor hoist and an electric motor driven trolley, all to be products of the same manufacturer and all designed for 5-ton capacity to operate on a W12 x 40 I-beam. Supply Voltage shall be 480 volts, 3 phase, 60 Hertz. I I Hoist and Trolley:: The hoist and trolley assembly shall be a standard headroom type wire rope hoist with motor driven trolley furnished as a unit. The hoist shall be double reeved for a true vertical lift and shall have a lifting capacity of 5 tons, with 3D-foot lift, and a lifting speed, approximately 22 feet per minute. The hoist shall have a self-actuating load brake and upper limit safety stop. The load block shall be of the enclosed safety type and the hook shall be mounted on a sealed ball thrust bearing allowing 3600 rotation. The hoist motor shall be a high torque motor designed for heavy-duty hoisting service, and of ample horsepower for the hoist lifting capacity. Trolleys shall have a 5-ton capacity with a travel speed of 50 feet per minute under full load. Trolley wheels shall be a maximum of 4 inches in diameter. Hoist shall be furnished complete with a festoon power supply and pendant pushbutton station. I I I Controls: A pendant type push button station in NEMA 4 enclosure, operating on reduced voltage, shall be provided for full control of both the hoist and the trolley. Mechanical or electrical interlocks shall be built in to prevent simultaneous operation of opposing control circuits. The pendant shall reach to 25' below the trolley rail, and shall be on the side opposite the festoon cable system. I I I 0302-01 112 Hohts lUll! Honorllil $ys\:l!Ills.doc T12-1 'ZEL, ENGINEERS I SECTION T12 HOISTS AND MONORAIL SYSTEMS I Festoon Cable System: complete festoon cable system shall be furnished to supply 480 volt, 3-phase power to hoist. The system shall include flat cable, C-track, track joint assemblies, hanger clamps, end stop, tow trolley and tow bar, end clamp and saddle assembly, junction box, and any other accessories to make a complete system. I The cable system must be capable of supplying power to the hoist at its north-most travel, 9 feet outside the building and at its south-most travel, 15 feet inside the building. I The festoon storage area will be at south end of the track, and as festoon storage area is limited, the tow bar should be attached to hoist as far to the west end of hoist as possible. An alternate means of supplying power to the hoist, using a cable reel-based system may be used, with engineering approval. I BRIDGE CRANE EQUIPMENT: I The hoisting sys.tem to be furnished and installed shall consist of an electric motor hoist, an electric motor driven trolley, and a motorized bridge, all to be products of the same manufacturer and all designed for IS-ton capacity to operate on a single I-Beam bridge. Supply Voltage shall be 480 volts, 3 phase, 60 Hertz. I I Hoist and Trolley: The bridge crane assembly shall be a standard headroom type wire rope hoist with motor driven trolley furnished as a unit. The hoist shall be double reeved for a true vertical lift and shall have a lifting capacity of 15 tons, with 45-foot lift, and a lifting. speed, approximately 12 feet per minute. The hoist shall have a self-actuating load brake and upper limit safety stop. The load block shall be of the ~nclosed safety type and the hook shall be mounted on a sealed ball thrust bearing allowing 3600 rotation. The hoist motor shall be a high torque motor designed for heavy-duty hoisting service, and of ample horsepower for the hoist lifting capacity. Trolleys shall have a IS-ton capacity with a travel speed of SO feet per minute under full load. Trolley wheels shall be a maximum of 4 inches in diameter. Hoist shall be furnished complete with a festoon power supply and pendant pushbutton station. The festoon system must be capable of supplying power to the trolley over its total 25' travel distance. I I I I OVERHEAD CRANE BRIDGE: I The bridge of the overhead crane shall consist of a single structural member, supported by two, two-wheeled end trucks. The end truck wheels shall be designed to run on tracks supplied by the crane manufacturer and built in accordance with MMA MH27.1 I The bridge span shall be approximately 26 feet and the bridge travel distance shall be approximately 70 feet. The exact travel and span distances shall be coordinated with final building equipment locations and loads to be handled. I I 0302-01 T12 Hoists and Monorail Sy"t...".doc T12-2 'ZEL, ENGINEERS I I I SECTION T12 HOISTS AND MONORAIL SYSTEMS I Submit shop drawings in the contractor's standard for.mat showing the general arrangement of all components in plan, elevation and end views, clea~ance, hook approache~ in all views. I Submit data for all crane system components including bridge, trolley, end trucks, hoist, controllers, couplings, pendant push button station, crane electrification, motors and brakes. I I Submit manufacturer's standard published tables that verify the crane bridge girder and crane runway tracks are sized in compliance with all specification requirements. Provide calculations for the strength, design and deflection of the bridge components. I Controls: A pendant type push button station in NEMA 4 enclosure, operating on reduced voltage, shall be provided for full control of both the hoist and the trolley. Mechanical or electrical interlocks shall be built in to prevent simultaneous operation of opposing control circuits. The pendant shall reach to 15' below the trolley rail, and shall be on the side opposite the festoon cable system. I Runway Festoon Cable System: complete festoon cable system shall be furnished to supply 480 volt, 3-phase power to hoist. The system shall include flat cable, C-track, track joint assemblies, hanger clamps, end stop, tow trolley and tow bar, end clamp and saddle assembly, jun<::tion box, and any other accessories to make a complete system. I I The runway festoon storage area will be at the north end of the runway, and as festoon storage area is limited, the tow bar should be attached to bridge as far to the south side of the bridge as possible. I SHOP DRAWING AND MAINTENANCE MANUALS: I Shop Drawings: The Contractor shall submit six (6) Copies of all Shop DraWings, outline dimensions, w~r~ng diagrams, and other data on all equipment, for approval per paragraph SC-23 of Supplementary Conditions. I Maintenance Manuals: The Contractor shall submit six installation and maintenance manuals, installation manuals, etc., per paragraph SC-23 of Supplementary Conditions. copies of parts lists, I GUARANTEE: I The equipment furnished under these specifications shall be guaranteed for a period of one (1) year from the date of final acceptance thereof against defective material, design, and workmanship. In the event of the failure of any part or parts during the guaranty period, due to the above causes, the affected part or parts shall be removed and replaced promptly at the expense of the Contractor. I I I 0302-01 f12 Hoists and Monorail Syst......doc T12-3 'ZEL, ENGINEERS I I I SECTION T12 HOISTS AND MONORAIL SYSTEMS I PAYMENT: I No separate payment will be made for the work covered under this section of the specifications, and all costs in connection therewith shall be included in the lump sum Base Bid for the completed work. I I I I I I I I I I I I I I 0302-01 112 Hoists and Honorail Systell\.S.doc T12-4 'ZEL, ENGINEERS I I I SECTION T13A SECURITY SYSTEM SCOPE: I The work included in this Section of the specifications consists of furnishing, installing and placing into operation a plant security system consisting of security cameras, monitors, video recording devices and related equipment and accessories. I I RELATED SECTIONS: Section T16 - Electrical I Section T17 - Instrumentation SUBMITTALS FOR REVIEW: . .~. - I Product data: Within 60 calendar days after the Contractor has received the Owner's Notice to Proceed, submit: -Materials list of items proposed to be provided under this Section; Provide listing of all items to be provided and include type and location. I I -Manufacturer's specifications and other data needed to demonstrate compliance with the specified requirements. -Shop drawings showing details of specified components, materials of construction, materials description, and associated hardware. I SUBMITTALS FOR INFORMATION: I Manufacturer's Installation Instructions: Indicate procedures and interface required with adjacent work. installation I QUALITY ASSURANCE: I Referenced manufacturers are named to establish standards of quality. Equal products by other manufacturers may be provided upon approval by the Engineer. I VIDEO SURVEILLANCE AND RECORDING EQUIPMENT: I Approved manufacturer shall be as listed Approved equipment shall be provided and Electronics Company, Inc. of Lexington, SC or in the fOllowing sections. installed by the Browder approved equal. General: I All equipment and materials used shall be standard components that are regularly manufactured and used in the manufacturer's system. I All systems and components shall have been thoroughly tested and proven in actual use. I 0302-01 T13A Security System.doc T13A-l 'ZEL. ENGINEERS I I I SECTION T13A SECURITY SYSTEM I All systems and components shall be provided with the availability of a toll-free (U. S. and Canada), 24-hour technical assistance program (TAP) from the manufacturer. The TAP shall allow for immediate technical assistance for either the dealer/installer or the end user at no charge for as long as the product is installed. I All systems and components shall be provided with a one-day turnaround repair express and 24-hour parts replacement. The repair and parts express shall be guaranteed by the manufacturer on warranty and nonwarranty items. I PAN/TILT/ZOOM OUTDOOR CAMERA: I General Spe~ifications: (Indoor/Outdoor CCTV Camera Dome System) I The indoor/outdoor CCTV camera dome system shall be a discreet, miniature camera dome system consisting of a dome drive with a variable speed/high speed pan and tilt drive unit with continuous 3600 rotation, 1/4-inch high resolution color (or monochrome or color/black-white) CCD camera, motorized zoom lens with optical and digital zoom and autofocus; and an enclosure consisting of a back box, lower dome, and a quick-install mounting. I I The indoor/outdoor CCTV camera dome system shall meet or exceed the following design and performance specifications: I Dome Drive: I The variable speed/high speed pan and tilt drive unit shall meet or exceed the following design and performance specifications: 1. Pan Speed: per second Variable between 3600 per second continuous pan to 0.10 I 2. Vertical Tilt: Unobstructed tilt of +20 to -920' I 3. Manual Control Speed: second in turbo mode. second. 0.10 to 800 per second, and pan at .1500 per Tilt operation shall range form 0.10 to 400 per I 4. Automatic Preset Speed: Pan speed of 3600 and a tilt speed of 2000 per second 5. Presets: Eighty preset positions with a 20-character label available for each position; programmable camera settings, including selectable auto focus modes, ~r~s level, LowLight™ limit, and backlight compensation, for each preset; command to copy camera settings from one preset to another; preset programming through control keyboard or through dome system on-screen menu. I I 6. Preset Accuracy: +/- 0.10 7. Proportional Pan/Tilt Speed: Speed decreases in proportion to the increasing depth of zoom. I. I 0302-01 T13A Security Sy~tem.doc T13A-2 'ZEL, ENGINEERS I I I SECTION T13A SECURITY SYSTEt-1 I 8. Automatic Power-Up: User-selectable to the mode of operation the dome will assume when power is cycled, including automatically returning to position or function occurring before power outage. 9.~: Eight zones with up to 20-character labeling for each, with ability to blank the video in the zone 10. Motor Drive: Cogged belt with 0.90 stepper motor 11. Motor Operating Mode: Microstep to 0.0150 steps 12. Motor: Continuous duty, variable speed, operating at 18 to 30 VAC, 24 VAC nominal I I I 13. Limit Stops: Programmable for manual panning, auto/random scanning, and frame scanning 14. Inner Liner: Rotating black ABS liner inside sealed lower dome 15. Alarm Inputs: Seven N .O./N.C. dry contacts I I 16. Alarm Outputs: One auxiliary Form C relay output and one open collector auxiliary output 17. Alarm Output Programming: Auxiliary outputs can be alternately programmed to operate on alarm 18. Alarm Action: Individually programmed for three priority levels, initiating a stored pattern or going to a preassigned preset position 19. Resume after Alarm: After completion of alarm, dome returns to previous programmed state or its previous position 20. Window Blanking: Eight four-Sided, user-defined shapes, with each side being of different lengths; window blanking setting to turn off at user-defined zoom ratio; window blanking set to opaque gray or translucent smear; blank all video above user-defined tilt angle; blank all video below user-defined tilt angle I I I 21. Patterns: Four user-defined programmable zoom, and preset functions; pattern keyboard or throu9h dome system on-screen patterns including pan, tilt, programming through control menu I I 22. Pattern Length: Four patterns of user-defined length, based on dome memory 23. Auto Sensing: Automatically sense and respond to protocol utilized for controlling unit whether Coaxitron@ or RS-422 P or D protocols; accept competitors' control protocols with. the use of optional translator cards I I 24. Menu System: Built-in for setup of programmable multilingual, including English, French, Italian, Spanish, and German, and alternative languages in Russian, Turkish, Czechoslovakian 25. Auto Flip: Rotates dome 1800 at bottom of tilt travel 26. Password Protection: Programmable settings with optional password protection functions; Portuguese, Polish, and I I 27: Clear: Clear individual, grouped, or all programmed settings 'ZEL. ENGINEERS 0302-01 T13A Security System.doc T13A-3 I I I I SECTION T13A SECURITY SYSTEM I 28. Diagnostics: On-screen diagnostic system information 29. Freeze Frame: Freeze current Scene of video during preset movement 30. Display Setup: User-definable locations of all labels and displays; user-selectable time duration of each display 31. Azimuth/Elevation/Zoom: On-screen display of pan and tilt locations and zoom ratio I I I 32. Compass Display: On-screen display of compass heading; user- definable compass setup 33. Video Output Level: User-selectable: normal, or high to compensate for long video wire runs 34. Dome Drive Compatibility: All dome drives are compatible with all back box configurations 35. RJ-45 Jack: Plug-in jack on dome drive for control and setup of unit and for uploading new operating code and language file updates. Compatible with personal computers and PDAs such as Palm and iPAQ _ 36. Remote Data Port Compatibility: Ability to control and setup unit and to upload new operating co.de and language file updates through optional remote data port that is located in area with easy access. Compatible with personal computers and PDAs such as Palm and iPAQ 37. UTP Compatibility: Ability to plug into back box an optional board that converts video output to passive, unshielded twisted pair transmission 38. Fiber Optic Compatibility: Ability to plug into back box. an optional third-party board that converts video output and control input to fiber optic transmission 39. Third-Party Control Systems: Ability to plug in optional board that converts control signals from selected third-party controllers 40. Power Consumption: Maximum 70 VA I I I I I I The high resolution CCD camera shall meet or exceed the following design and performance specifications: I 1. COlor/BlaCk-White Optic System a. Image Sensor: 1/4-inch b. Scanning System: 2:1 interlaced output c. Effective Pixels: NTSC - 724 X 494 d. Horizontal Resolution: NTSC - >470 TVL e. Lens: Fl.6 (f=3.6-82.8 mm optical, 35X optical zoom, 12X electronic zoom) f. Programmable Zoom Speeds: 2.9, 4.2, or 5.8 seconds g. Horizontal Angle of View: 540 at 3.6 mm wide zoom - 2.50 at 82.8 mm telephoto ZOom h. Focus: Automatic with manual override I I I I I 0302-01 T13A Security Syatem.doc T13A-4 'ZEL, ENGINEERS I I I SECTION T13A SECURITY SYSTEM I i. Sensitivity at 35 IRE: NTSC, color: 0.08 lux at 1/2 see shutter speed; B-W: 0.013 lux at 1/2 sec shutter speed: B-W: 0.3 lux at 1/60 see shutter speed j. Synchronization System: Internal/AC line lock phase adjustable via remote control, V-sync k. White Balance: Automatic with manual override I I l. Shutter Speed: NTSC - 1/2-1/30,000 m. Iris Control: Automatic with manual override n. Gain Control: Automatic/ off o. Video Output: 1 volt peak to peak, 75 ohms p. Video Signal-to-Noise: >50 dB q. Type of Lighting: Menu selection of indoor or outdoor lighting for optimum camera performance r. Wide Dynamic Range: 80X s. Motion Detection: User-definable motion detection settings for each preset scene; can activate auxiliary outputs; three sensitivity levels per zone 2. Color Optic System a. Image Sensor: 1/4-inch Ex-View CCD b. Scanning System: 2:1 interlaced output c. Effective Pixels: NTSC - 768 X 494 d. Horizontal Resolution: NTSC - >470 TVL e. Lens: Fl.6 (f=4.0-88.0 mm optical, 22X optical zoom, l2X electronic zoom) f. Programmable Zoom Speeds: 2.4, 3.9, or 6.3 seconds g. Horizontal Angle of View: 470 at 4.0 mm wide zoom - 2.20 at 88.0 rom telephoto zoom h. Focus: Automatic with manual override i. Sensitivity at 35 IRE: NTSC, 0.02 lux at 1/2-second shutter speed j. Synchronization System: Internal/AC line lock phase adjustable via remote control, V-sync k. White Balance: Automatic with manual override I I I I I I I I I I 1. Shutter Speed: NTSC - 1/2-1/30,000 Iris Control: Automatic with manual override Gain Control: Automatic/off Video Output: 1 volt peak to pea k, 75 ohms Video Signal-to-Noise: >50 dB m. I n. o. p. I I 0302-01 T13A Security System.doc T13A-5 'ZEL, ENGINEERS I I I SECTION T13A SECURITY SYSTEM I q. Type of Lighting: Menu selection of indoor or outdoor lighting for optimum camera performance Black Box and Lower Dome: I 1. Pendant Environmental I a. Connection to Dome Drive: Quick, positive mechanical and electrical disconnect without the use of any tools b. Trap Door: Easy-access trap door that allows complete access to the installation wiring and, when closed, provides compete separation of the wiring from the dome drive mechanics c. Terminal Strips: Removable terminal strips with screw-type terminals for use with a wide range of wire gauge sizes d. Auxiliary Connections: One Form-C relay output at <40 V, 2 A maximum, and a second open collector output at 32 VDC maximum at 150 IDA e. Alarm Inputs: Seven alarm inputs f. Installation: Quick-mount wall, corner, pole, parapet, or ceiling adapter g. Cable Entry: Through a 1.5-inch NPT fitting h. Environmental Features: Factory-installed heaters, blowers, and sun shroud I I I I I I i. Operating Temperatures: Maximum temperature range of -600 to 1400F (-51.10 to 60oC) for two hours, and a continuous operating range of -500 to l220F (-Sl.lO to 500C) continuous operation j. Memory: Built-in memory storage of camera and location- specific dome settings such as presets and patterns. If new dome drive is installed in back box, all settings to download automatically into new dome drive k. Color: Gray, baked-on enamel powder coat 1. Construction: Aluminum m. Lower Dome Material: Acrylic, optically clear, with no distortion in any portion of the dome up to +20 above the horizontal n. Dome Color: Clear and smoked versions o. Trim Ring Connection: Two captivated screws I I I I Dome System Dimensions: I I.All Models Diameter of Bubble: Maximum of 5.9 inches 2. Pendant Environmental: Pendant 10.76-inch (27.33 cm) overall length (including dome) by 9.03-inch (22.94 em) diameter I Dome System Weights: I 0302-01 T13A Security System.doc T13A-6 'ZEL, ENGINEERS I I I SECTION T13A SECURITY SYSTEM I Pendant Environmental: 6.5 lb (2.9 kg) Manufacturer's Warranty: I Repair or replacement of defective parts for a period of two years from the date of shipment, including continuous motion modes. I Certifications and ratings: I 1. Certifications: UL and cUL, FCC Class B, and CE Class B 2. Ratings: Meets NEMA Type 4X, IP 66 Standards Model: I The discreet CCTV camera dome system shall be the Pelco Spectra IV series, Color/B-W Dome: Pendant, Standard; Lt. Gray; SD53CBW-PG-l; Clear I STATIONARY MOUNT CAMERA: General: I All equipment and materials used shall be standard components that are regularly manufactured and used in the manufacturer's system. I All systems and components shall have been thoroughly tested and proven in actual use. I All systems and components shall be provided with the availability of a toll-free (U. S. and Canada), 24-hour technical assistance program (TAP) from the manufacturer. The TAP shall allow for immediate technical assistance for either the dei;l.ler/in.sta.lle~ or. the end. t\se~ <;l.t no cha.~ge for as long as the product is installed. I I All systems and components . shall be provided with a one-day turnaround repair express and 24-hour parts replacement. The repair and. parts express shall be guaranteed by the manufacturer on warranty and nonwarranty items. I CCD, Black-White Camera: I The CCD, black-white camera shall have standard resolution with 380 TVL, a quick connect power connection, UTP output, BNC video connector, service connector, and internal mount for either top or bottom mounting. The CCD black-white camera shall have automatic gain control, electronic shutter control, automatic backlight compensation, flickerless mode, and line lock with phase adjust. I I I 0302-01 T13A Security Syotom.doc T13A-7 'ZEL. ENGINEERS I I I SECTION T13A SECURITY SYSTEM I The CCD black-white camera shall also have a 1/3-inch imager, accept (and autosense) DC and video drive auto iris lenses, and has adjustable back focus to acconunodate C or CS lenses. The camera shall have a lockable thumb wheel for back focus adjustments, accessible from the top or bottom of the camera, and shall be available in both high-voltage and low-voltage models. Optional accessories include a Pelco ceiling/wall mount that is designed specifically for the CCD black-white camera. The adjustable mount shall have no exposed cabling or hardware, and it shall have all cables integrated in the unit. I I I Electrical Specifications: Power Requirements: MC3710S-6, S-6X: MC3710S-7, S-7X: 24-28 VAC xlO% or 12-36 VDC xlO% 110-240 VAC xlO% I Power Consumption: Less than 4 watts I. Power Connector MC37l0S-6, S-6X: MC3710S-7, S-7X: 2-pin terminal strip, RJ45-10 connector Integral power cable I Video Connector: BNC I Service Connector: 2.5 rnm jack for optional ICS090-SC service/monitor cable (compatible with any standard monitor BNC connector UTP Connector: RJ45-10 I Lens Jack: 4-pin connector (miniature square) I Environmental Specifications Operating Temperature: 140 to l220F (-100 to +500C) I Operating Humidity: 20% to 80%, noncondensing I Physical Specifications: Dimensions: 5.0" L x 2.9" W x 2.6" H (12.8 x 7.2 x 6.7 cm) I Weight (without lens) 0.8 lb (0.4 kg) approximate Imaging Device: 1/3 inch interline transfer CCD I Picture Elements EIA: 510 (H) x 492 (V) CCIR: 500 (H) x 582 (V) I I 0302-01 T13A Security System.doc T13A-8 'ZEL, ENGINEERS ~ I I I SECTION T13A SECURITY SYSTEM Sensing Area: 6 mm diagonal I Scanning System EIA: CCIR: 525 lines, 2:1 interlace 625 lines, 2:1 interlace I Synchronization System: AC line lock/internal I Horizontal Resolution: 380 TVL Iris Control: Selectable on/off I Electronic Shutter Range EIA: 1/60-1/100,000 second CCIR: 1/50-1/100,000 second I Auto Iris Lens Type: DC/video drive (autosensing) I Minimum Illumination: 0.06 lux, F1.2, 40 IRE, AGC on,75% reflectance Signal-to-Noise Ratio: >50 db I Vertical Phase: Adjustable r1800 I Automatic Gain Control: On/off switchable Electronic Shutter Control: On/off switchable I Backlight Compensation: On/off switchable Flickerless Mode: On/off switchable I Internal Sync: On/off switchable Signal Processing: Analog I Video Output: 1 Vp-p, 75 ohms I Gamma Correction: 0.45 Mechanical Specifications: I Lens Mount: C/CS mount (adjustable) Camera Mount: ~-inch UNC-20 screw, top or bottom of camera housing I Certifications: I CE, Class B UL Listed I 0302-01 T13A Security System. doc T13A-9 'ZEL, ENGINEERS I I I SECTION T13A SECURITY SYSTEM I UL Listed to Canadian safety standards FCC, Class B I Warranty: I 3 years, parts and labor Manufacturer: Camera shall be Pelco Model MC37l0S-6 1/3-inch standard resolution black-white CCD camera, 380 TVL, 24-28 VAC :t10% or 12-36 VDC:tlO%, EIA format or approved equal. I MOUNTING HARDWARE: I General: I All equipment and materials used shall be standard components, regularly manufactured, regularly utilized in the manufacturer's system. All systems and components shall have been thoroughly tested and proven in actual use. I All systems and components shall be provided with the availability of a toll free 24 hour (u.S. & Canada), technical assistance program (TAP) from the manufacturer. The TAP shall allQw for immediate technical assista.nce for either the dealer/installer or the end user at no charge. All systems and components shall be provided with a one day turn around, repair express and 24 hour parts replacement. The repair and parts express shall be guaranteed by the manufacturer on warranty and non- warranty. items. I I Dome Mount: I I The dome mount shall consist of a medium duty mount designed specifically for mounting the Intercept or Spectra pendant domes to a wall, pole or roof top parapet along with any accessories which may be required for a complete dome mount. The dome mount shall meet or exceed the fOllowing design and performance specifications: 1. The mount shall be 15.38"L, and shall be supplied with a 3.50" length of 1.50" NPT threaded pipe for dome mounting. 2. The mount shall be capable of supporting.up to 75 lbs. 3. The mount shall be versatile in that it may be mounted directly to a wall or adapted to a parapet, corner or pole when used with the proper optional adapter. 4. The mount shall constructed of cast aluminum and finished. in gray or black polyester powder coat or white epoxy polyester powder coat. 5. The mount shall be designed with cable feed-through. I I I I I 0302-01 T13A Security System. doc T13A-IO 'ZEL. ENGINEERS I I I SECTION. T13A SECURITY SYSTEM I 6. he mount shall be mounted to a solid surface via four 3/8" fasteners suitable for the mounting surface. 7. The mount shall weigh 5.0 Ibs. The dome mount shall be provided with a manufacturer's warranty covering repair or replacement of defective parts for a period of one year from the date of shipment. The dome mount shall be the Pelco IWM~GY and the pole adapter shall be the Pelco PA402 pole mount or approved equal. I I Parapet Mount: I The parapet mount shall consist of a medium duty, mount designed to mount a Intercept Series outdoor pendant dome to the inside or outside of a rooftop parapet surface along with any accessories which may be required for'a complete parapet mount. I I The parapet mount shall meet or exceed the following- design and performance specifications: 1. The parapet mount shall measure 44. 50"H with a right angle section extending 38.00" out from the mounting surface positioning the vertical centerline of the dome at 33.00" out from the inside surface of the building parapet and shall include an 11.00"w x 14.00"H mounting plate, pre-drilled with ten .370" holes for attaching to the mounting surface. 2. The mount shall be designed to mount to any suitable vertical surface of at least 15.00" minimum parapet height. 3. The mount shall attached to the mounting surface via a minimum of six fasteners of suitable size (3/8-16 recommended) for the mounting surface. I I I I 4. The mount shall be capable of mounting any small pendant dome which uses 1-1/2-inch NPT pipe for vertical surface mounting. 5. The mount shall provide unlimited 3600 rotation in the horizontal plane for ease and safety of installation and service of the equipment on the roof top. 6. The mount shall be designed to support up to 45 lbs. 7. The mount shall constructed of 6061-T6 aluminum and finished in a gray polyester powder coat. 8. The mount shall weigh 15 lbs. The parapet mount shall be provided with a manufacturer's warranty covering repair or replacement of defective parts fora period of one year from the date of shipment. I I I I The parapet mount shall be the Pelco PP450 or approved equal. CAMERA POWER SUPPLY: I General: I G3G2-01 T13A Security Systlllll.doc T13A-ll 'ZEL. ENGINEERS I I I SECTION T13A SECURITY SYSTEM I All equipment and materials used shall be standard components that are regularly manufactured and used in the manufacturer's system. I All systems and components shall have been thoroughly tested and proven in actual use. I All systems and components shall be provided with the availability of a toll-free (U. S. and Canada), 24-hour technical assistance program (TAP) from the manufacturer. The TAP shall allow for immediate technical assistance for either the dealer/installer or the end user at no charge for as long as the product is installed. I All systems and components shall be provided with a one-day turnaround repair express and 24-hour parts replacement. The repair and parts express shall be guaranteed by the manufacturer on warranty and non-warranty items. I Outdoor Power Supply: I I .The power supply shall allow for a variety of configurations for powering up to four outdoor units from a single power source and shall allow for 24 VAC output for 1-4 units, depending on the model selected. The power supply shall allow the capability to handle pan/tilt, heater, and blower operation in addition to the camera; shall allow for one fused output; and be capable of handling up to 20 amps (480 VA) . I The power supply has one fused output and shall allow for the capability of handling up to 4 amps (100 VA) of total load. The WCS4-20 power supply is a four-output supply, and it shall allow for the capability of handling up to 20 amps (480 VA) of total load. I The power supply shall meet or exceed the following design and performance specifications. I Electrical Specifications I Input Voltage WCSI-4: 100/120/230 VAC, 50/60 Hz I Output Voltage WCSl-4 : 24/26/28 VAC I Output Fuse/Circuit Breaker Ratings WCSl-4: 4 A I Input Connectors: Screw-type barrier strips I Output Connectors: Screw-type barrier strips; WCS4-20B is suitable for Class 2 wiring I 0302-01 T13A Security System.doc T13A-12 'ZEL, ENGINEERS I I I SECTION T13A SECURITY SYSTEM Input Wire Size: 12-16 gauge solid wire I Output Wire Size I WCSl-4:l6-20 gauge solid or stranded wire Physical Specifications: I Environment: Outdoor Construction: Aluminum I Finish: Gray polyester powder coat Unit Weight I WCSl-4: 6.4 lb (2.9 kg) I Mechanical Specifications: Cable Entry: Hole plugs for O.75-inch (1.9 em) conduit I Latch: Stainless steel link-lock; can be secured with a padlock (not supplied) I Certifications/Ratings: CE, UL Listed, UL Listed to Canadian safety standards, Meets NEMA Type 4X and IP66 standards I Warranty: I 1 year, parts and labor Pelco Model Numbers I WCSl-4 Outdoor camera power supply, 100/120/230VAC input. 24/26/28 VAC output, total current capacity of 4 A (100 VA) One I MULTIPLE CAMERA POWER SUPPLY: I General: I All equipment and materials used shall be standard components that are regularly manufactured and used in the manufacturer's system: All systems and components shall have been thoroughly tested and proven in actual use. I I 0302-01 T13A Security SY5te~.doc T13A-13 'ZEL, ENGINEERS I I SECTION T13A SECURITY SYSTEM I I All systems and components shall be provided with the availability of a toll-free (U.S. and Canada), 24-hour technical assistance program (TAP) from the manufacturer. The TAP shall allow for immediate technical assistance for either the dealer/installer or the end user at no charge. I All systems and components shall be provided with a one-day turnaround repair express and 24-hour parts replacement. The repair and parts express shall be guaranteed by the manufacturer on warranty and non-warranty items. I Multiple 24 VAC Power Supply: I The power supply for cameras shall be housed in a steel box providing 24 VAC with 16 fused, 3-ampere outputs meeting the following specifications: I Power supply shall provide 24 VAC output power supply unit and cabinet. Power supply shall provide lO-ampere total current capacity. I Power supply shall p~oviQe power connection outputs for. 16 cameras. I Power supply shall provide 3-ampere fused protection for each circuit; fuses shall be incluQed. Power supply shall provide 120 VAC input. I Power supply shall provide steel construction box. I Power supply shall provide dimensions of 15.13 (L) x 10.86 (W) x 4.37 (H) inches (38.43 x 27.58 x 11.10 cm). Power supply shall provide an AC power indicator with power on/off switch. I Power supply shall provide a piano-hinged door. Power supply shall provide shall be NEMA 1 rated. I Power supply shall provide four knockouts for either 1/2-inch (1.27~m). or 3/4-inch (1.91 cm) conduit. I Power supply cabinet enclosure shall provide mounting holes for suitable wall mounting. I The power supply shall be provided with a manufacturer's warranty covering repair or replacement of defective parts for a period of two years from the date of system commissioning. I The central power supply shall be Pelco model MCSI6-10E or approved equal. I PROXIMITY CARD READER: I 0302-01 T13A Security System.doe T13A-14 'ZEL, ENGINEERS I I SECTION T13A SECURITY SYSTEM I I 1. Weather proof polycarbonate enclosure with integrated weatherized keypad 2. When a proximity card is presented to the reader, the red LED flashes green and the beeper sounds. 3. Operating temperature: 220 to 1500 F 4. Operating humidity: 0 - 95% relative humidity non-condensing 5. Warranty against defects in material and workmanship for life from date of shipment. 6. Unit shall be HID ProxPro Reader or approved equal. I I I PROXIMITY ACCESS CARD: I RF-programmable proximity access card. Provide and external number for easy identification. I Supports formats up to 85 bits, with over 137 billion codes. Provide with horizontal slot punch. I Warranted against defects in material and workmanship for 2 years from date of shipment. I Proximity Access Card shall be ISOProx@ II or approved equal. ACCESS CONTROL SYSTEM: I I 1. Support of minimum of 8 readers or keypads 2. Store up to 32,000 cards per site. 3. Retain minimum of 6,000 transactions in activity buffer 4. Monitor forced entry and door held open conditions 5. 16 auxiliary input points 6. 8 time-programmable outputs 7. Reads multiple card formats simultaneously 8. 2 year warranty 9. Unit shall be keyscan CA8000 or approved equal I I I VIDEO MANAGEMENT SYSTEM: I Video Management software shall be Latitude Network Video Management System 5.0 or approved equal. Video: I 1. Up to 25 tiles per screen - multiple tile layouts I 0302-01 T13A Security System. doe T13A-15 'ZEL. ENGINEERS I I I SECTION T13A SECURITY SYSTEM I 2. Decoding power up to 12 4CIF, 30 (25PAL) fps, 4Mbps 3. Sustainable lip-sync in live video with audio . 4. Metadata presented on timeline for video playback 5. Up to four computer monitors can be connected to each client workstation, with each monitor displaying up to 25 tiles 6.An unlimited number of video streams can be viewed on analog monitors I I Export: I 1. Video I a. AVI b. DVTel format (Digitally signed) 2. Audio a. DVTel format (Digitally signed) 3. Still images in JPEG format I PERSONAL COMPUTER SYSTEM: I Provide a personal computer-based security monitoring system Design the system to provide overall monitoring of cameras, alarm/event logging, and door access monitoring. All hardware and software shall be of the latest design and current release at the time of installation. I I All equipment (monitor, speakers, keyboard, etc.) shall be black. I One, (1), Operator workstation shall be provided. As a minimum, personal computer system shall be Dell, Gateway, or engineering approved equivalent and configured as follows: Minimum Intel Core 2 Duo Processor E6700 (2.66 GHz, 4M, 1066 MHz FSB) Operating System: Windows XP Professional SP2 with Media File System: NTFS File System A Minimum of 2.0 GB DDR2 Non-ECC SDRAM, 800 MHz, 2 DIMM 80 GB SATA, 3.0 GB/S and 8MB Data Burst Cache 256 MB ATI Radeon X1300 Pro, Dual monitor DVI or VGA 16X DVO +1- RW SATA with Roxio Creator 6 USB 2.0 ports or greater PS2 Serial port adapter 10/100/1000 MB Ethernet connection V.92 PCI Data/Fax Modem I I I I I I 0302-01 Tl3J\ Security System.doc T13A-16 'ZEL, ENGINEERS ...::J I I I SECTION T13A SECURITY SYSTEM I Integrated AC97 Audio 2 piece externally powered speakers with volume and on/off controls 20" LCD Flat Panel display with 1600 X 1200 native resolution with adjustable stand 1.44 MB, 3.5" Floppy drive USB 2-Button optical mouse with~scroll Energy Star Label USBKeyboard Hardware support services: (3 years Business Standard plan) Latest version of Norton Antivirus or equal Latest Version of Internet explorer Latest version of Microsoft Office Professional edition package to include but not limited to Word, Excel, Outlook, Access, and PowerPoint Latest Version of Adobe Acrobat I I I I I I Uninterruptible Power Supply (UPS) System: I For each computer system provide one (1) Uninterruptible Power Supply (UPS) System to provide transient protection and backup AC power. The UPS system shall provide true online power protection to prevent any break in power. The UPS system shall provide continuous, clean sine wave power for a period of at least 15 minutes after loss of commercial power. The unit shall also provide brownout protection to boost sags in AC power. I The UPS system shall be UL 1449 Second Edition listed for surge protection with a mean. time between failure of at least 100,000 hours. The unit shall have passed ANSI/IEEE C62.41 Categories A andB. RF noise isolation shall be accomplished using a fulltime advanced mUlti-stage filter. Noise (RF) Isolation shall not exceed 60 dB common-mode or 80 dB normal-mode. I I The UPS shall be Fortress Model LI-l020B as manufactured by Best Power TeChnOlogy, Inc. or engineered approved equal. I Interconnecting Cables: I Furnish all cables required for interconnections between the computer system and all peripherals. EXECUTION: I Coordination: I Installation of access control/telephone entry system shall be coordinated with the installer of the gate(s) and fence gate operators. L I 0302-01 T13A Security System.doc T13A-17 'ZEL, ENGINEERS --.:J I I I SECTION T13A SECURITY SYSTEM I Installation: Install all components in accordance with the Drawings, approved shop drawings and the manufacturers instructions. I Field Quality Control: I Tests: Test operating functions in operating instructions. Correct defects systems are functioning properly. accordance with manufacturer's revealed by test and retest until I Demonstration, Testing and Acceptance: iInstruct Owner's personnel in the proper operation and maintenance of all equipment. Provide training on procedures to follow in the event of operational failures or malfunctions. I UNIT PRICE - MEASUREMENT AND PAYMENT: I I No direct payment will be made for the work under this Section. All Costs for work performed under this Section shall be included in the lump sum price as bid for the project, or in other unit costs as applicable. I I I I I I I I I 0302-01 713A Security Sy..t.....doc T13A-18 'ZELI ENGINEERS -, I I SECTION T14 LIFT STATION I SCOPE: I Furnish all labor, materials, tools, equipment, and performance of all work necessary or incidental to furnish and install a precast concrete sewage pump station as shown on the plans and indicated in these specifications. I Major items of equipment shall include two non-clog submersible sewage pumps, lower lift out elbows, upper guide rail assemblies,. complete flanged discharge piping, 90 degree elbows inside the wet well, two flanged spring and lever check valves, two flanged lever operated gate valves, complete flanged discharge piping and fittings inside the valve pit, one aluminum wet well equipment access hatch, one aluminum valve pit access hatch, .one duplex central control panel, five mercury float switches with mounting bracket, 3" PVC vent duct, 6' diameter wet well 'with monolithically cast invert, 4 x 4 valve pit structure, .Butyl rubber joint sealing material, and flexible rubber pipe wall penetrations for all discharge lines. I I I QUALITY ASSURANCE: I Qualifications of ManUfacturer: I The manufacturer shall demonstrate the ability to fabricate the various pump station structure components as specified, utilizing adequate numbers of skilled workmen, tools, and facilities. To ensure proper quality control and supervision, all factory cast concrete units shall be poured and vibrated, using steel forms, in the same PCI (Pre-stressed Concrete Institute) certified manufacturing facility used for the complete assembly of all pump station components and their equipment. I I REFERENCED STANDARDS: I ASTM C890-73 (Latest Revision): Standard structural design loading for monolithic concrete water and wastewater structures. · ASTM C891-78 (Latest Revision): Standard practice for installation of underground precast concrete utility structures. practice for or sectional minimum precast . I · ASTM C913-79 (Latest Revision): wastewater structures. Precast concrete water and I SUBMITTALS: I Shop Drawings and Manufacturer's Literature: I The station manufacturer shall prepare shop drawings for the complete pump 'station, inClUding structural reinforcing and opening details, equipment mounting, and location details, and manufacturer's catalog cut sheets. Catalog cut sheets shall indicate capacities, dimensions, and materials of construction for all equipment in the station. I 0302-01 T14 Lift Station. doe T14-l .'ZEL. ENGINEERS I I I SECTION T14 LIFT STATION I Operation and Maintenance Manuals: I The station manufacturer shall prepare a complete operating and maintenance manual for the pump station. The manual shall include routine maintenance requirements and spare parts lists for each major item of equipment in the station. The. names and telephone numbers of companies where spare parts and/or trained service technicians are available shall also be included for each item of equipment. I I DELIVERY AND HANDLING: I . The manufacturer shall coordinate with the contractor so that the station is delivered to the job site on the day of, or the day before, the installation. Lifting pins shall be provided by the manufacturer to insure proper handling of the station structures. After delivery to the job site the contractor shall store the control panel off the ground in a dry location until such time as it is mounted and supplied with electrical service. The contractor shall also insure that all pump power and control cables, as well as float cables, are protected from submergence until they are properly installed and sealed. . I I GUARANTEE: I The manufacturer shall guarantee the complete pump station to be free from defects in material and workmanship for a period of one year from the date of start up and acceptance. I PRODUCTS: MATERIALS: I Wet Well Structure: I The wet well structure shall consist of one monolithically cast base sec- tion with an invert and a 6" long base slab extension for counter flotation. The wet well floor shall have cast in corrosion resistance inserts for pump base mounting. The wet well risers/top sections shall have a minimum wall thickness of 8". Both top slab and bottom slab shall have a minimum thickness of 8". All openings in wet well sections shall be cast in with the exception of the influent pipe opening which shall be cored in the wall. I I Valve Pit Structure: I The valve pit structure shall consist of one 5' deep inside dimension sec- tion. Pipe wall penetrations shall be through cast in holes with flexible rubber sealing conne'ctors. The bottom slab of the structure shall have a minimum thickness of 6". I Concrete: I Cement shall be Type II having a maximum Tricalcium Illuminate (3CaOAL203) content of 8%. Coarse aggregate shall be sound, crushed, angular granitic stone. Smooth or rounded stone is not acceptable. . Fine aggregate and 'ZEL, ENGINEERS T14-2 0302-01 T14 tift Station.doc I I I I SECTION T14 LIFT STATION I coarse aggregate shall meet the requirements of ASTM C33. Calcium chloride or admixtures containing calcium chloride shall not be used in the mix. Reinforcin9:: I Reinforcing shall meet or exceed the minimum described in ASTM C478. Equipment Fasteners: I I Pump bases shall be fastened to the concrete wet well by no less than 3/4" stainless steel bolts. The bolts shall be threaded into concrete anchor inserts which have been cast into. the invert and shall have a pullout strength of no less than 5,000 lbs. Pump bases shall not be attached with friction fasteners. I Joint Sealing Material: I Joints between precast sections shall be sealed with one inch diameter Butyl rubber sealant conforming to Federal Specifications SS-S-00210-A and AAsHTO-198. The material shall be 100% solids. Asphaltic or petrochemical based materials shall not be used. I Flexible Pipe Connectors: I Watertight connections between the sewer pipe and wet well shall be achieved with flexible pipe connectors conforming to ASTM C923. Submersible Non-Clog Sewage Pumps~ I Pumps shall be Ebara (or pre-approved equal) 80DVBF63.7 non-clog submersible pump. All openings in pipe impeller and volute shall be large enough to pass a 3" diameter sphere.. Discharge flange shall be 4" standard. Pumps shall have a capacity of 100 gpm at 31' tdh and shall use a 5 hp motor operating at 1800 rpm, synchronous speed. I Casing and Impeller: I All major parts of the pumping unit(s) including casing, motor frame, and diSCharge elbow shall be manufactured from gray cast iron. Surfaces coming into contact with the pumpage shall be protected with one coat of Zinc chromate primer and all external surfaces shall be protected with one coat of acrylic-alkyd resin enamel that will resist the corrosive effects of sewage. All exposed bolts and nuts shall be stainless steeL All units shall be furnished with a discharge elbow with 125 lb. flat face ANSI flanged. I I Impellers shall be of the semi-open multi-vane design and shall be equipped with back pump out vanes to prevent entry of foreign material into the seal area. The impeller shall be slip fit to the shaft and shall be key driven. Units 7-1/2:" and larger shall have mixed flow design impellers. All units shall be equipped with a replaceable cast iron wear plate. I I 0302-01 T14 Lift Station.doc T14-3 'ZEL, ENGINEERS I I I SECTION T14 LIFT STATION I Shaft Seal: I Units up to 5 hp shall be furnished with a dual mechanical shaft seal located completely out of the pumpage, running in a separate oil filled chamber. The seal chamber shall be equipped with a built in device to prevent over filing and an anti-vortexing vane to ensure proper lubrication of both seal faces. Lower seal faces shall be silicon carbide running against silicon carbide. The upper mechanical seal shall be carbon running against a stationary ceramic seal. Mechanical seal hardware shall be all stainless steel. Units 7-1/2 hp and larger shall be equipped with a dual tandem mechanical seal comprised of two separate sets of seal faces. Each pair will be held in contact by a separate spring and shall also be equipped with a third, renewable exclusionary seal between the casing and the back of the impeller to further prevent entrance of foreign materials into the lower seal area. Lower seal faces shall be tungsten carbide running against tungsten carbide. The upper mechanical seal faces shall be ceramic running against a stationary carbon seat. Mechanical seal hardware shall be all stainless steel. I I I I Motor: I The pump motor(s) shall be of the submersible type, rated 5 hp, 460v, 60 Hz, three phase, and full load amps not to exceed 7.1. Motor{s) shall be NEMA MB-l, design Type B equivalent. Motors shall have a 1.15 service factor and be rated at twenty starts per hour. Starter windings shall be heat shrunk into the motor housing. Starter winding is to be open type with insulation good for 180 degrees C maximum temperature. I I The motor shaft shall be 403 stainless steel and shall be supported by two heavy duty ball bearings to support the pump shaft taking radial and thrust loads. Ball bearings shall be designed for a minimum B-I0 life of 60,000 hours. The pump motor shall be non-overloading and designed for continuous duty for full performance range. A heat sensor thermostat shall be attached and embedded in the winding and connected in series with the motor starter contractor to stop the motor if the temperature rises above 220 degrees F. The thermostat will reset automatically when the motor cools to safe operating temperature. Motors shall not contain any insulating fluid consisting of mate.t;"ial classified as hazardous waste by the EPA. Mechanical seal fail protection shall be provided by a me- chanical float switch located in a chamber above the seal. This switch shall be comprised of a magnetic float that actuates a dry reed switch encapsulated within the stem. Should there be a mechanical seal failure, the liquid is directed into the float chamber in which the rising liquid activates the switch opening the normally closed circuit. The float shall be 304 stainless steel. I I I I I Pump Motor Cable: I Power and control cables shall be suitable for submersible pump applica- tions and shall be vulcanized for entire ,length. Cable entry shall be composed of a one piece vulcanized three way mechanical sealing connector with a limited tightening plate and strain relief chain (or gland) in order to provide the most dependable seal performance and to protect cable from usual force meeting U.L. requirements. Cable leads are soldered and I L- 0302-01 Tlt tift Station. doc T14-4 'ZEL, ENGINEERS J I I I SECTION T14 LIFT STATION I then isolated by rubber sealing, thus preventing leakage into the motor even when the cable is cut. I Station Pipe, Fittings, and Valves: I All wet well and valve pit piping and fittings shall be ANSI B16.l 125 lb. standard flanged fitted. Pipe and fittings shall be of cat iron construction and of the sizes indicated on the plans. All flanged gaskets shall be liB" thick full face red rubber material. The valve pit shall be furnished with two discharge check valves of the outside spring and lever type and two lever operated discharge gate valves. All valves shall be AWWA standard, with standard 125 lb. flanged ends. I I Access Hatches: I The wet well and valve pit access hatches shall be constructed of 3/16" aluminum checker plate with all stainless steel hardware. Hatches shall be designed f~r a maximum load of 150 psf. Each hatch shall have a drop handle and hasp for' padlocking. Hatches shall be held open in the vertical position by means of a positive locking arm, corrosion resistant design. I Pump Guide Rails: I Each pump shall be provided with two 1" stainless steel pipe guide rails. For wet well depths greater than 18' the guide rails shall be supported intermediately by a support attached to vertical pump discharge lines. I PUMP CONTROL PANEL: I The pump control panel as shown on the drawings and as specified herein shall be capable of the operation of two submersible pumps as specified. Enclosure: I I NEMA 4X Stainless Steel, rack mounted, door stop, hinged exterior door, easy open latches (no tools required) and padlocking provisions. Panel shall be provided with a hinged interior panel. All breakers, lights, pushbuttons, switches, and accessories shall be visible and operable without opening the hinged interior panel. I Functional Requirements: I The control panel shall be an automatic pump control center sui table for 460V, 60 Hz., three-phase power. A transformer shall provide 120V, 60 Hz., Single-phase control power. I 1. Main Breaker. 2. Control Power Breaker. 3. Milltronic HydroRanger Model 200 and Model XPS-15 Transducer. I 0302-01 TU Litt Station. doc T14-S 'ZEL, ENGINEERS I I I I SECTION T14 LIFT STATION I 4. A properly sized NEMA rated breaker and starter shall be provided for each pump, with overload protection for all three phases. 5. Hand-Off-Auto Switches for each Pump. 6. Run, Auto and Stop Indication lights for each Pump. I 7. Fluorescent Light fixtures with door switch. is open. 8. Manual and Automatic Indication lights for each pump Fixture is on when door I I 9. Lead pump select switch 10. Indication Lights for motor failure of each Pump on over temperature, leak detection, pump breaker trip or starter overload trip and reset button. Failure lights shall be latching until the reset button is pressed. 11. Flashing Alarm Light, Horn, and auxiliary contacts with Test button, Horn silence button and reset button. 12. Auxiliary Dry Contacts shall be provided on main alarm indication for external use. Contacts shall be provided with both normally open and normally closed logic. 13. Record each pumps running hours in HydroRanger 200. 14. Oversized Control Power Transformer large enough to serve the breakers being provided to service lights and receptacles listed in the items below. 15. Control Power-indicating Light. 16. HydroRanger 200 and appurtenant equipment shall be used to operate the pump controls in the following sequence. a.The normal operation will allow the pumps to alternate between the lead and lag pump position upon each successive wetwell cycle. The lead pump shall be started upon reaching a predetermined level. The lag pump shall be started if the wetwell level continues to rise to a predetermined level. All pumps will stop when the wetwell reaches a predetermined pump off elevation. A Selector Switch shall be provided to determine which pump shall be the lead pump or whether they will alternate. b.When the wetwell is below a predetermined level, there shall be an alarm indicating low water level and all pumps shall be locked out from operation in either the hand or automatic position until the wetwell level reaches at least the lead pump on level which shall unlock the pumps to operate. The low level alarm however will not reset until the reset button is pressed. c. An alarm condition will occur on a high level in the wetwell at a predetermined elevation. d. The alarm will be provided with a remote mounted flashing light, remote mounted alarm horn, auxiliary contacts, a horn silence button, and an alarm reset button. I I I I I I I I I I I 0302-01 T14 Lift Station.doc T14-6 'ZEL. ENGINEERS I I I I SECTION T14 LIFT STATION I e. In the HAND position the selected pump shall operate independently from the alternation sequence but will not run if the wetwell is below the pump off-level or the low-level alarm elevation. f.Upon resuming power after a power failure, the pumps will be provided with an automatic staggered restart of the equipment with a field adjustable time from 1 second to 99 seconds. 17. Panel shall meet all requirements of Section T17B - Control Panels and Systems. 18. Convenience Outlet 19. 2 Ea. Mercury switch type Wetwell floats with cable long enough to reach the control panel without splicing. The float switches will be used for redundant high level and redundant low level indication. 20. Internally mounted space heater with thermostat. 21. In addition to the equipment provided due to the above requirements , the panel shall be equipped with equipment as listed below: a) 2 ea.15 amp Breakers (Spare) b) 2 ea Auxiliary dry contacts with normally open and normally closed logic (spare). I I I I 1 I EXECUTION: Insta.lla.tion.: I The station shall be installed level and plumb by the contractor on a minimum 4U thick crushed stone bed. I Start Up Service: 1 Initial start up .shall be performed by a qualified factory representative. It shall be the responsibility of the representative to supervise the start up and instruct the owner's personnel in the proper operation and maintenance procedures for the entire pump station. I. PAYMENT: I No other payment will be made for the. items included in this section of the specifications and all costs therefore shall be included in the applicable lump sum in the Bid for the Project, complete. I I I 0302-01 1'1t Lift Station. doc T14-7 'ZEL, ENGINeeRS-.J I I I I I I I I I I I I I I I I I I I I I SECTION TI5 PLUMBING, HEATING AND VENTILATING SCOPE: The work covered by this section of the specifications consists of furnishing all plant, labor and material, and in performing all operations in connection with the installation of the plumbing, heating, ventilating, and air conditioning in strict accordance with this section of the specifications and the applicable drawings, and subject to the terms and conditions of the Contract. PERMITS, INSPECTION FEES, ETC.: The Contractor shall obtain at his own expense, all necessary permits required for the proper prosecution of the work covered by this section of the specifications. Further, he shall comply with code requirements of any and all municipal, county and state agencies having jurisdictional authority in connection with this work and shall deliver to the Owner, without charge, all certificates of inspection issued by the inspecting authorities. DESCRIPTION: This work consists of furnishing fixtures, and the hot and cold water supply and piping to supplement the plant and yard piping; drainage piping of the buildings and underground boxes; and all heating and ventilating equipment for the pumping station. The work includes ventilation of the diesel engine rooms and valve vaults No. 3 and No.4. Heating for the buildings will be by electric unit heaters. Ventilation will be provided by exhaust fans and inlet louvers. GENERAL: Drawings: The drawings show the general arrangement of all piping and equipment; however, where local conditions necessitate a rearrangement, the Contractor shall submit the proposed rearrangement for approval. Because of the small scale of the drawings, it is not possible to indicate all offsets, fittings and accessories which may be required. The Contractor shall carefully investigate the structural and finish conditions affecting all his work and shall arrange such work accordingly, furnishing such fittings, traps, valves, and accessories as may be required to meet such conditions. Cutting and Repairin~: The work shall be carefully laid out in advance and any cutting of construction shall be done only with the written permission of the Engineer. Cutting shall be carefully done and damage to building, piping, wiring or equipment as a result of cutting for installation shall be repaired by skilled workmen of the trade involved, at no additional expense to the Owner, as part of this Contract. Intent: The drawings and specifications are intended to coordinate and should any items be specified and not shown on the drawings, or vice versa, which are necessary for the completion of the system, they shall be furnished by the Contractor the same as if shown on both. 0302-01 T1S Plumbing, Heating and Ventilating.doc 'ZEL, ENGINEERS T15-1 I I I I I I I I I I I I I I I I I I I SECTION T15 PLUMBING, HEATING AND VENTILATING Workmanship: The complete plumbing, heating, and ventilating systems shall be installed in a first class workmanlike manner in the best general practice of the trade. Material and Equipment: All material and equipment shall be new, and equipment intended for incorporation in this work shall be submitted to the Engineer for approval prior to purchase or fabrication. Material List: As soon as practicable, after award of the. Contract, the Contractor shall submit for approval six (6) copies of the names of manufacturers, . catalog number or trade name of all items of material and equipment as noted in these specifications or on the drawings. This list shall include all items not noted, which are necessary to the installation of the material and equipment. The Contractor shall also submit his requirements for size and location of all masonry openings. EXCAVATING, TRENCHING AND BACKFILLING: Excavating, trenching and backfilling shall be in accordance with Section T-2 of these specifications. SAFETY PROVISIONS: All belts, gears, chains, sheaves, couplings, projecting set screws, keys and other rotating or reciprocating parts shall be enclosed or properly guarded. All overflows, relief valve discharges, etc., shall be piped to a point of safe diSCharge. PIPE SLEEVES, PIPE HANGERS, AND PIPE SUPPORTS: Pipe sleeves, pipe hangers, and pipe supports shall be furnished and set, and the contractor shall be responsible for their proper and permanent location. Pipe will not be permitted to pass through footings, beams or ribs, unless noted on the drawings. Pipe sleeves shall be installed and properly secured in place at all points where pipes pass through masonry or concrete, except unframed floors on earth. Pipe sleeves, except sleeves in footings, shall be of sufficient diameter to provide approximately 1/4 inch clearance around the pipe, and in the case of insulated pipe, 1/4 inch clearance. around the insulation. Pipe sleeves in footings shall be of cast iron or steel pipe and shall be suitably larger in diameter than the pipe to be installed. Pipe sleeves in walls and partitions shall be of cast iron or steel pipe. Annular space between pipe and sleeve shall be sealed with mineral wool and Pensil 100, or equal. Pipe Hangers, Inserts and Supports: Hangers shall be forged steel clevis type and provided with turnbuckles or other approved means of adjustment. Chain, strap, perforated bar or wire hangers will not be permitted. Except as otherwise shown, cast iron pipe shall be supported at 5 foot intervals, steel pipe at 10 foot intervals, and copper pipe at 6 foot intervals. Copper plated hangers shall be used on copper pipe. 0302-01 T15 P1Ulllbing. Heating and Ventilating.doc 'ZEL. ENGINEERS .T15-2 I I I I I I I I I I I I I I I I I I I SECTION TIS PLUMBING, HEATING AND VENTILATING FLOOR, WALL AND CEILING PLATES: Where exposed pipes pass through ceilings, floors or finished walls, they shall be fitted with chrOmium-plated cast brass plates on chrOmium-plated pipe, or with cast iron or steel plates on ferrous or copper pipe. Plates shall be large enough to completely close the hole around the pipes and shall be square, octagonal, or round, with the least dimension not less than 1-1/2 inches larger than the outside diameter of the pipe. Plates shall be secured in an approved manner. WATER PIPE, FITTINGS AND CONNECTIONS: Pipe and Fittings: Copper Pipe: All pipe 1-1/4" and smaller required for cold water shall be copper water tube, Type "L" hard temper above ground, and Type "K" below ground, with cast bronze or wrought copper solder type fittings. Threaded adapters and IPS brass nipples shall be provided as required for connection to fixtures and equipment. Dielectric unions shall be provided where copper pipe connects to pipe or equipment of other met~ls. PVC Pipe: Chemical and water piping, 2" diameter, and smaller, shall be schedule 80 PVC. Other Piping: See section "Plant and Yard Piping" and "Valves Hydrants and Gates" for additional specifications. Joints: Soldered Joints: Joints in copper water tube above ground shall be made with soft solder. Tube shall be cut square and burrs removed. Outside of the tube and inside of the fitting shall be cleaned bright and fluxed. Fitting shall be heated evenly until proper soldering temperature is reached. Solder shall be fed into the joint until a ring of solder appears at the end of the fitting. Soft solder shall be lead free, flux shall be non-corrosive. Soldered joints in copper water tube below ground shall be made with hard solder, Phoscopper, Silfos, or equal. Flux shall be as recommended by the manufacturer. Screwed Joints: All threaded joints shall have American National Taper Pipe Thread ANSI B2.l. Pipe ends shall be reamed or filed out to the full size of the bore and all burrs, chips and cuttings shall be removed. Joint compound shall be applied to the male thread only. Joint compound shall be teflon tape, or equal. Gate Valves on Copper Pipe: Gate valves on copper pipe shall be 150 pound bronze, union bonnet, rising stem, solid wedge, sweat-end, Milwaukee 1169 or equal. Globe Valves: Globe valves shall be 150 pound SWP, cast bronze, r~s1ng stem, union bonnet, sweat end, with "Buna-N" disc, Milwaukee 1590, or equal. 'ZEL, ENGINEERS 0302-01 Tl!; Plumbing, Heating and Ventilating.doc T15-3 I I I I I I I I I I I I I I I I I I I SECTION T15 PLUMBING, HEATING AND VENTILATING BALL VALVES: Ball valves shall be thermoplastic type of PVC by Chemtrol of Celanese or equal, and shall be compatible with the associated piping and the liquid carried. Ball valves shall have Teflon ball seals and viton stem and body seals; the valves shall carry a pressure rating of 150 psi gauge at.750F. In line valves shall be isolated by unions; valves connecting to wall pipes and injection point fittings shall have flanged or screwed ends to match the connection point. Unions on Copper Pipe: . Unions on copper pipe shall be copper to copper, ground joint, sweat end, Nibco No. 733, or equal. Dielectric Fittings: Dielectric fittings shall be designed to eliminate metal to metal contact between copper pipe and other metallic pipe or equipment, Epco Dielectric Unions, or equal. Pressure gauges shall be bronze bourdon tube type, 4-1/2 inch diameter, 0 to 160 psig, Ashcroft 1010, or equal. ELECTRIC HEATERS: Unit heaters shall be provided as shown on the drawings. Heater cabinets shall be steel with baked enamel fi~ish and the heating elements shall be high mass steel finned tubular type. Fan motors shall be totally enclosed with sealed bearings. Heaters shall be complete with thermal overload protection, terminal panel, magnetic contactors, t~ansformer, built-in power disconnect switch, and wall brackets for verticall mounting. The units shall be listed by Underwriters' Laboratories, I~c. and shall be Chromalox as designated or the comparable product of Markel, lor equal. I Heating Controls: Unit heaters and shall be controlled by self contained thermostats. Refer to the ele~trical drawings for locations and wiring details for heaters and thermostats. I VALVE VAULTS NO. 3 AND NO.4. VENTILATION: Provide fans and duct as fOIIJws: Fans: 1,000 eFM at 3/8 IWP 11/4HP, 1750 RPM, 120V 10 60 HZ with discharge shutter, inlet and outlet guards, external parts painted (submit color chart). Duct shall be SMACNA standJrd medium pressure construction, supported to withstand traffic and maintenJnce personnel activities. I ---'ZEL, ENGINEERS 0302-01 TIS Pl~ing, Heating and Ventilating. doc T15-4 I I I I I I I I I I I I I I I I I I I SECTION T15 PLUMBING, HEATING AND VENTILATING Provide access panels for fan and removeable discharge device for access. DIESEL BUILDING VENTILATION SYSTEM: Fans: Provide centrifugal supply and exhaust fans. 12,000 CFM each at 1 IWP. Arrangement 8 with 2 bearings on fan shaft and extended pedestal for motor with shaft guards. 7.5 HP 1200 RPM motors squirrel cage induction Type B NEMA rated, inverter rated, provide Faulk or Dodge Paraflex coupling. Provide AMCA rated Hartzell or New York Blower. Fan Drives: The AC Drive shall be Eaton Model SVX9000 or Rockwell .Automation/Allen Bradley Powerflex 700 series. Where shown on the draWings, adjustable frequency drives 1 through 1100 hp shall have the following features: The AC Drive shall be rated 480V AC (optional input voltages of 208, 240, 380 and 575V AC). The AC Drive shall provide microprocessor-based control for three-phase induction motors. The AC Drive shall be of the Pulse Width Modulated (PWM) design converting the utility input voltage and frequency to a variable voltage and frequency output. Alternate control techniques other than pulse width modulated (PWM) are not acceptable. Insulated Gate Bipolar Transistors (IGBTs) shall be used in the inverter section. Bipolar Junction Transistors GTOs or SCRs are not acceptable. The AC Drive shall have an efficiency at full load and speed that exceeds 95% for A~ Drives below 15 Hp and 97% for drives 15 Hp and above. The efficiency shall exceed 90% at 50% speed and load. The AC Drive shall maintain the line side displacement power factor at no less than 0.96, regardless of speed and load. The AC Drive shall have a one (1) minute overload current rating of 150% and a two (2) second overload current rating of 250% for constant torque drives. The AC Drive shall have a one (1) minute overload current rating of 110% for variable torque drives. The AC Drive shall be capable of operating any NEMA design B squirrel cage induction motor, regardless of manufacturer, with a horsepower and current rating within the capacity of the AC Drive. The AC Drive shall have a 3% nominal impedance integral AC three-phase line reactor. The AC Drive shall be able to start into a spinning motor. The AC Drive shall be able to determine the motor speed in any direction and resume operation without tripping. If the motor is spinning in the reverse 0302-01 T1S Pllllllbing. Heating and Ventilating.doc 'ZEL, ENGINEERS T15-5 I I I I I I I I] I I I I I I I I I I I SECTION T15 PLUMBING, HEATING AND vENTILATING direction, the AC Drive shall direction, bring the motor to a motor to the preset speed. Standard operating conditions shall be: start into the motor in the reverse controlled stop, and then accelerate the Incoming power: Three-phase, 480V AC, +10% to -15%, and 50/60 Hz (+/-5 Hz) power to a fixed potential DC bus level Frequency stability of +/-0.5% for 24 hours with voltage regulation of +/-1% of maximum rated output voltage Speed regulation of +/- 0.5% of base speed Load inertia dependant carryover (ridethrough) during utility loss Insensitive to input line rotation Humidity: 0 to 95% (non-condensing and non-corrosive) Altitude: 0 to 3,300 feet (1000 meters) above sea level Ambient temperature: -10 to 50 degrees C (CT), -10 to 40 degrees C (VT) Storage temperature: -40 to 60 degrees C. The AC drive shall be mounted in a NEMA Type 12 enclosure. The drive will be supplied with an externally operated disconnect device. No separate mounting of transformers, disconnects, or line reactors, will be allowed. Each drive shall be a self-contained single unit. Cooling fans and air filters shall be provided and placed such that the unit may be mounted against building walls on sides and back, or adjacent to other units without any air space requirements between the cabinets. Enclosure shall be Stainless steel or Aluminum. A mechanical interlock shall prevent an operator from opening the AC drive door when disconnect is in the ON position. Another mechanical interlock shall prevent an operator from placing disconnect in the ON position while the AC drive door is open. It shall be possible for authorized personnel to defeat these interlocks. Provisions shall be provided for locking all disconnects in the off position with up to three padlocks. Current limiting fuses shall be installed and wired to the AC drive input. Provisions shall be made for accepting a padlock to lock the enclosure door. 'ZEL, ENGINEERS 0302-01 T1S Plumbing, Hellting and Ventilating .doc T15-6 I I I I I I I I I I I I I I I I I I I SECTION TIS PLUMBING, HEATING AND VENTILATING Control Functions: Frequently accessed.AC drive programmable parameters shall be adjustable from a digital operator keypad located on the front of the AC drive. Keypads must use plain English words for parameters, status, and diagnostics messages. Alphanumeric codes and tables are not acceptable. The keypad LCD panel shall provide a choice of eight (8) lines of text or a 64x128 pixel graphical display of key waveforms or a combination of both. The Keypad and all door-mounted controls must be NEMA Type 12 rated. Protection: Upon power-up the AC Drive shall automatically test for valid operation of memory, option module, loss of analog reference input, loss of communication, dynamic brake failure, DC to DC power supply, control power and the pre- charge circuit. . The AC Drive shall be UL S08C listed for use on distribution systems with 65,000A RMS available fault current. The Power Converter shall be able to withstand a short circuit current of 65,000 RMS symmetrical amperes as defined by NEMA ICS 7.1.09 and have the value listed on the AC Drive nameplate. The Power Converter shall be protected against short circuits, between output phases and ground; and the logic and analog outputs. For a fault condition other than a ground fault, short circuit or internal fault, an auto restart function will provide up to 5 programmable restart attempts. The programmable time delay before restart attempts will range from 1 second to 600 seconds. The deceleration mode of the AC drive shall be programmable for normal and fault conditions. The stop modes shall include freewheel stop, fast stop and DC injection braking. Upon loss of the analog process follower reference signal, the AC drive shall default and/ or operate at a user defined speed set between software programmed low speed and high-speed settings. The AC drive shall have solid state 12t protection that is UL listed and meets UL 508 C as a Class 10 overload protection and meets IEC 947. The minimum adjustment range shall be from 0.45 to 1.05 percent of the current output of the AC Drive. The AC Drive shall include Metal Oxide Varistors (MOVs) wired to the incoming AC Mains for phase to phase and phase to ground protection. 'ZEL, ENGINEERS 0302-01 Tl$ Plumbing. Heating and Ventilating . doc T15-7 I I I I I I I I I I I I I I I I I I I SECTION T15 PLUMBING, HEATING AND VENTILATING Filters: Provide 8 - 24" X 24" X 2" pleated media filters ASHAAE 30% minimum installed in casing behind louvers L-6 and L-8. Provide sealed frames, with retaining means, accessible from front. Provide Dwyer gauge for filter pressure drop. Backdraft Dampers: Provide automatic backdraft dampers in discharge of each supply and exhaust fan. Dampers to be heavy duty, steel airfoil blades. Greenheck HB Industrial backdraft damper or equal. Fire Dampers: Provide .fire dampers at each ceiling penetration, supply and exhaust, with 1650F fusible links, 3 hour rating, dynamic rating, in compliance with UL 555. Provide sufficient access at each damper for resetting and maintenance in the form of hinged access doors. Louvers: Provide intake and exhaust louvers as shown on drawings. 4' -0" max blade span. Louvers shall be drained to jamb of frame, stationary, Greenheck Model EDD or equal. Louvers shall be finished at factory. Submit color chart for owners selection. Provide bird screens of same color as louver. Blank off unused louvers from inside. Duct system: Provide duct system constructed in accordance with SMACNA medium pressure standards. VENTILATION SYSTEM CONTROL: The diesel room ventilation system shall be controlled by supply and exhaust controls in the rooms. The wall ventilators and motor operated louvers for the. pwnp room shall be controlled by wall-mounted thermostats. Thermostat shall be a Chromalox WCRT- 100, or equal. Ventilation for valve vaults shall be controlled by wall switch (see electrical) . PAINTING: All surfaces of metal, pipe, insulation and other equipment furnished under this section of the specifications which are exposed shall be thoroughly cleaned of grease, scale, dirt, and other foreign materials before paint~ng. 'ZEL, ENGINEERS 0302-01 US PIUlllbing. Heating and Ventilating. doc T15-8 I I I I I I I I I I I I I I I I I I I SECTION T15 PLUMBING, HEATING AND VENTILATING ELECTRICAL: Electric motors and other items of electrical equipment included in this section of the specifications shall be furnished and installed under this section. Electric wiring, starters, disconnects and connections to equipment shall be furnished under the ELECTRICAL Section of the specifications. OPERATION AND MAINTENANCE INSTRUCTIONS: The Contractor shall furnish to the Engineer six (6) copies of all shop drawings, operations manuals, maintenance manuals, and parts lists for all equipment covered under these specificafions. This data shall also include a typed list of all items of equipment covered in this section of the specifications with the manufacturer's name, model number, size and capacity of each item. The Contractor shall furnish a condensed list of operating, maintenance, and safety instructions for the system. INSPECTION AND TESTS: General: Upon completion of Plumbing, Heating, and Ventilation, all 'piping shall be tested for leaks, and all equipment shall be tested and inspected for capacity and proper operation. All underground piping or piping to be concealed, shall be tested and approved prior to backfilling or concealing. All tests shall be. conducted in the presence of the Owner or his authorized representative. The Contractor shall furnish all instruments, test equipment, materials and personnel that are required for the tests. r DEFECTIVE WORK: If inspection or tests show defects, such defective work or material shall be replaced and inspection and tests repeated~ All repairs to piping shall be made with new material. No caulking of screwed joints or holes will be acceptable. Any changes or adjustments required in order to obtain satiSfactory operation of the system shall be made by the Contractor without additional expense to the Owner. GUARANTEE: The plumbing, heating and ventilating work furnished under these specifications shall be guaranteed for ,a period of one year from the date of final acceptance against defective material, equipment, and workmanship. Upon written notice by the Engineer of failure of any part of the system, during the guaranty period, the affected part or parts shall be repaired promptly with new parts by and at the expense of the Contractor. PAYMENT: No separate payment will be made for any of the work covered by this section of the specifications. All costs in connection therewith shall be included in the lump sum bid for the completed work. 0302-01 TlS Pll.ODbing. Heating and Ventilating.doe 'ZEL. ENGINEERS T15-9 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL SCOPE: The work covered by this section of the specifications consists of furnishing all plant, labor, equipment~ appliances and materials, and in performing all operations in connection with the electrical work associated with the Project 10250 Goodrich. Street Raw Water Pump Station Improvements Contract 1, complete and in strict accordance with this section of the specifications, the applicable drawings, and subject to the terms and conditions of the Contract. Work to be performed under this contract shall include, but not be limited to the following: 1. Furnish and install all conduit and wiring as shown on drawings, or as required, even if not specifically shown on the drawings. Furnish and install all electrical equipment and material as shown on the drawings, including but not limited to, transformers, panelboards, circuit breakers, disconnect switches, starters, etc. Furnish and install light fixtures, poles, switches, and receptacles as shown on the drawings, Install a flowmeter, transmitter, and associated wiring for new pump station. Remove overhead wiring, fixtures and poles as shown on drawings. Coordinate with Georgia Power Company for work required for Georgia Power Company to install a new transformer bank at or on Pole PP1 and to remove their overhead lines north of Pole PPl. Install a ground grid and a lightning protection system at new diesel pump building. 2. 3. 4. 5. 6. 7. 8. Furnish and install all w1r1ng, raceway, components and connections necessary to implement an expanded SCADA system. GENERAL: The Contractor shall be responsible for providing a complete, safe and workable electrical system. All components or equipment furnished under this specification shall be new and unused. All electrical connections whether made by the Contractor or made by vendors furnishing equipment packages shall be the responsibility of the Contractor. All electrical connections shall be checked for proper torque, tension, compression or tightness by the Contractor. All electrical connections determined to need attention shall be corrected by the Contractor. Trench excavation for underground conduits and duct banks shall conform to Section T2 of these specifications. 0302-01 T16 Blectr1<:al.doc 'ZEL. ENGINEERS T16-1 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL CODES: All electrical work shall be in conformance with the requirements and recommendations of the latest edition of the N'!ltional Electrical Code, the National Electrical Safety Code, and all local codes and ordinances. Materials shall bear the label of the Underwriter's Laboratories, Inc., whenever applicable labeling is available for such materials. STANDARDS: The latest issue of the specifications and standards of the following organizations are by reference made a part of these specifications. All ~lectrical work, unless otherwise indicated, shall comply with their requirements and recommendations wherever applicable: Illuminating Engineering Society (lES) Institute of Electrical and Electronic Engineers (IEEE) American National Standards Institute (ANSI) American Society for Testing Materials (ASTM) Insulated Cable Engineers Association (ICEA) National Bureau of Standards (NBS) National Fire Protection Association (NFPA) National Electrical Manufacturer's Association (NEMA) Underwriter's Laboratories, Inc. (UL) Instruments, Systems, & Automation Society (ISA) TESTS DURING CONSTRUCTION: All tests are to be conducted in the presence of the Engineer and RPR. Prior to energization, insulation resistance between individual conductors in conduit and from conductors and equipment windings to ground shall be measured. Measurements shall be made using a "Megger" ground tester (500 volts) as manufactured by the James G. Biddle Company, Philadelphia, Pennsylvania, or "Vibraground" tester manufactured by the Associated Research Company, Inc., Chicago, Illinois. Wiring and equipment not measuring up to minimum insulation resistance required by the Underwriters' Laboratory regulations shall be put in good condition at the electrical contractor's expense. All ground ~onnections, ground buses, and equipment ground resistances shall be read using methods and test devices as manufactured by the James G. Biddle Company, or equal. Rotation checks shall be made on all motors before final mechanical connections are made. Changes necessary to obtain correct rotation shall be performed by the Contractor. Phase rotation checks shall also be made at the existing 20BY/120 Volt Main Distribution Panel (MPD) when connection is made from new power source. TESTS OR CHECKS BY INSPECTING AUTHORITY: The Contractor shall cooperate with code-enforcing authorities during inspections or checks. 'ZEL, ENGINEERS 0302-01 T16 Electdcal.doc T16-2 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL PRELIMINARY TRIALS: The electrical contractor shall, in the presence of the Engineer or his authorized representative, run preliminary trials of the equipment connected by him. These trials or tests shall consist of, but not be limited to, checking motor rotation, checking all interlock circuitry for correct operation and checking all equipment connected by ,him for proper operation. FINAL ACCEPTANCE TESTS AND INSPECTIONS: After the wiring system is completed, and at such time as the Engineer shall direct, the Contractor shall conduct operational checks to demonstrate that all equipment performs in accordance with the requirements of these specifications, contract drawings and vendor information. The Contractor shall Cooperate with the Engineer in performing final inspections. Panel covers shall be removed, doors opened, etc. at the direction of the OAR, to facilitate checks and inspections. All equipment opened or disturbed shall be returned to operational condition after the inspection and approval. TEST RESULTS: All results from tests, preliminary trials and final acceptance tests shall be documented by the Contractor and turned over to the Engineer at the completion of the job. Six copies of complete test results are required. CORRECTIONS: Any wiring installation or connection errors discovered during the test and/or trials shall be corrected by the Contractor at his own expense. Any equipment, materials or components damaged or destroyed as a result of improper installation or connection by the Contractor shall be replaced by him at his own expense. CONTRACT DRAWINGS: The drawings indicate the general arrangement of equipment. Do not scale drawings. Dimensions for layout of equipment shall be obtained from .architectural, mechanical, structural plans or by field measurement, unless specifically indicated on electrical plans. Coordinate electrical work with details, sections, elevations on arChitectural, mechanical and structural drawings and Modify electrical work to conform to requirements of equipment conditions encountered in serving that equipment. and plans found specifications. being served and SHOP DRAWINGS, VENDOR PRINTS AND DATA: Shop Drawings: The plans show the extent and general arrangement of the equipment and may be modified as required to. suit the equipment furnished, Subject to the approval of the Engineer. As soon as practiCable, and within 45 days after the award of the Contract, the Contractor shall submit the following 0302-01 1'16 Blec:triclll.doe 'ZEL, ENGINEERS T16-3 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL descriptive literature and drawings for all equipment furnished under this section of the specifications: Six complete sets of shop drawings, vendor data sheets, wiring diagrams, installation instructions, etc. Each submittal item shall be marked to show the specification section and page numbers(s} covering that item, equipment name and number. Submittals for lighting fixtures shall include photometric data and exact type of ballast and lamps to be used. The Engineer reserves the right to require sample fixtures to be submitted for approval. Record Drawings: The Contractor shall reserve one complete set of electrical prints for as-built drawings. Any approved deviation from the contract plans shall be recorded on these prints by the Contractor. As-built drawings will be checked on the last working day of each month for accuracy and completeness by the Engineer or his authorized representative. Documentation: At the end of final inspection, the Contractor shall provide six sets of complete data on electrical and instrumentation materials and equipment used on this job. This data shall be in bound form and shall include the following items: A complete table of contents. Data sheets indicating electrical and functional characteristics of all devices and equipment. As-built wiring diagrams. Instruction Manuals. Copies of all approved submittals. Panelboard, switchboard and distribution center circuit directories reflecting all field changes. The Contractor shall turn over all as-built drawings (record drawings) to the Engineer at the time of final inspection. MATERIALS: Materials shall be furnished in accordance with the requirements of this specification, applicable drawirrgs, agreement and "Codes and Standards" as set forth hereinbefore. All material furnished by the Contractor shall be new, without defects and shall be delivered to the job site in the original cartons or packages. All material of the same type shall be the product of one manufacturer where feasible. Equipment grouped together to serve a common purpose shall be the product of one. manufacturer or supplier (e.g.; lineup of starters, contactors, controllers, transformers, etc.) 'ZEL. ENGINEERS 0302-01 Tl6 Blectrical.doc T16-4 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL The use of manufacturer's name and catalog number in these specifications is to define the type and quality of electrical components required. Where possible, two or more sources have been listed. Other manufacturer's products may be used only with written approval of the Engineer to assure overall system compatibility and reliability. WORK: The term "Work" is taken to include "labor, supervision, installation" and other action needed to complete test and start up the electrical system and components. . All work shall be of the highest quality. No sub-standard work will be accepted. All work shall be performed by workmen skilled in the trades involved. CONDUIT: All exposed conduit shall be rigid aluminum with threaded couplings and fittings. Thin wall (EMT) conduit shall not be used. Unless noted otherwise on drawings, conduit runs installed underground in or below concrete slabs, below grade in duct banks,' or in concrete walls shall be rigid galvanized steel conduit for sized 2" and below. Provide pull strings in all new conduits. (A2) G:onduit run13 sHKlllcr thiln 3/<1" tr;ldc Dize shall not be uDed clrcept 1/2" conduit roilY be uDed for malting attilchmcntD to cquipffiCnt ,mich, bccilusc of its cenotruction, .till Rot accept a larger oize conduit. Lengths of 1/2" conduits shall be as short as possible. All e~posed conduit shall be run at right angles or parallel to structural members. Vertical runs shall be plumb. Diagonal conduit runs shall not be made except with written permission of the Engineer or when conduits are run below grade. Below grade runs of conduit shall follow pat~s as specified on the electrical drawings. Conduit runs installed underground in or below concrete slabs, below grade in duct banks, or in concrete walls shall be rigid galvanized steel conduit for sizes 2" and below. Sizes above 2" shall be rigid galvanized steel or rigid plastic conduit not less than Schedule 40. Where rigid plastic conduit is used, the conduit shall be anchored securely to prevent flotation. All stub- ups shall be rigid steel including the elbow. All underground conduit runs, whether single or runs in duct banks. shall be encased in concrete with the top of the concrete envelope not less than 24 inches below finished grade. The concrete envelope for single conduit runs shall be no less than 3 inches on all sides while duct banks shall be as detailed on the plans. Re-bars shall be installed in all duct banks as shown on the drawings. Concrete for electrical gravel aggregate, f'e = Admixture shall be 3% by mixed into the concrete. conduit encasement shall be standard mix with pea 2000 psi, with admixture to produce red color. weight of pure synthetic red iron oxide uniformly All cuts on conduit shall be square. Conduit ends shall be reamed after cutting. Couplings and threaded hubs shall have no less than five (5) full threads of the conduit engaged and shall be screwed up wrench tight and butted. 'ZEL, ENGINEERS 0302-01 T16 Electdcal.doc T16-5 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL Seamless pipe shall be used for all bends made in the field. Conduit bends shall be made with standard "hickeys" or conduit benders to prevent kinks or flats in the bends. The proper size hickey or shoes shall be used for each size conduit. The radius of the curve of the inner edge of any bend shall not be less than six (6) times the internal diameter of the conduit. All bends shall be carefully inspected for flaws before installation. Flexible conduit connections shall be used at all motors or wherever vibration may make rigid conduit connections impractical. Flexible. conduit shall be flexible metal conduit covered with a polyethylene jacket. Metallic portion of all flexible conduit shall be bonded to boxes. The installation of all conduit shall be properly coordinated with the work of other trades. Field routed conduit paths must be approved by the Engineer before installation. PULL BOXES: Pull boxes shall be constructed of stainless steel or copper free aluminum of not less than the minimum size recommended by the National Electrical Code. Pull boxes shall be corrosion resistant, NEMA 4X. The. Contractor shall provide pull boxes where shown on the drawings or as required by the code, whether shown on the drawings or not. Pull boxes shall be approved for use in the area where they are installed. All pull boxes and junction boxes shall be sized to permit pulling of conductors out of boxes and feeding back into the boxes witho~t exceeding the bending radius of cables as recommended by the cable manufacturer. Pull boxes, junction boxes or suitable conduit fittings shall be provided in accordance with the following schedule: Run Straight One 900 bend Two or more 900 bends Max. length without pull box not over 200 feet not over 125 feet not over 15 feet Conduit runs between outlets shall contain not more than the equivalent of four (4) quarter bends. RACEWAY CLEANING: The electrical contractor shall be responsible for cleaning all conduit, wireways and ducts, both overhead and underground before pulling cables. For underground ducts, the minimum cleaning shall consist of pulling a flexible mandril 1/4 inch smaller in diameter than the duct, followed by two passes with wire brushes the same diameter as the duct and one pass wi th a swab. The Contractor must be satisfied that ducts are free of burrs or obstructions which might damage cables before beginning pulls. If cables are damaged while being installed they shall either be adequately repaired in a manner suitable to the Engineer, or shall be replaced by the Contractor with new cable.of comparable quality and description, at no cost to the Owner. L 0302-01 T16 Electrical.doc 'ZEL, ENGINEERS, T16-6 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL Underground ducts for all services, including existing, active, future, spare and telephone shall be cleaned as specified in this section. All underground ducts for future and/or spare shall contain a galvanized steel pull wire,. minimum No. 10AWG. RACEWAY SUPPORTS: "Raceway" is defined as conduit or any other material or equipment used to enclose or hold cable or wire, such as wireway or cable tray. The electrical contractor shall provide material and labor to design, fabricate and install raceway supports. Raceway shall be installed with at least six (6) inches clearance from uninsulated hot pipes or other hot surfaces. Condui t shall he spaced far enough apart on supports so that the conduit fittings are accessible for pulling or splicing wires. Raceway shall not be supported from process piping. All conduit one (1) inch trade size and smaller shall have supports spaced not more than eight (8) feet apart on horizontal runs and ten (10) feet on vertical runs. All other raceways shall be supported at intervals not to exceed ten (10) feet horizontally or vertically. Supports shall be provided on each side of conduit bends or elbows and not more than 3 feet from any outlet or termination point. Where raceway requires support between structural framing members, suitable supplementary steel members shall be provided by the Contractor to span between them. Drilling of holes in flanges of structural framing members. for hangers or supplementary steel will be permitted only with the approval of the Engineer. Under no circumstp.nces shall holes be permitted in the center portion of any structural member. Conduit not located in main racks shall be supported in a suitable manner by one-(l) hole malleable clamps, U-bolts, Korns Clamps or similar means. Perforated strap or plumbers strap will not be permitted. Raceway supports shall be secured to brick or concrete work by approved expansion anchors or bolts, or by inserts set at the time the concrete is poured. Stainless steel unistrut is the preferred method of support against brick or concrete. When conduit supports or racks are attached to structural members, properly drilled holes shall be used. Burning of holes in structural steel members shall not be permi tted. Supports or racks may be welded to structural steel members only if welded areas and cut ends are repaired with Galvalloy or equal. All structures or supports for raceway shall be constructed for free draining, such that condensation or precipitation will not be trapped. 0302-01 T16 Electrical.doe JZEL, ENGINEERS, T16-7 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL WIRE AND CABLE: General: Conductors for lighting and power circuits shall not be less than #12 AWG, stranded copper and shall conform to the following standards and/or specifications. Conductors for control use shall not be less than #14 AWG, stranded copper with type THHN/THWN insulation. Conductors shall not be smaller than indicated on the drawings nor less than that required by the National Electrical Code (NEC). Cables and conductors shall be tagged for identification by the electrical contractor using printed tape, or equal method, at each end and at all intermediate junction, tap or splice points. Use individual wire numbers as shown on the wiring diagrams and elementaries for all wires so numbered. Use cable numbers as shown on cable or circuit schedules. All power wires shall be colored black. Control and lighting wires shall be color coded in accordance with the design drawings, ICEA standards or the NEC if not indicated by the design drawings. All feeders entering or leaving distribution equipment, junction and pull boxes shall have conductors tagged as to. phase identification; i.e., 'A', 'B' 'c' or '1', '2', '3', and circuit designations. Each coil or reel of wire and cable furnished by shall bear a tag containing the Underwriter's manufacturer, trade designation and month and year shall be of recent manufacture and in no case older the electrical contractor listing stamp, name of of manufacture. Material than six (6) months. 600 Volts and Below: Wire sizes #6 and smaller shall have THHN/THWN insulation. Wire sizes larger than #6 shall have XHHW or XHHW-2 insulation as indicated on the drawings. Insulated grounding conductors shall have THHN/THWN or XHHW green insulation. Insulation and jacket for single conductor wire and cable shall meet or exceed UL Standard 83. Conductors shall be manufactured by Okonite Service Wire Co., Okonite, BrCC General Cable, or Southwire. Instrument Cable: Single pair instrument cable shall be 2/ c shielded twisted pair rated 600 volts, with #l6/AWG stranded tinned copper conductors, PVC insulation with nylon jacket, tinned copper braided shield, and overall PVC jacket. Cable shall be Belden No. 9952 or approved equal. 0302-01 116 neetrical.doc 'ZEL, ENGINEERS T16-8 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL MUlti-pair instrument cable shall be similar to above except each pair to have a metallic foil shield with drain wire and an overall metallic foil shield. Cable shall be Belden No. 1055A for 2 pair, l037Afor 3 pair, etc., or approved equal. WIRE CONNECTIONS AND DEVICES: Wires and cables shall be installed without joints or splices, as far as practical. Splices where necessary, connections and terminations shall be made with appr~ved pressure-type solderless fittings. Connectors, splices and terminations shall be securely fastened with double . indent tools designed to bring uniform pressure on all sides and shall not loosen under normal vibration or strain. Wire nuts may be used on lighting and receptacles, and then only when absolutely necessary. Fittings shall be of the correct size for the conductors and strands shall not be cut from conductors. Splices, if used, shall be made in approved boxes and shall be insulated such that insulation will be equal to or better than the insulation on wires which are spliced. Installing Wire And Cable: All wire and cable shall be installed in raceway systems. No wire or cable shall be installed until the raceway system for that wire or cable is complete. Wire pu~ling lubricant shall be used when installing wire or cable in raceway whose length from feeding point to pulling point exceeds 25 feet (except tray). Care shall be taken to ensure conductor maximum pulling tension is not exceeded while pulling wire into conduit. Installation in Panelboards, Cabinets, Control Panels, Etc.: Wiring in such installations shall be neatly formed, grouped and laced with non-conductive binders. BOXES, CABINETS AND ENCLOSURES: Pull boxes shall be supplied in conformance with a prior subsection of this specification. Junction boxes, cabinets and other enclosures for electrical materials or equipment shall be provided as shown on the drawings or as required by the National Electrical Code. Size shall be the larger of that shown on the drawings or as required by the National Electrical Code. All boxes and cabinets shall be of stainless steel NEMA 4X construction unless noted otherwise on the drawings. 'ZEL, ENGINEERS 0302-01 T16 SlGetrical.doc:: T16-9 I I I I I I I I I II I I I II I I I I I I I I SECTION T16 ELECTRICAL All connections to boxes and cabinets installed outdoors and in wet or damp locations shall be by threaded hubs or fittings. Outlet boxes of a type to suit the intended use shall be installed at the locations shown on the drawings. Location of outlet boxes shall be closely coordinated with the work of other trades to avoid interferences and provide efficient service to the devices or equipment served. Boxes for exposed outdoor use shall be stainless steel, fitted with covers suitable for the environment in which they are located. All supports fabricated for outdoor boxes shall be aluminum or hot dipped galvanized steel. PANELBOARDS: Furnish and install circuit breaker type lighting and power panelboards as indicated on the drawings and schedules. Panelboards shall be of the dead-front safety type employing thermal-magnetic molded case circuit breakers. A steel circuit directory frame and card with a clear plastic covering shall be provided on the inside of the door. The directory card shall provide a space at least 1/4" high x 3" long for each circuit. The directory' shall be typed to identify the load fed by each circuit. Panelboard fronts to be hinged door-in-door trim. continuous piano hinges. Door hinges shall be Interiors shall be completely factory assembled devices. They shall be designed such that switching and protective devices can be replaced without disturbing adjacent units and without removing the main bus connectors. Surface trims shall be same height and width as box. overlap the box by 3/4 of an inch on all sides. Flush trims shall Main bus bars shall be copper sized in accordance with UL standards to limit temperature rise on any current carrying part to a maximum of 650C above an ambient of 400C maximum. Full-size (lOO%-rated) insulated neutral bars shall be included for panelboards shown with neutral. Bus bar taps for panels with Single-pole branches shall be arranged for sequence phasing of the branch circuit devices. Neutral busing shall have a suitable lug for each outgoing feeder requ~r~ng a neutral connection. 200%-rated neutrals shall be supplied for panels designated on ~rawings with oversized neutral conductors. Enclosures shall be at least 20 inches wide made from galvanized steel. Provide minimum gutter space in accordance with the National Electrical Code. 0302-01 716 Electrical.doc 'ZEL, ENGINEERS T16-10 I I I I I I I I I I I I SECTION T16 ELECTRICAL Where feeder cables supplying the mains of a panel are carried through its box to supply other electrical equipment, the box shall be sized to include the additional required wiring space. At least four interior mounting studs with adjustable nuts shall be provided. Enclosur~s shall be provided with blank ends. Provide an engraved nameplate for each panel section. Surfaces of the trim assembly shall be properly cleaned, primed, and a finish coat of gray ANSI 61 paint applied. Install 6 feet to top of panelboard; install panelboards taller than 6 feet with bottom no more than 4 inches. above floor. Panelboards shall be as manufactured by Cutler-Hammer, types as shown on the drawings, or approved equal by Square-D or General Electric. SWITCHES, RECEPTACLES AND DEVICES: All wiring devices shall be of heavy duty industrial grade or hospital grade construction as manufactured by Hubbell or Cooper.. Wiring connections shall be made only via looping conductors around terminal screws. Devices employing only "slip-in" wire connections shall not be used. (Cornpressiontype connections are permitted with power receptacles and plugs.) Devices sh~ll be held securely in place by threaded screws attached to outlet boxes. Devices shall, in no way, depend on COver plates for support. Wiring devices installed outdoors or in potentially wet areas shall be installed in FS boxes with weatherproof COVers. Wiring devices installed indoors shall be installed in recessed boxes wherever possible with stainless steel covers. Plates shall be properly aligned horizontally and vertically. I Switches: All switches shall be rated 20 amps, 120/277 volt, silent type. I I I I I I Where more than one switch is indicated in the same location, switches shall be gang mounted under a common Cover plate. Unless noted otherwise, switches shall be set 48 inches above walking surface and shall clear door trim or corners approximately 4 inches from the edge of the space occupied. Switch locations shall be coordinated to place switches on the strike side of doors unless located elsewhere on drawings. 0302-01 116 8lectrical.doc 'ZEL[ ENGINEERS. T16-11 ~-I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL 120 Volt Convenience Outlets (Receptacles): All receptacles shall be single or duplex grounding type rated 20 amps, 125 volts, A.C., NEMA 5-20R, except as noted on drawings. Receptacles shall be ground fault interrupting type where noted on drawings or required by codes. All receptacles located outdoors or in damp locations shall be the ground fault interrupting type with a weatherproof hinged cover. Control Switches: Push buttons and selector switches shall be industrial, heavy duty, oil tight construction to mount in a standard 1-7/32 inch diameter hole. Contact blocks shall be suitable for side-by-side and/or tandem mounting to the base of the operator. Terminals shall. be pressure clamp type to accommodate #12 - #18 stranded copper wire. Contacts to be rated at least 60 ampere make, 6 ampere break at 120 volts AC. Pilot Lights: Pilot lights shall be industrial, oil tight construction, 120 volt transformer type, with interchangeable colored lens, to mount in a standard 1-7/32 inch diameter hole. Terminals shall be pressure clamp type to accommodate #12 ~ #18 stranded copper wire. Relays: Unless otherwise noted on drawings, all relays shall be industrial machine tool type with convertible 600 volt AC contacts with minimum ratings of 60 ampere make, 6 ampere break at 120 volts AC. Coils shall be of molded construction, matched to the circuit voltage and continuous duty rated. Terminals shall be provided with pressure wire connectors. DISCONNECT SWITCHES: swi tches shall be provided as shown on the drawings or as required by the National Electrical Code and shall be of heavy duty, industrial rated construction. Switches shall be type and size as shown on the drawings. All switches shall be rated NEMA 4X unless noted otherwise on drawings. Switches shall be installed to be fully accessible in accordance with the NEC. Switches shall be constructed to simultaneously disconnect all ungrounded conductors. Switches shall be identified with name and number of circuit (s) or motor (s) served. 'ZEL. ENGINEERS 0302-01 T16 Electriclll-doc . T16-12 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL Rating and Over-current Protection: Low voltage sWitches' used to disconnect motor circuits shall be horsepower rated. Rating must equal or exceed the horsepower of motor(s) fed by the switch(es). If a fused disconnect switch is called for, fuses of size and rating specified .on the drawings or schedules, by the equipment manufacturer, or by the NEC shall be supplied by the Contractor. OVER-CURRENT PROTECTIVE DEVICES: Rating: All devices shall be rated to conduct at least the maximum full load current of the circuit in which it is used. All protective devices which interrupt overload or short circuit current shall be rated to interrupt and withstand the maximum bolted fault current which may occur in the circuit to which it is connected. All devices shall be furnished to agree with any additional requirements listed on the drawings and schedules. Fuses: Fuses shall be one-time type. Renewable fuses are specifically prohibited. Fuses, unless noted otherwise, shall be current-limiting type. Only cartridge-type fuses may be used. Plug-type fuses are prohibited. Circuit Breakers: Molded case circuit breakers for panelboards and similar uses shall be thermal- magnetic type. Magnetic-only type may be used in combination motor starters. Molded case circuit breakers shall be bolt-on type. Plug-in type connections shall not be used. Load side lugs shall be furnished to match the number, type and size wire or cable attached. Motor Overloads: Motor overload relays shall be 3 pole, ambient compensated type. The Contractor shall provide all motor overload relay heaters. Heaters shall be sized according to manufacturer's recommendations and according to actual motor nameplate data. Motor overload relays shall be furnished as integral components of all motor starters. 0302-01 T16 Electrical.doc 'ZEL, ENGINEERS T16-l3 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL SERVICE AND DISTRIBUTION: Service to the plant is provided by Georgia Power Company. Existingservice consists of 3-25 KVA Transformers (13.8KV-208Y/120 Volts) located on Pole PPl with an overhead service drop to the maintenance building via PP2. This service shall be replaced with a new transformer bank (13.8KV-480Y/277 Volts) located on or near Pole PPl sized for additional loads for this project plus loads to be added on a future expansion. The Contractor shall install switches on a rack near Pole PP1, and install a feeder in an underground duct bank, installed under another contract, to a new distribution panel (MDP-2)in the maintenance bUilding. All overhead wiring and poles as noted on Drawing 5E2 shall be removed. GPC will remove their wiring and poles. The Contractor shall remove remainder. Material designated by Augusta Utilities Department shall be taken to a storage site that they designate, and all other removed material shall be disposed of off site by the Contractor. GROUNDING: A ground system consisting of #4/0 bare copper conductors with ~" X 10' copper clad steel ground rods shall be installed as indicated on the drawings. A #4/0 bare copper conductor, or size as noted on the drawings, shall be installed from the grid to foundation reinforcing steel, building steel, water lines, and other equipment and locations as indicated on the drawings, or as required by the National Electrical Code. A lightning protection system consisting of air terminals on the Diesel Building with appropriate downcomers to the ground system shall be installed as shown on the drawings. Non-current carrying metal parts of all electrical equipment shall be grounded to equal or exceed the requirements of the National Electrical Code. In general, a separate ground conductor shall be attached to each item for which grounding is required. Switchgear assemblies, panels, motors, motor starters, feeder breakers or switches and switch racks shall be connected to the ground system. All metallic conduit and raceway shall be grounded directly or through the equipment. All neutral conductors shall be grounded, except where specifically exempted. Neutrals shall be connected to ground at only one point, as specified by the NEC (usually at system distribution panel). TRANSFORMERS: Ventilated dry-type transformers shall be designed in full accordance with ANSI C89.2 (NEMA ST-20). for all Kv.A ratings 600 volts and below, and up through 500 KVA above 600 volts. 0302-01 r16 Electrical.dOC. 'ZEL. ENGINEERS T16-14 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL Transformers shall be designed and rated for continuous operation at rated KVA 24 hours per day, 365 days per year, with normal life expectancy as defined in IEEE No. 65. Transformers shall have proven 2200C. insulation systems. The coils shall be wound with copper conductors insulated with proven.high temperature resistant, 220oC. material. Transformer enclosures shall be fabricated of code gauge steel and arranged to prevent the entrance of foreign objects and rodents LIGHTING: Lighting fixtures, poles, and lamps as shown on the drawings, schedules and/or this specification shall be furnished and installed by the Contractor. Lighting fixtures shall be located approximately as shown on the electrical drawings. The Contractor shall review drawings of other trades to provide lighting compatible with surrounding conditions, to provide effective lighting for the work areas and to prevent interference between lighting equipment and other equipment. Installation and proper support of lighting fixtures shall be the responsibili ty of the Contractor. Fixtures shall be aligned and mounted uniformly. Aiming to accomplish effective lighting of areas to be illuminated shall be performed by the Contractor. The Contractor shall supply all hardware and accessories necessary for proper mounting and installation of fixtures. Exterior Lighting Fixtures: All exterior lighting fixtures shall be industrially rated, enclosed, gasketed, and weatherproof. Where pole mounted fixtures are specified, poles,- fittings, supports and all hardware and materials necessary for the complete installation and connection of fixtures shall be furnished by the Contractor. Poles shall be as specified on the drawings. Interior Lighting Fixtures: Fixtures for interior shall be as specified on the drawings. The contractor shall provide appropriate supports. Eme+gency lighting fixtures shall be furnished and installed where shown on the drawings, and shall have polycarbonate housings, halogen lamps, and maintenance free lead-calcium batteries. Fixtures installed outdoors shall be suitable for damp locations. Exit signs shall be self-luminous type with tritium filled gas tubes with 20 year warranty. Lamps: Lamps shall be provided for all fixtures. Lamps installed during construction, which have experienced more than 50% of burning hour life, as published in 0302~Ol T16 &le<::tric::al.doc 'ZEL. ENGINEERS T16-15 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL manufacturer's data, inspection. shall be replaced with new lamps prior to final Incandescent lamps shall be rated for a minimum of 2500 burning hour life and shall be vibration resistant. Fluorescent lamps shall be high efficiency type employing latest technology designed to yield maximum lumens output per watts input. Fluorescent lamps shall be cool white unless specified otherwise on the drawings. HID lamps shall be clear type, rated for 24,000 average hours minimum life, suitable for all operating positions. Ballasts: Ballasts for High Intensity Discharge fixtures (HID) shall be high power factor type. Lighting Control: Indoor lights shall be controlled by individual or 3-way and 4~way switches. Outdoor lights shall be controlled by switches, by individual photoelectric cells, or by lighting contactors operated by photoelectric cells, all as indicated on the drawings. MOTORS: Motors furnished under other sections of these specifications shall be of sufficient size for the duty to be performed and shall not exceed 100% of the full-load rating when the driven equipment is operating at specified capacity under the most severe conditions likely to be encountered. Unless otherwise specified, all motors shall be for operation on 480 volts, 3 phase, 60 Hertz power and shall be totally enclosed suitable for continuous-duty based on a 40 degree C. ambient temperature of reference. Polyphase motors shall be squirrel- cage type, having normal-starting-torque and low-starting-current characteristics, and a 1.15 service factor, unless other characteristics are specified elsewhere. The horsepower ratings indicated on electrical drawings are for guidance only and do not limit the equipment size. When electrically driven equipment furnished under other sections of these specifications materially differs from the contemplated design, the Contractor shall make the necessary adjustments to the wiring, disconnect devices, branch circuit protection and starters to accommodate the equipment actually installed, without additional cost to the Owner. MOTOR STARTERS, CONTROLS AND EQUIPMENT CONNECTIONS: Motor Starting and Controls: Unless otherwise specified herein or noted on the drawings, it is the intent of these specifications that motor starters and controls for all motor operated equipment shall be furnished, installed and wired complete for operation under this section of the specifications. All motors specified under other sections of these specifications to be furnished with the driven equipment and, for certain specific equipment hereinafter referenced, the control equipment is likewise specified to be furnished with the equipment. 0302-01 T16 Elect~ical.doc 'ZEL. ENGINEERS T16-16 I I I I I I I I I I I I I I I I I I I SECTION T16 ELECTRICAL Magnetic Motor Starters: ,. Magnetic motor starters shall be two and three pole, full voltage across the line starters equipped with thermal overload relays sized to suit the motor served. The minimum size magn~tic starter shall be NEMA Size O. .Starter coils shall have 120VAC rating unless noted otherwise. Suitable starter enclosures shall be provided to suit the environment. Equipment Connections: All wiring (conduit, conductors and connections) for the interconnection of electrical equipment and its controls shall be furnished and installed under this section of the specifications, except as otherwise stated hereinafter for Instrumentation. Connections shall comply with all applicable requirements of this section of the specifications. Flexible raceways no more than six feet in length shall be provided to all electrical equipment subject to vibration or movement and for all motors. Liquid tight raceways with compression fittings shall be used in damp or wet locations. LABELS: General: Labels and tags are to be provided on all equipment as specified in other paragraphs of this section. EQUIPMENT REFERENCES: . Particular attention and reference shall be made to the other sections of these specifications for the proper coordination of all material to be furnished and/or installed and all work to be accomplished under this section, and for descriptions of control equipment furnished thereunder as well as the manner in which the equipment will function. Equipment requiring electrical connections and coordination shall include, but not be limited to the following: T6A Plant and Yard Piping T7 Valves, Hydrants, and Gates TIOE Above Ground Fuel and Waste Oil Tanks T14 Pumping Equipment T14B Lift Station TIS Plumbtng, Heating, and Ventilation T15A Diesel Fueled Engine Pump Drives TlSB Speed Reducers for Vertical Raw Water Pumps TlSC Aboveground Fuel Oil Storage Tanks T17 Instrumentation. T17A Control Panels and Systems PAYMENT: No separate payment will be made for work covered under this section of the specifications. All costs in connection therewith shall be included in the lump sum Bid for the completed work. 'ZEL, ENGINEERS, 0302-01 T16 1l1eetdcal.doc T16-17 I I SECTION T17 INSTRUMENTATION ~: I The, work covered by this section of the specifications consists of furnishing a complete computerized plant instrumentation and control system with appurtenant equipment and accessories as indicated, specified, and as necessary for a complete and proper operating system. I I Work includes, but is not necessarily limited to, the followin~: All personal computer hardware, programmable logic controllers (PLCs) , instruments, and other appurtenances as indicated and specified herein and as required by the process flow and instrumentation diagrams and descriptions. All engineering, hardware and software development, installation, startup, calibration services and supervision necessary. Testing and operational demonstrations as specified. I I Training programs as specified. Preparation of instruction manuals. I Related work: Documents affecting work of this Section include, but are not necessarily limited to, General Specifications, Special Provisions, and all other related Sections. I I QUALITY ASSURANCE: I The Contractor I s attention is directed to the fact that all specified instruments and controls must form a completely integrated system and, as such, the instrumentation and control system integrator shall become familiar with requirements necessary to provide equipment specified for the system regardless of manufacture, and shall be responsible to the Contractor for the complete and satisfactory operation of the entire plant instrumentation and control system.. I I These specifications cover the intended function of the equipment, but do not necessarily cover all details necessary for a complete, operable and functional system. The manufacturer shall supply all devices and appurtenances necessary to provide a complete, operable and satisfactory system as indicated or specified. I The Instrumentation and Control System Integrator shall have a minimum of five (5) years experience in providing similar operational systems of which a listing may be requested. I Instrumentation and Control System Integrator: I It is the intent of these specifications and drawings that the Contractor shall engage an approved and qualified Instrumentation and Control System Integrator to provide the system as specified and indicated. I I 0302-01 T17 Instrlllllent~tion.doc 'ZEL. ENGINEERS, T17-1 I I I SECTION T17 INSTRUMENTATION I The Instrumentation and Control System Integrator shall design and furnish a complete, integrated and functionally operating system, warranted to perform the intended functions as herein specified. I Provide or supply all hardware and software specified herein or required and provide all required .and specified collateral services in connection with the system such as testing, calibration, start-up, operation and maintenance manuals, and operator training without additional cost to the Owner. I Provide system integration for control systems by other equipment manufacturers supplying control equipment. I The Instrumentation and Control System Integrator shall be responsible to obtain all necessary data from individual manufacturers to determine the necessary interface requirements for operation, control and/or monitoring between the various process manufacturers' equipment and the system being supplied by the Instrumentation and Control System Integrator. I I In order to protect the integrity of and insure compatibility with Water Treatment Plant equipment, the services of M/R Systems Inc., of Norcross Georgia shall be obtained by the Contractor to act as the Instrumentation and Control System Integrator to perform the work defined herein. No substitutions will be allowed and products or services from other sources will not be accepted without the express written consent of the Engineer and the Owner. I I Contractor: I Shall be fully and solely responsible for the work of the systems supplier and solely responsible to the Owner for having supplied to the Owner the complete supervisory control and data acquisition system. I To provide personal superintendence and direction of the work, maintaining and supplying complete supervision over and coordination between all subcontractors employed by him and the Instrumentation and Control System Integrator. I To be responsible for defining the limits of his subcontractor's work. I To be responsible for setting of instruments (including alarms, etc. as provided under other sections) . Technical Services: I Provide supervisory service of a ,factory trained service engineer, specifically trained on the type of equipment herein specified, for a period of not less than two (2) a-hour days during construction to assist the Contractor in the location of sleeves, methods of installing conduit and special cable, mounting, piping, and wiring of one of each type of service, and the methods of protecting all of the equipment prior to placing it into service. I I I 0302-01 T17 InatP;'\llllentation.doc T17-2 'ZEL. ENGINEERS I I I SECTION T17 INSTRUMENTATION I Upon completion of equipment installation, provide services of service engineer for oa period of not less than two a-hour calibration and start-up of the equipment and instructing the personnel. the above days for operating I The minimum days specified above do not relieve the. Instrumentation and Control System Integrator of providing sufficient service to place the system in satisfactory operation. I SUBMITTALS: Product Data~ I Provide six (6) copies of the following: I Component manufacturing data sheet indicating pertinent data and identifying each component by item number and nomenclature as indicated on the drawings and in the specifications. I Component drawing showing dimensions, mounting and external connection details. I System wiring schematics, of operation. Component indicated above. each on a single drawing with full description identification on the schematic shall be as I A system schematic of the hardware with the component manufacturing data sheets for each item, including all system peripherals. I A printed copy of each control and monitoring screen and each regulator report form. A complete description of each screen shall accompany the print. I Operation and MaintenanceMmanuals: Provide six (6) copies of the Operation and Maintenance Manuals. I Operating instructions shall incorporate a functional description of the entire system, including the system schematics which reflect "as-built" modifications. I Special maintenance requirements particular to the system shall be clearly defined along with special calibration and test procedures. I As part of the operation and maintenance manuals, provide three hard copies of the program used to program the programmable logic controller. I Software: I Purchase any and all software packages required for the system in the name of the City of Augusta, Georgia. All warrantees associated with the hardware and software shall be in the name of the City of Augusta, G:eorgia. I 0302-01 T17 Instru=entation.doc T17-3 'ZEL. ENGINEERS I ,I 1 SECTION T17 INSTRUMENTATION Changes to Documents: I Provide to Engineer for approval any changes, additiops, corrections, etc. required to the Bid Documents that are needed to accommodate the system being proposed. The changes, additions, corrections, etc. shall be at the Contractor's expense and shall be included in his Bid. I COORDINATION OF WORK: 1 The Instrumentation and Control System Integrator shall be responsible for reviewing the contract documents that could affect this portion of the work. I Plans and specifications, especially instrumentation/electrical and w1r1ng requirements, have been formulated in an attempt to satisfy the conditions for any system proposed. However, a vendor may find that some changes or additional conduit and wiring from that indicated may be required to accommodate particular equipment being proposed. .Should this be the case, the vendor shall include in his bid price, all changes or additional requirements necessary for the system. After award of contract, revised drawings must be submitted for approval indicating any changes prior to any changes being implemented. I 1 I PRODUCT DELIVERY, HANDLING AND STORAGE: Schedule the delivery of the equipment to coordinate with the project completion schedule. I Each item of equipment to be tagged with identifying number shown on the Shop Drawings. I Contractor's attention is directed to the fact that equipment has delicate components and extreme care shall be taken in handling to avoid internal and/or external damages. I Damaged equipment will not be accepted. I Equipment not for immediate use shall be stored inside a building, with enclosures under protecti ve coverings and shall be fully protected from moisture, extreme heat and vibration. I WARRANTY: I Systems supplier shall furnish a hardware and software maintenance contract for the computer system, providing for an 8-hour response time in normal working hours, five days per week for the length of the warranty period. I For any service visit during this period, provide with a written report stating the reason for recommendations to prevent recurrence. the Owner and Engineer equipment failure and I I 0302-01 Tl7 In.otnlJll<lnte.tioft.doc T17-4 'ZEL, ENGINEERS I I I SECTION T17 INSTRUMENTATION At the end of this period, the maintenance available for transfer to the Owner. contract shall be made I PRODUCTS: I GENERAL: I The total control and monitoring system shall consist of a series of individual control and monitoring sub-systems, each configured to perform a specific function associated with the total plant operational scheme. I All equipment and materials shall be new, unused and proved by previous use of similar products to be completely suitable for the service intended. I All of the equipment shall be the manufacturer's latest and proven design. Specifications and drawings call attention to certain features but do not purport to cover all details entering into the design of the SCADA system. The completed system shall be compatible with the functions required and other equipment furnished by the Contractor. I All electrical components of the system shall be powered by 120V, single phase, 60 cycle current, except as otherwise indicated or specified. I All contacts for control, remote motor operated, or electrically operated equipment shall be rated not less than 10 amperes on 120V unless otherwise specified herein. I I All systems and individual ?omponents, whether panel or field mounted units, shall be protected from voltage and/or current surges which may originate as a result of lightning or other external causes. I Protective equipment to be provided by the SCADA System supplier and installed in accordance with his recommendations. I Schematics of the instruments submitted for approval to the Engineer shall indicate how this protection will be provided and identify the items of equipment which shall be used for this purpose. I System manufacturer to supply "as-built" drawings containing all necessary infonmation for proper maintenance and operation of the system. Wire log table showing connections (wire terminations) between all furnished components to be supplied to facilitate field wiring. I Interconnection information between system components and equipment found in other sections of these Specifications shall be complete with all necessary interconnection information. I Notes which refer to equipment manufacturer's drawings for proper interconnection will not be acceptable. I I 'ZEL, ENGINEERS 0302-01 Tl7 lnstrwll&fttation.doe T17-5 I I I SECTION T17 INSTRUMENTATION Provide within 30 days modifications. after startup and after any field I PLANT SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM: I It is the intent of this specification to establish minimum requirements for a solid-state programmable logic controller designed to provide high reliability for this application. The internal wiring of the controller is to be fixed, with the logic functions it must perform in a given application to be programmed into its memory. The controller shall be supplied with the CPU, input/output scanner, inputs, outputs, memory, power supply; and all power and interface cables necessary to function as a complete and operable programmable controller system. Programmable logic controllers (PLCs) shall be supplied for the following locations and shall be as specified below: I I I Raw Water Station Control Room PLC and Radio Enclosure (LCP-A): The Raw Water Station Control Room PLC and Radio Enclosure shall employ a Modi con Momentum PLC with Ethernet Communications Adapter, power supply, and I/O; Minimum wired I/O complement shall be 16 digital inputs, 16 digital outputs, 8 analog inputs, and 0 analog outputs. Install existing Microwave Data Systems (MDS) Model 9810 MAS radio complete with power supply, surge protection, and ancillary equipment as required. I I I I Raw Water Intake (LCP-B): The Raw Water Intake PLC (LCP-B) shall be a Modicon Momentum PLC with Ethernet Communications Adapter, power supply, and I/O; Minimum wired I/O complement shall be: 64 digital inputs, 32 digital outputs, 8 analog inputs, and 4 analog outputs. Cabinets and Enclosures: I I Provide cabinets with hinged doors and 3-point latch for easy access. I Cooling fans and inlet louvers with replaceable filters shall be used to provide proper cooling if required. I Unless specifically indicated on drawings enclosure ratings shall be: Enclosures for PLC-based I/O sub-syst'ems which shall be mounted in hostile environments or outdoors shall be of NEMA 4X construction (#304 stainless steel). Enclosures for PLC-based I/O sub-systems which shall be mounted in non-hostile indoors environment~ shall be of NEMA 12 construction (painted carbon steel). I I Cooling equipment shall be sized to maintain the proper temperature inside the enclosure with outside ambient temperature at 90oF. I 0302-01 T17 Instt'lllllentation.doc T17-6 'ZEL, ENGINEERS I I I SECTION T17 INSTRUMENTATION PLC Enclosure Construction: I All PLC equipment shall be suitable for operation 120V, 60 Hz, single- phas e power. I Receptacles with isolated ground shall be supplied internal to the PLC enclosures. I All field wiring terminations shall be made to terminal strips capable of accommodating up to #12 AWG wire. Terminal strips shall be mounted using DIN rails. Terminal strips shall be as manufactured by Phoenix, Square D, or approved equal. I All analog inputs, inclUding spare analog inputs, shall be protected from surges using three separate levels of surge/transient suppression. The first level of protection shall be via a 1/4 Amp 3AG size fast acting fUse. Secondary and tertiary protection shall be fulfilled using combination gas discharge and metallic oxide varistor (MOV) surge protection with current limiting resistors. Terminals shall be installed to allow each of the four analog inputs to be configured for 2-wire or 4- wire process transmitters and to produce either 4 to 20 mA or 1 to 5 VDC outputs to the PLC and any future display or signal conversion devices. Terminals shall be installed adjacent to the analog surge protection to provide 24 VDC for connections of future 2-wire transmitters. Analog surge protectors shall be M/R Systems Kamikaze II or equal as approved by the Engineer. II I I I All digital inputs, including spare digital inputs, shall be isolated from field wiring through terminal strips and indicating electro-mechanical relays. Minimum contact rating for the indicating relays shall be 5 Amps at 250 VAC. I All digital outputs, including spare digital outputs, shall be isolated from field w1r~ng through terminal strips and indicating electro- mechanical relays with contact ratings of 10 Amps at 250 VAC minimum. I I Separate DC power supplies shall be provided for the PLC and for field analog and digital inputs. All DC power supplies shall be protected via indicating 3AG size fast acting fuses. Indicating fuse holders shall be DIN rail mounted. I A fluorescent light (18" minimum) shall be mounted in the top of each PLC enclosure. The light shall be wired to a 2-pole limit switch, which shall be mounted on the door of the PLC enclosure. When the door is opened, the light will automatically be turned on. When the door is closed, the light will automatically be turned off. Also as the door is opened the second pole of the limit switch shall be wired to a non-relay-isolated input of the PLC to provide an intrusion signal to the computer system. I I Surge protectors shall be provided internal to the PLC enclosure to provide transient and surge protection between the RS-232C output from the radio and the RS-232c input to the PLC. I I 0302-01 'n? Instrumentation. do<: T17-7 'ZEL. ENGINEERS I I I SECTION T17 INSTRUMENTATION I A Liebert Online (1000 KVA/700 Watt) Uninterruptible Power Supply shall be provided integral to each PLC enclosure. The UPS shall be Liebert Model # GXT2-1000RT120. I Two (2) circuit breakers shall be provided integral to the PLC. circuit breaker shall provide protection to the PLC's internal supplies and the other circuit breaker shall provide protection Ground Fault Interrupt (GFI) duplex utility outlet. One power to a I I An Edco AC power surge protector shall be installed integral to the PLC to provide transient and surge protection for incoming AC power. A separate GFI duplex utility outlet shall be protected by the surge protector and shall be used only for the UPS system. Personal Computer System: I Provide a personal computer-based supervisory control and data acquisition (SCADA) system. Design the system to provide overall monitoring of plant operations, alarm/event logging, report preparation, historical data storage and process control functions as detailed in the operations descriptions. I I PrinCipal components shall include various based distributed process I/O subsystems, software. All hardware and software shall be of the latest design and current release at the time of installation. computer hardware, PLC- and SCADA/HMI computer I I One, (1), Operator workstation shall be provided. As a minimum, personal computer system shall be Dell, Gateway, or engineering approved equivalent and configured as follows: Minimum Intel Core 2 Duo Processor E6700 (2.66 GHz, 4M, 1066 MHz FSB) Operating System: Windows XP Professional SP2 with Media File System: NTFS File System A Minimum of 2.0 GB DDR2 Non-ECC SDRAM, 800 MHz, 2 DIMM 80 GB SATA, 3.0 GB/S and 8MB Data Burst Cache 256 MB ATI Radeon X1300 Pro, Dual monitor DVI or VGA 16X DVD +/- RW SATA with Roxio Creator 6 USB 2.0 ports or greater PS2 Serial port adapter 10/100/1000 MB Ethernet connection V.92 PC! Data/Fax Modem Integrated AC97 Audio 2 piece externally powered speakers with volume and on/off controls I I I I I I I 0302-01 T17 Instrulllente.Uon. doc T17-8 'ZEL. ENGINEERS I I I SECTION T17 INSTRUMENTATION I 20/1 LCD Flat Panel display with 1600 X 1200 native resolution with adjustable stand 1.44 MB, 3.5/1 Floppy drive USB 2-Button optical mouse with scroll Energy Star Label USB Keyboard Hardware support services: (3 years Business Standard plan) Latest version of Norton Antivirus or equal Latest Version of Internet explorer Latest version of Microsoft Office Professional edition package to include but not limited to Word, Excel, Outlook, Access, and PowerPoint I I I I Latest Version of Adobe Acrobat I Laser Printer (QTY 1): The laser printer shall be wide carriage capable of supporting legal size (8-1/2/1 by 14/1) paper. Minimum 1200 x 1200 dpi and minimum 24 pages per minute Removable media tray Printer shall be of the most current design and speed. I I Uninterruptible Power Supply (UPS) System: I For each computer system provide one (1) Uninterruptible Power Supply (UPS) System to provide transient protection and backup AC power. The UPS system shall provide true online power protection to prevent any break in power. The UPS system shall provide continuous, clean sine wave power for a period of at least 15 minutes after loss of commercial power. The unit shall also provide brownout protection to boost sags in AC power. I I The UPS system shall be UL 1449 Second Edition listed for surge protection wi th a mean time between failure of at least 100,000. hours. The unit shall have passed ANSI/IEEE C62.41 Categories A and B. RF noise isolation shall be accomplished using a full time advanced multi-stage filter. Noise (RE) Isolation shall not exceed 60 dB common-mode or 80 dB normal-mode. I The UPS shall be Fortress Model LI-l020B as manufactured by Best Power Technology, Inc. or engineered approved equal. I Interconnecting Cables: I The Instrumentation and Control System Integrator shall furnish all cables required for interconnections between the computer system and all peripherals. I The Instrumentation and Control Systems Integrator shall furnish all Ethernet cables and all associated connectors and hubs if required. I 0302-01 Tl'1 InstJ:Ulll&ntation.doc T17-9 'ZEL, ENGINEERS I I I I I I I I I I I I I I I I I l I , ~ 1 1 " I j I I SECTION T17 INSTRUMENTATION I , I The supervisory. control and data acquisition (SCADA) system shall utilize an off-the-shelf, industry standard human-machine-interface (EMI) software product that includes support for process supervisory cohtrol, data acquisition, aiarming, historical data collection and trbnding, and management report generation along ~ith other third party software 'products such as DDE I/O servers, spreadsheets; databases, e~c. The 'HMI applications so~tware package shall be !configured by the syste~ Integrator specifically for this system. I I I l As a minimum, the folloWing graphics shall be required: Human-Machine Interface (HMI) Software Package: I Overview of the Raw Water Intake Individual Control Pop-Up for each pump, motor, or device requiring SCADA control. Individual control pop-up for each pump, motor, or device requiring SCADA control. Real time trend screens for each process analog signal. Utilities screen for system functions such as tape backup, access to windows file explorer, security configuration etc. Menu system to all easy movement between' the various graphic displays. An "Alarm Screen" alarm and the "Unacknowledged"). Add a screen at the Water Treatment Plant for control and monitoring of the Raw Water Intake. which shows all signals which are presently in status of each (i.e. "Acknowledged" or The human-machine interface (HMI) applications software package shall be Intouch by Wonderware. The System Integrator shall provide all required I/O servers and other ancillary software programs shall be supplied as required to form a complete and fully functional SCADA system. The following HMI so~tware packages are required: Operator workstation, match existing WTP Tag Runtime version with I/O packa<j'e! i I Applications Development It is recognized that the specifiJd HMI package does not I inherently contain th~ functionality require~ to form a complete ~upervisory control an~ data acquisition (SCAnA) system. It sh~ll be the responsibi~ity of the System Integrator to develop tne required functionality of a SCADA system by using the tools prov~ded by the HM! packa~e in conjunction with the tools provided! in other specified I software such as iMicrosoft's Excel spreadsheet, Microsoft's~ Access database, and Microsoft's "Word" wordjprocessor, etc.: .~ ~ The DeveloPfd functionality shall ~nclude but not be limit~d to: ~.,.., '" M_<lw.l T17-10 i 'Z~L, ENG'N"" I I SECTION T17 INSTRUMENTATION I Database entry and all system configuration required for a complete, proper, and operating, monitoring and control system, including control strategy configuration where applicable. Formatting regular shift, daily, monthly and annual operating performance reports required for system operation. Configuring a m1n1mum of 25 process graphic and/or group displays in order to provide the necessary operator interface to the system. Configuring a special multi -page monthly report designed to present monthly operating. data in the general format as required by state regulatory agencies. I I I I Color Graphics Display Development All full-screen graphics displays shall depict operational parts of the system Fully rendered, 3D views shall be created for monitoring These rendering shall be created in a 3-D mOdeling/animation package. The 3-D modeling/ animation package shall be 3D Studio Max from Discreet Software or equal. Any bitmaps or graphics used to create the 3-D screens not included as a standard element of the modeling package shall be kept in a centralized, common, directory to facilitate easy distribution of the models if required. All necessary lighting shall be done from within the 3-D package in order to provide clear depth of field and shadows to all elements. I I I I HMI Application Software Manual: I Provide complete documentation for operation operating system software and application specifically for this project. and maintenance, software as covering developed I Furnish two (2) set.s of documentation operating system software. for the Microsoft Windows XP \ I This to be Microsoft's standard comprehensive documentation for specific version op the operating system as supplied for project. I the this I , , Include complete user setup and configuration information for proper utilization of the system. I I I Furnish two (2) sets of detailed User's ~oftware product. These manuals are to as provided by Wonderware. Xeroxed acceptable. Guides for the Wonderware InTouch be original User's Guide documents copies of such manuals are not T17-11 'ZEL. ~ .! I ~ ENGINEERS: I I 0302-01 Tl7"Instrumentatioft.doc I I I SECTION T17 INSTRUMENTATION Fiber Optics Cable, Connectors: I Fiber Optics Cable: Fiber optics cable shall be 62.5/125 micron 12- conductor with dry cable water blocking suitable for outdoor use. I Fiber Optics Interconnect Box: For each location where fiber optics terminations are to be made a wall-mountable interconnect center shall be provided to provide strain relief and protection for up to 12 fiber terminations via ST-style adapters. The wall-mounted fiber optics interconnection box shall be Siecor # WIC-Ol2-l5 for indoor applications or Siecor # EDC-012 environmental distribution center with two # EDC-CPl- 015 connector panels for outdoor applications. I I Fiber Optics Jumpers: Jumpers between the fiber optics interconnect box and the personal computer system or programmable logic controller (PLC) shall be 2-fiber, 62.5/125 micron prefabricated jumper cable assemblies with SC or ST Type connectors as required for each specific application. Fiber optics jumpers shall be Anixter # 15201X, length to be determined by instrumentation and control system Integrator. I I Fiber Optics Connectors: Fiber optics connectors shall be SC or ST type connectors as required for each specific application. I Terminations: All fiber optics terminations shall be the responsibility of the instrumentation and control systems integrator. I Ethernet Data Highway Media (Fiber and Copper): I Communications between the computer system running Wonderware's software and the various programmable logic controllers (PLCs) located around the new plant shall utilize fiber optics cable as the communications medium between buildings. Within a building CAT 6E copper cable may be used as the Ethernet data highway. I WIC boxes shall be provided and installed by the Instrumentation and Control System Integrator at all locations at which fiber ,shall be terminated. I INSTRUMENTATION: I Magnetic Flow Meters and Converters: One 54" water flow meters shall be furnished for installation by piping where indicated on the drawings. I The flowmeters shall operate on electromagnetic induction principle and give and output signal directly proportional to the liquid rate of flow. I Each meter shall have a stainless steel metering tube and a non-conductive liner suitable for the liquid being metered. End connections shall be steel flanged. ANSI Class 150#. The housing shall be epoxy coated steel and welded at all joints. Bolted coil enclosures shall not be acceptable. J I The field coils of' the meter shall be supplied with a precisely adjusted bi-polar direct current. I 0302-01 'l11 InstruJllent,e.tion.<loc T17-12 . 'ZEL, ENGINEERS I I I SECTION T17 INSTRUMENTATION I There shall be no electronic components on the primary flow head. Coil drive power shall be supplied by an integral or remote signal. converter. Output signal from the primary shall be fed through 'DS' proprietary cable supplied with the meter to the signal converter. I The Primary Flowhead shall have a housing rated for: Weatherproof, NEMA 4X and NEMA 6. Electrode material shall be compatible with the process fluid. Liner material will be hard rubber. Meter will have field replaceable electrodes with access parts. The instrument shall be manufactured in an ISO 9001 approved facility. The meter shall be provided with corrosion resistant grounding rings. I I I Meter calibration shall be performed by a direct volumetric comparison method. A calibration certificate shall accompany each meter. Calibration facility shall be certified to .03% accuracy, and be traceable to national standards. I I The meters shall be Krohne IFS 400_~_~RO~G ~~E!:.~~ or _~qua!_~pprovedQy___n the Engineer. _n___n__n_~______~ I The magnetic inductive flow converters shall be remote mounted in the pump room and provide precisely controlled and reg~lated, bi-polar DC primary field excitation pulses at a keyed frequency which is. user configurable. It shall convert the primary flowmeter signal into a standard linear analog output directly proportional to the flow rate of flow total. The converter shall be capable of up to (4) inputs. Outputs to be 4-20 mA DC with HART superimposed digital signal. I I I The signal converter shall be Krohne model Optiflux IF C300 to work with flowmeters provided. I Cables as recommended by Krohne and as shown on the drawings shall be installed to connect the flow meters and converters. The converter shall display flow in GPM and shall have non-resettable totalizers to display total .flow on demand. The converters shall have a 4-20MA output for connection to the SCADA system. Float Switch: I Single pol~ mercury switch, normally open. I Actuates when the longitudinal axis of the float is horizontal and deactivates when the liquid level falls 1" below the actuation level. I Chemical resistant polypropylene casing with a firmly bonded electrical cable protruding. One end of the cable is permanently connected to the enclosed mercury switch and the entire assembly is encapsulated to form a completely watertight and impact resistant unit. I 0302-01 T11 Instl:Wllente.tioft.cIoc T17-13 'ZEL, ENGINEERS I I SECTION T17 INSTRUMENTATION I Float to be Anchor Scientific type ~Sh or approved equal. I Temperature Transmitter: Dual compartment housing, Integral LCD meter, sensor, 4 - 20 mA output, 12.0 to 42.4 vdc supply voltage. I Unit shall be Rosemount 3144P or engineering approved equal. FUNCTIONAL DESCRIPTIONS: I In addition to the descriptions shown on the Process and Instrumentation Drawings, provide the following: I Magnetic Flow Meters: Provide daily totalizing of flows and log flows for trending. Provide access to trend plots from screen. I Pump Out Tank: indication. ,Provide output to FCP-6A and FCP-7A for high-level I Diesel Pump: Provide output to FCP-6A and FCP-7A for shut down of engine if no water flow is registered by flow meter. Provide any necessary timer delays to account for pump control valve startup. I Exhaust and supply fan controls: The exhaust and supply fan will have two operational conditions: (1) with diesel engine operating, (2) without diesel engine operating. The software shall also recognize when operational conditions change and make the appropriate corrections to the fan speed. ' I Operational Airflow of units: Exhaust fan: 12,000 CFM @ 60 Hz Supply fan: 12,OOO CFM @ 60 Hz Diesel engine: 4068.25 CFM I I HMI Controls: Provide Hand, screen for the operator. temperature. Off, Automatic controls on Control room Provide operator adjustable fan start I Operational Condition No. 1 (Diesel Engine Operating): When the room temperature exceeds the temperature setting the fans shall begin to operate. The fan speed shall be controlled such that the diesel engine CFM plus the exhaust fan CFM will equal the supply fan CFM. The fans will slowly increase the airflow until the temperature begins to decrease and will regulate the temperature between the set temperature and 50 F below the set temperature. If the temperature continues to increase, the system will increase the airflow until the supply fan is operating at 60 Hz. The fans will continue to operate the entire time the diesel engines are operating and until the temperature reaches SO F below the set temperature. I I I I Operational Condition No. 2 (Diesel Engine Off): When the room temperature exceeds the temperature setting the fans begin to operate. The fan speed shall be controlled such that the supply fan CFM equals the I 0302-01 T17 Instrun.ent4tion.cIoc T17-14 'ZEL, ENGINEERS I I I SECTION T17 INSTRUMENTATION I exhaust fan CFM. The fans will slowly increase the airflow until the temperature begins to decrease or until the fans are operating at 60 Hz. When the room temperature equals SO F below the set temperature the fans will turn off. EXECUTION: I SURFACE CONDITIONS: I Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the work. Do not proceed until unsatisfactory conditions are corrected. I INSTALLATION: I Coordinate as required- with other trades to assure proper and adequate provision in the work of those trades for interface with the work of this Section. I I Install the work of this Section in strict accordance with the original design and the manufacturer's recommended installation procedures as approved by the Engineer, anchoring all components firmly -into position for long life under hard use. Perform all wiring in compliance with Section T16. I I Final connections and/or terminations for all 120 volt and higher power w1r1ng indicated on the electrical drawings and in this division of the specifications shall be made by the electrical contractor unless otherwise noted. Final connections and/or terminations for .all signal, data and low voltage control wiring indicated on the electrical drawings and in this division of the specifications (shielded cable, fiber optic cable and #14 AWG wiring) shall be made by the appropriate system or equipment vendor or integrator unless noted otherwise. Equipment supplied under other divisions of the specifications that require electrical connections under this division shall be provided with Engineer approved wiring and termination diagrams. I I APPLICATIONS SOFTWARE DEVELOPMENT: I Man-Machine Interface (MMI) software as specified shall be supplied and fully configured by the instrumentation and control system Integrator. Reports, graphics displays, real-time trends, historical trends, security, and alarming shall be developed by the instrumentation and control system Integrator through a collaborative effort between the Engineer, Owner, and instrumentation and control system Integrator. Graphics displays shall be designed by the instrumentation and control system Integrator for each major process area of the plant and for each remotely monitored site. Graphics displays shall be fully colorized representations of the various plant facilities and shall be based upon plan and elevation representations of the facilities taken from AutoCad drawings provided by the Owner/Engineer. I I I I 0302-01 f17 Instrumentation.doc T17-15 'ZEL, ENGINEERS I I I SECTION T17 INSTRUMENTATION I In general, the operator interface to the system shall be via a hierarchy of graphics screens with "poke points" which will allow operators to navigate the plant facility by facility by simply "clicking" on the poke points with a mouse pointing device. I A "Main Menu" shall be developed and will contain "poke points" to allow navigation to the following major subsystems: Plant overview display. Distribution system overview displays. Real-time trend displays. Historical trend displays. Excel reporting subsystem. I/O diagnostics test displays. Current alarms. Equipment maintenance subsystem. I I I I The "Main Menu" shall contain dynamic symbols to depict operational/ communications status of each PLC on the network (1. e. Normal or PLC in Communications Failure). the PLC I Each graphic display shall be designed so that an operator may "click" on "poke points" to gain access to any area of the plant, to the water distribution system, or to the Main Menu. The operator shall also be able to access the Current Alarms Display from any graphic display. Real-time and Historical Trend displays shall be made available from each plant process area via poke points. I I All graphics displays of plant areas shall utilize AutoCad drawings as a basis for the display. All displays shall be drawn to scale to represent actual site conditions and actual equipment and facility colors when possible. It is the intent of this specification that all graphics displays which depict plant facilities shall appear to an operator e~actly as the actual facility appears in elevation view. The instrumentation, and control system Integrator is strongly encouraged to utilize AutoCad drawings of each facility for development of graphics displays. AutoCad drawings of plant and distribution system facilities shall be furnished to the instrumentation and control system Integrator by the Owner or Engineer. I I I Special graphics displays shall be developed by the instrumentation and control system Integrator for each process control strategy. These graphics displays shall allow authorized operators to modify control parameters such as set points, operational sequences, etc. Passwords shall be utilized to determine the authorization level of operators. I I All process alarms shall be categorized by "group" with each group representing a specific area of the plant or distribution system. I I 'ZEL, ENGINEERS 0302-01 T17 tl\5tl:Ulllentation.doc T17-16 I I I SECTION T17 INSTRUMENTATION I Security of the system shall be accomplished via allowing various parts and features of the system via entry of User passwords. access to names and I Graphics screens shall be developed for each major item of process equipment for which equipment runtime or equipment maintenance data is being collected. These graphics screens shall contain all data relative to the piece of equipment including runtime today, runtime since last serviced, total runtime between maintenance intervals . All runtime data shall be maintained by the various programmable logic controllers; not by the MMI software package. I I All historical process data, such as average flows, hourly InJ..n~mums and maximums, etc., shall be maintained by 'the various programmable logic controllers; not by the MMI software package. I For each I/O card of each PLC rack the instrumentation and control system Integrator shall create a graphic display which depicts each I/O signal by tag and description. These displays shall be used for troubleshooting and for I/O testing. I GRAPHIC DISPLAY DESIGN MEETING AND SUBMITTALS: I A graphic display design meeting shall be ,held with the Engineer and Owner's personnel to discuss specific details of overall design of the graphic displays including discussions of the particular signals which are to be displayed on each graphic display. I Prior to the meeting the instrumentation and control system Integrator shall submit detailed sketches of the proposed graphics displays to the Engineer for review. I The meeting shall be held at the owner's facility. I PROCESS CONTROL STRATEGY DESIGN MEETING AND SUBMITTALS: I A process control strategy design meeting shall be held with the Engineer and Owner's personnel to discuss specific details of the control strategies which are to be developed for the system. I Prior to the meeting the instrumentation and control system Integrator shall submit a detailed narrative for each of the proposed control strategies to the Engineer for review. I The meeting shall be held at the owner's facility. REPORT DESIGN MEETING: I A one-day report strategy design meeting shall be held with the Engineer and Owner's personnel to discuss specific details of the various historical data reports and state reports which are to be developed for the system. The meeting shall be held at the owner's facility. I I 0302~01 T17 In.st%Ulllente.tioft.doc T17-17 'ZEL. ENGINEERS I I I SECTION T17 INSTRUMENTATION TRAINING: I System supplier to provide operation and maintenance training for Owner's personnel to ensure their adequate knowledge of use of the system. I Training to be conducted on-site by instructors thoroughly familiar with operation of the system, with training divided into three general areas as' follows: I Analog and digital hardware maintenance training: I Instruct Owner's maintenance personnel preventative maintenance and repair tasks systemrnaintenance. in the proper associated with I For analog instrumentation, include detailed instruction of calibration and checking along with familiarization training for basic repair and maintenance tasks that are expected to be encountered. I I For computer hardware maintenance, include general familiarization with computer hardware and peripheral devices with instruction is preventative maintenance tasks associated primarily with peripheral devices. It is not intended that this course will produce trained computer maintenance technicians. I Include detailed instruction in maintenance and repair work associated with the computer process I/O sub-system. I Minimum training time for this material to be eight (8) hqurs. Operator familiarization training: I Instruct Owner's operating personnel in the proper use of the analog and digital process control system. I Include instruction in the system control steps and basic interface with the computer system. I Provide sufficient training to Owner's operating personnel so they can respond to the normal tasks required for operation of the plant. I Minimum training time for this material to be four (4) hours. Supervisor and application software training: I Provide supervisory personnel with a working knowledge of all application software supplied. I Include basic digital and computer concepts, process control concepts, database configuration, report configuration, I 0302-01 T17 In$trumentatioft.doc T17-18 'ZEL, ENGINEERS I I I SECTION T17 INSTRUMENTATION I graphic display development. configuration, and control strategy Minimum training time for this material to be eight (8) hours. I START-UP SERVICE: I Upon final completion of all components determine date of start-up jointly with Engineer, Owner and,Contractor. System supplier to be responsible for placing of SCADA equipment and systems in operation. I System supplier to provide qualified personnel on the job site until successful operation of system is attained. I EQUIPMENT REFERENCES: I Particular attention and reference shall be made to the other sections of these specifications for the proper coordination of all material to be furnished and/or installed and all work to be accomplished' under this section, and for descriptions of control equipment furnished thereunder as well as the manner in which the equipment will function. Equipment requiring electrical connections and coordination shall include, but not be limited to the following:] I I T16 T17A Electrical Control Panels and Systems PAYMENT: I No separate payment will be made for work covered under this section of the specifications. All costs in connection therewith shall be included in the lump sum Bid for the completed work. I I I I I I I 'ZEL. ENGINEERS 0302-01 T17 Iftstr\llllefttatioft.doc T17-19 I I I I I I I I I I I I I I I I I 1- I I SECTION T17A CONTROL PANELS AND SYSTEMS SCOPE: This section covers the general requirements for control panels and package control systems. The general requirements herein, together with the detailed requirements of the Equipment Specifications, establish the work nec~ssary to furnish and install the package control systems. These requirements will apply to all control panels and systems unless specifically changed within the specific Equipment Specifications where the package control panel or system is specified. Major constituents of each system include, but are not limited to, all materials, equipment, and work required to implement a complete and operating system of instrumentation and controls for its associated equipment. The systems shall include primary elements for process variable measurements, analog display and control elements, and discrete display and control elements as noted hereinafter and in the associated Equipment Specifica~ions. RELATED SECTIONS: Equipment specifications in Specification Tll and Specification T17 contain detailed descriptions of the individual package control panels and systems which shall conform to the requirements specified herein. All control panels and systems shall conform to these general requirements and any applicable requirements in Specification T16. REFERENCES: NFPA 70 - National Electrical Code. NEMA ICS 1 - General Standards for Industrial Control Systems. NEMA ICS 2 - Standards for Industrial Control Devices, Controllers and Assemblies. NEMA ICS 3 - Industrial Systems. NEMA ICS 6 - Enclosures for Industrial Controls and Systems. NEMA ST 1 - Standard for Specialty Transformers (Except General Purpose Type. ) Underwriters Laboratories - UL approval DEFINITION OF TERMS: Package Control System: Package control systems include all instrumentation and controls (including but not limited to circuit breakers, motor starters, gauges, transmitters, panels, process and manual switches, indicators, and controllers) furnished under all specification sections. Each package control system includes all instrumentation and controls furnished under a single section. 'ZEL, ENGINEERS 0302-01 T17A Control Panels and Systems.DOC T17A-l I I I I I I I I I I I I I I I I I I SECTION T17A CONTROL PANELS AND SYSTEMS RESPONSIBILITY FOR COMPLETE SYSTEM: The Contractor shall be ultimately responsible and shall provide for the supply, installation, including all interconnecting conduit and wire, certification, adjustment, and startup of complete, coordinated systems which shall reliably perform the specified functions. SUBMITTALS DURING CONSTRUCTION: The following information shall be provided to the Engineer before any components are fabricated and/or integrated into assemblies or shipped to the site. TESTS: 1. Bill-of-Material catalog information, descriptive literature, wiring diagrams, and shop drawings for all components of the control system including spares, expendables and test equipment. Include all scale ranges, set points, etc. Catalog Information on all electrical devices furnished with the system. Shop drawings and catalog material for all control panels and enclosures. 2. 3. 4. 5. Panel elementary diagrams of prewired panels. include all control devices and all auxiliary relays, alarms, fuses, lights, fans, heaters, etc. Plumbing diagrams of preplumbed panels and interconnecting plumbing diagrams. Diagrams shall devices such as 6. Interconnection wiring diagrams which include numbered terminal designations which show external interfaces. Programmable Controller Submittals: a. Fully documented ladder logic listings b. Function l~sting for all function blocks by the ladder logic listings 7. not fully documented c. Cross-reference listing Tests of the package control systems shall be in accordance' with the individual equipment specifications. As a minimum, the testing shall include factory tests. Prior to shipment, all panels and panel assemblies shall be tested for proper operation at the Equipment Supplier's factory. ONSITE SUPERVISION AND TRAINING: Requirements for system startup assistance by engineering personnel and training of the Owner's personnel in the operation and maintenance of the systems shall be in accordance with the individual equipment specifications. . T17A-2 'ZEL, ENGINEERS I 0302-01 T17A Control Panel~ and Sy~tems.DOC I I I I I I I I I I I I I I I I I I I SECTION T17A CONTROL PANELS AND SYSTEMS DOCUMENTATION: Documentation of the package control systems shall be in accordance with the individual equipment specifications. As a m1n1mum, the documentation shall include updated versions of all submittal information, assembly drawings, logic diagrams, and certifications of all panels and assemblies that they are in compliance with these specifications. MATERIALS: FUNCTIONAL REQUIREMENTS: A. General: The equipment specifications along with the Process and, Instrumentation Diagrams, if applicable, depict the minimum functional requi-rements-. of the control systems to be provided with the package systems. The Equipment Suppliers shall provide all additional instrumentation and controls necessary to provide a safe and operable system. The specific control systems proposed shall be subject to the approval of the Engineer, and shall be submitted in accordance wi~h Section SUBMITTALS DURING CONSTRUCTION. All instrumentation, control and electrical components provided under this section shall be of industrial quality and in conformance with the Component Specifications in Section PROCESS INSTRUMENTATION AND CONTROL SYSTEM and Specification T16, ELECTRICAL. Where materials of construction, mounting methods, unit ranges, scale ranges, set points, calibrations, etc., are not indicated, provide appropriate selection and document the selection in the submittals. Engineering units shall be used. B. Interconnecting Wiring: Prewire all electrical devices to either: The equipment control panel where the panel is supplied by the equipment manufacturer and mounted on or with the equipment; or Common well marked terminal junction boxes for each of the following types: a. Power (208 volts or greater) b. Control, discrete (120 volt) c. Control, analog C. Equipment Specification Format: Each Equipment Specification provides detailed descriptions of the following: Panels: The tag number, material, NEMA rating, special requirements, and type (freestanding, surface mount, etc.) of panel(s) that shall be provided by the Equipment Supplier. 'ZEL, ENGINEERS Q3Q2-Ql T17A COfttrol PanGls llftd Systems. DOC T17A-3 I I I I I I I I I I I I I I I I I I I SECTION T17A CONTROL PANELS AND SYSTEMS Operator Controls and Indicators: The nun1mum required operator interfaces that shall be provided by the Equipment Supplier. External Interfaces: The minimum required interfaces between the package control system and other equipment. Functional Requirements: The minimum functional performance requirements for the control system which can include an abstract of the functions of any interlocks, interfaces, and alarm conditions. Power Requirements: The power requirements and interfaces with the power :source of the control systems. Special Requirements: Any additional requirements unique to the indi vidual control system. This would include special component requirements, tests, onsite supervision, training, and nonstandard interfaces . SIGNAL CHARACTERISTICS: Analog signals shall be 4 to 20 IDA dc and shall conform to the compatibility requirements of ISA Standard S50.1. Unless otherwise noted, circuits shall be Type 2, two-wire. Transmitters shall have a load resistance capability conforming to Class L. Input and output signals of all transmitters and receivers shall be fully isolated. Pulse frequency signals shall use dc pulses whose repetition rate is linearly proportional to the process variable over a 10: 1 range.. Pulses may be generated by contact closures or solid state switches. Power source shall be less than 30V dc. Discrete signals are two-state logic signals. Control and alarm signals shall utilize 120V ac sources. All alarm signals shall be normally open (open when de-energized), close to alarm isolated contacts rated for 5-ampere at 120V ac and 2-ampere at 30V dc continuous operation. ENVIRONMENTAL CONDITIONS: Equipment rated NEMA. 1 or NEMA 12 shall be suitable for the following environmental conditions: Temperature: 40 to 105 degrees F Relative Humidity: 10 to ao percent Classification: Nonhazardous Equipment rated NEMA. 4X shall be suitable for the follOWing environmental conditions: Temperature: 40 to 105 degrees F Relative Humidity: 10 to 100 percent Atmosphere: Corrosive (Hydrogen Sulfide and salt spray) Classification: Nonhazardous 0302-01 T17A Control Panels and Systems.DOc 'ZEL, ENGINEERS T17A-4 I I I I I I I I I I I I I I I I I I I SECTION T17A CONTROL PANELS AND SYSTEMS CONTROL PANELS: ,Panels shall be completely fabricated, instruments installed, plumbed, and wired in the Equipment Suppliers I factories, if possible. In the case of control panels being furnished by other than the supplier of the controlled equipment, the panels shall be fabricated by a finn having three years documented experience in control panel fabrication. All wiring and plumbing shall be completed and tested prior to shipment. All external connections shall be by way of numbered terminal blocks. All panels shall be constructed of components having the UL stamp of approval and unless specified otherwise the panel will bear the UL seal of approval for the as-built control panel. All connections for future functions' shall be wired to numbered terminal blocks, grouped separately from the terminal blocks in use. Terminal blocks shall also be grouped to keep 120V ac circuits separate from the 24V dc circuits. Sufficient terminal blocks shall be provided to terminate all spare conductors. In addition, the greater of 15, percent or four unused spare terminals shall be provided. Panel Construction: Panels shall be enclosures conforming to the requirements of the National Electrical Manufacturer's Association for the N~ rating noted in the individual Equipment Specifications. Panel material shall be Type 316 stainless steel unless otherwise noted in the individual Equipment Specifications. In addition to the NEMA Standards, the panels shall conform to the following requirements: a. Minimum metal thickness shall be 14 gauge. b. All doors shall be rubber-gasketed with continuous hinge. For NEMA I and 12 panels, doors more than 36 inches high shall have 3-point latching mechanisms. All other doors shall have stainless steel quick- release clamps. c. Wherever practical, enclosures shall be a manufactured item, Hoffman, H. F. Cox, or equal. d. Panel cutouts for instruments and other devices (e.g., lights and switches) shall be cut, punched, or drilled and smoothly finished with rounded edges. e. Panels shall be so sized as to adequately dissipate heat generated by equipment mounted in or on the panel. f. Where panels are mounted outside or in unheated areas, they shall be provided with thermostatically controlled heaters that will maintain their inside temperature above 40 degrees F. 0302-01 T17A COfttrol P""els and Systems.DOC 'ZEL, ENGINEERS T17A-S I I I I I I I I I I I I I I I I I I I SECTION Tl7A CONTROL PANELS AND SYSTEMS g. Provide a hand switch controlled internal IOO-watt incandescent light for panels larger than 12 cubic feet in volume. Unless otherwise noted, panels shall be constructed with front access only suitable for installation with side and back surfaces adjacent to and in contact with other surfaces; h. Control Panel Finish: All metallic external surfaces (excluding aluminum and stainless steel), shall be finished with an ANSI 61 gray polyester powder coating over phosphatized surface. Internal surfaces shall be painted with a white enamel. Control Panel Electrical: General: All electrical work shall be in accordance with the applicable requirements of specification T16, ELECTRICAL. Power Distribution Within Panels: Control Panels Without Motor starters: Provide master circuit breaker and a circuit breaker on each individual circuit distributed from the panel. The circuit breakers shall be grouped on a single subpanel. Provide subpanel placement so that there is a clear view of and access to the breakers when the door is open. Circuit breakers shall be Eaton Series ~cn molded case thermal- magnetic breaker; or equal. Branch circuit breakers shall be rated for 15- ampere at 250-volt. Control Panels With Motor Starters: Control panels which have 3-phase power supplies and contain motor starters in addition to logic controls shall contain a main circuit breaker interlocked with the panel door and an interior swing-panel to provide dead front construction. Each motor starter shall be supplied with a separate circuit breaker. All logic controls will be provided with a separate circuit breaker. All logic controls, branch circuit breakers, overload reset switches, and other control circuit devices shall mount on or through the SWing-panel. Control devices and indicating lights shall be mounted on the front access door. Circuit breakers shall be operable without opening the dead front panel. The swing-panel shall have a minimum swing of 145 degrees and shall have quarter-turn hand latches. Power system components shall be as follows: 1) Circuit breakers shall meet the requirements of UL and NEMA AB1. All breakers shall have a 25,OOO-ampere RMS symmetrical interrupting rat.ing, minimum, at 480 volts unless otherwise indicated in the. equipment Specifications. Main and branch circuit breakers, except motor branch circuit breakers, shall be molded case thermal magnetic. Provide a method for padlocking of motor branch circuit breakers in the OFF position. Motor branch circuit breakers for larger motors shall be thermal magnetic with adjustable magnetic trip units. Motor branch circuit breaker ratings shall be as recommended by the manufacturer for maximum motor protection. Tripping of breakers shall be indicated by operator handle position. Provide circuit breakers suitable, for Use with 75 degrees C wire at full NEC 75 degrees C ampacity. 0302-01 T17A COfttrol Panel~ and Systems.DOc 'ZEL, ENGINEERS T17A-6 I I I I I I I I I I I I I I I I I I I SECTION T17A CONTROL PANEl.S AND SYSTEMS 2) Full voltage magnetic motor starters shall meet NEMA ICS 2, Class A, NEMA size 0 minimum. Unless otherwise specified, Motor starters shall include 3-pole ambient temperature compensated bimetallic thermal overload relays sized for the motor which it protects. Overload relays shall be field selectable for manual or automatic reset type with a manual reset button mounted on the panel door~ Overload relays shall have an adjustable trip current setting to allow for the adjustment from 85% to 115% of the trip current rating. 3) All motor control shall be l20V ac (except intrinsically safe circuits where applicable). Provide a control power transformer that has sufficient capacity to serve the connected load including 200VA for the duplex outlet plus 100VA (minimum) and limits voltage variation to 15 percent during contact pickup. Fuse one side of the secondary winding and ground the other side. Provide primary winding fuses in all ungrounded conductors. 4) Provide a power monitoring relay to protect 3-phase equipment against single phasing, phase unbalance and phase reversal. Provide separate, isolated contact outputs to stop all motors and to activate an alarm light in the event of an abnormal condi tion. Power monitoring relay shall have 10,OOO-volt transient voltage protection and shall be Furnace Class 47, or equal. 5) Power distribution blocks shall be used to parallel feed line side of all branch circuit protective devices. Wiring: Wiring within panels, consoles, and assembli~s shall meet the following requirements: Wires for ac circuits shall be 600-volt, Type MTW stranded copper and' shall be sized for the current to be carried, but not smaller than No. 16 AWG. Wires for analog signal circuits shall be 300-volt stranded copper and shall ,be twisted shielded pairs not smaller than No. 18 AWG. Wires for other de circuits shall be 300-volt, Type MTW stranded copper and shall not be smaller than No. 18 AWG. All analog and other de circuits shall be separated at least 6 inches from any ac power and control wiring. All wiring shall be enclosed in either sheet metal raceways or plastic wiring ducts. Wiring ducts shall be complete with rounded ends, cove.x::s and wire protectors. Wiring shall be numbered and tagged at each termination. Wire tags shall be snap-on or slip-on PVC wire markers with legible machine-printed markings and numbers. Adhesive or taped-on tags are not acceptable. Wiring Interface: Wiring entering or leaVing each panel, 'console, rack, or cabinet shall be terminated and identified as follows: Analog and discrete signal wiring shall be terminated at numbered terminal blocks. 0302-01 T17A Control Panels and Systems,DOC 'ZEL, ENGINEERS T17A..,.7 I I I I I I I I I I I I I I I I I I I SECTION T17A CONTROL PANELS AND SYSTEMS Wiring for special signals such as communications, digital data, and multiplexed signals may be terminated at manufacturer's Standard connectors. All wiring shall be identified per the requirements of Specification T16, ELECTRICAL. Terminal Blocks: Terminal blocks for panels, consoles, -racks, and cabinets shall meet the following requirements: Provide sufficient terminations to accommodate both present and future needs. Wire all spare or unused panel mounted elements to their panels 1 terminal blocks. Provide the greater of 20 percent of all connected terminals or four unused spare terminals. In addition to the required spares, provide sufficient terminals to accommodate the cables that are routed through that panel. Provide 300-volt for controls and 600-volt for power screw clamp compression, dead front barrier type terminal blocks with current bar providing direct contact with wire between the compression screw and yoke. Provide yoke, current bar, and clamping screw constructed of high strength and high conductivity metal. Use yoke that guides all strands of wire into the terminal. Use current bar providing vibration-proof connection. Supply terminals that allow connection of wire without any preparation other than ,stripping. Rail mount individual terminals to create a complete assembly. Provide terminals constructed such that jumpers can be installed with no loss of space on terminal or rail. No more than two wires may be terminated on any single terminal. Size all terminal block components to allow insertion of all necessary wire sizes and types. Supply terminal blocks with marking system allowing the use of preprinted or field marked tags. Provide UL approved terminal blocks manufactured by Weidmuller, Ideal, Electrovert, or equal. Grounding: Panels, consoles, racks, and cabinets- shall be provided with an internal copper grounding bus for all ground connections. Relays: Control circuit switching shall be accomplished with relays. These relays, for interfacing and control applications, shall be the compact general-purpose plug-in type having low coil inrush and holding current characteristics. Contact arrangements shall be rated for not less than 10 amperes at 120V ac or 28V de. A status indicating light shall be provided as part of each relay. Nonlatching relays shall have a single coil. Latching relays shall have two coils, unlatching being accomplished by energizing one coil, and latching being accomplished by energizing the other coil. Relays shall have plain plastic dust covers, test buttons, and mounting sockets with screw terminals and holddown springs. Relays shall be UL recognized. Relays shall be Potter and Brumfield KUP or KUL Series; Struthers-Dunn Series 219; or equal. Time delay functions shall be accomplished with time delay relays . Units shall be adjustable time delay relays with the number of contacts and contact arrangements required. Contacts shall be rated for 10 amperes at 120V ac. Integral knob with calibrated scale shall be provided for adjustment of time 0302-01 T17A COntrol Panel~ and SystelllS.DOC 'ZEL, ENGINEERS T17A-8 I I I I I I I I I I I I I I I I I I I SECTION T17A CONTROL PANELS AND SYSTEMS delay. Time delay rangeability shall be at least 10:1. Operating voltage shall be 120V ac, plus 10 percent, -15 percent at 60-Hz. Operating temperature shall be -20 degrees F to 165 degreesF. Repeat timing accuracy shall be plus or minus 10 percent over the operating range. Units shall be Square D Type JCK; Allen Bradley Bulletin 700, Type HT; or equal. All relays shall have a screw terminal interface with the wiring. Terminals shall have a permanent, legible identification. Relays shall be mounted such that the terminal identifications are clearly visible and the terminals are readily accessible. Programmable Controller: Programmable controllers shall be all solid-state units capable of performing the same functions as conventional relays, timers, counters, and drum sequencers as well as arithmetic and other special functions necessary to perform the required control functions ' Units shall be capable of operating in a hostile industrial environment (i.e., heat, electrical transients, RFI, vibration, etc.,) without fans, air conditioning, or electrical filtering. Units shall operate from 0 to 60 degrees C and up to 95 percent humidity, noncondensing. Units shall be furnished with a hand-held or CRT programmer which plugs into the controller. Units shall be programmed using conventional relay ladder diagram notation and drum sequencer chart notation. The programmer shall provide a force function to set inputs or outputs to a given state regardless of the program or input conditions. The programmer shall indicate power flow through all internal elements. Programmable controllers' final documentation shall include an updated v~rsion of all items provided in the Submittals During Construction. Programmable controller manufacturer shall be as specified in the detailed Equipment Specification. Electrical Surge and Transient Protection General: All control panels and field-mounted electrical and electronic components shall be equipped with suitable surge arresting devices to protect the equipment from damage due to electrical transients induced 1n the interconnecting lines from lightning discharges and nearby electrical devices. Suppressor Locations: Surge suppression equipment described herein shall be installed in the following locations: 1) At the point of connection between each equipment item, including AC powered transmitters and its power supply conductors (direct wired equipment) . On all analog pairs at each end when the pair travels outside of a building. In other locations where equipment sensitivity to surges and transients requires additional protection beyond that inherent to the design of the equipment. 2) 3) 0302-01 T17A Control Paftd" ond Sy"telllll.DOC 'ZEL. ENGINEERS T17A-9 I I I I I I I I I I I I I I I I I I I SECTION T17A CONTROL PANELS AND SYSTEMS Power Supply Suppressor Assemblies: Suppressors suitable for connection to 120-volt, single-phase power supplies, shall be EDCO "HSP SERIES", or equal. Suppressors suitable for connection to 480-volt, 3-phase power supplies, shall be Square D J9200-9A, or equal. Analog Signal Cable Suppressor Assemblies: Suppressors shall be EDCO SRA-64 Series, or equal. Suppressors shall be epoxy encapsulated within a phenolic enclosure. Suppressor assembly shall be flame retardant. Suppressor assemblies shall be four lead devices and shall include a threaded mount~ng/grounding stud . Grounding: Surge suppressor grounding in field panels and field instrumentation shall be coordinated with Specification T16, ELECTRICAL and suppressor manufacturer's requirements. Control panels shall be provided with an integral copper grounding bus for connection of suppressors and other required instrumentation Front-of-Panel Devices : The following devices shall be used in conjunction wi th NEMA 1 and NEMA 12 panels to provide conformi ty with Section PROCESS INSTRUMENTATION AND CONTROL SYSTEM (PICS). Potentiometer: Units shall be three-terminal potentiometers. Units shall have oiltight construction, resolution of 1 percent and linearity of plus or minus 5 percent. Units shall be single-hole, panel mounting accommodating panel thicknesses between 1/8 and 1/4 inch. Units shall have legend plates with service markings. Units shall be Allen Bradley, Model BOOT; Cutler Hammer, Model l0250T; or equal. Indicating Lights: Units shall be heavy-duty, push-to-test type, oi1tight, industrial type with integral transformer for 120V ac applications. Units shall have screwed on prismatic glass lenses in colors noted, and shall have factory engraved legend plates for service legend. Units shall be Cutler- Hammer Type 10250T; General Electric CR2940U; or equal. Pushbutton, Momentary: Units shall be heavy-duty, oiltight, industrial type pushbuttons with momentary contacts rated for 10 amperes continuous at 120V ac. Button shall have full guard. Units shall have standard size legend plates with black field and white markings for service legend. Units shall be SquareD, Class 900l, Type K, Cutler-Hammer, Type T; General. Electric, Type CR-2940; or equal. Selector Switch: Units shall be heavy-duty, oiltight, industrial type selector switches with contacts rated for 120V ac service at IO amperes continuous. Units shall have standard size, black field, legend plates with white markings, for service legend. Operators shall be black knob type. Units shall be single-hole mounting, accommodating panel thicknesses from 1/16-inch minimum to 1/4-inch maximum. Units with up to four selection positions shall be Cutler-Hammer Type T, Square D Type K, or eqUal. Units with up to 12 selection positions shall be Rundel-Idec Standard Carn Switch, Electroswitch, 31; or equal. The following devices shall be used in conjunction with NEMA 4X panels to provide conformity with the plant instrument control system: 0302-01 T17A COntrol Panels and Systems.DOC 'ZEL, .. ENGINEERS T17A-IO I I I I I I I I I I I I I I I I I I I SECTION T17A CONTROL PANELS AND SYSTEMS Potentiometer, Watertight: Units shall be three-terminal potentiometers. Units shall have heavy-duty watertight construction, resolution of 1 percent and linearity of plus or minus 5 percent. Units shall be single-hole, panel mounting accommodating panel thicknesses between 1/8 and 1/4 inch. Units shall have engraved legend plates with service markings. The potentiometer shall have NEMA 4X construction. Unit shall be Allen-Bradley Bulletin 8001-1, or equal. Indicating Lights, Watertight: Units shall be heavy-duty, push to-test type, watertight, industrial type with integral transformer for 120V ac applications. The lights shall be rated for NEMA 4X watertight, corrosion- resistant service. Units shall have screwed on prismatic lenses, and shall have factory engraved legend plates for service legend. Units shall be Square D Type SK; Allen Bradley Type 800H; or equal. Pushbutton, Momentary, Watertight: Units shall be heavy duty, watertight, industrial type pushbuttons with momentary contacts rated for 120V ac service at 10 amperes continuous. The pushbuttons shall be rated for NEMA 4X watertight, ,corrosion resistant service. Units shall have standard size, black field, legend plates with white markings for service legend. Button color shall be as noted. Units shall be Square D Type SK; Allen Bradley Type 8001-1; or equal. Selector Switch, Watertight: Units shall be heavy duty, watertight, industrial type selector switches with contacts rated for l20V ac service at 10 amperes continuous. The switches shall be rated for NEMA 4X watertight, corrosion- resistant service. Units shall have standard size, black field, legend plates with white markings, for service legend. Operators shall be black knob type. Units shall have the number of positions and contact arrangements as noted. Units shall be single hole mounting, accommodating panel thicknesses from 1/16-inch minimum to 1/4-inch maximum. Units shall be Square D Class 9001, Type SK; Allen Bradley Type 800H; or equal. Nameplates, Name Tags, and Service Legends: All components provided with the package system, both field and panel mounted, shall be provided with permanently mounted name tags bearing the entire ISA tag nwnber of the component. Panel mounted tags shall be plastic; field mounted tags shall be stamped 316 stainless steel (22 gauge minimum thickness). Panel face mounted instrument name tags shall be mounted to the instrument behind the panel face. Service legends (integrally mounted with instrument) and nameplates shall be engraved, rigid, laminated plastic type with adhesive back. Provide sufficient service legends and nameplates to adequately describe the functions of panel face mounted instruments. Color shall be black with white letters and letter height shall be 3/16 inch. Each panel shall be provided with a face mounted laminated nameplate as specified above. Color shall be black with white letters 1/2-inch high. 0302-01 T17A Cofttrol Panels llftd Systems.DOC 'ZEL, ENGINEERS T17A-ll I I I I I I I I I I I. I I I I I 1 I I SECTION T17A CONTROL PANELS AND SYSTEMS Standard Light Colors and Inscriptions: Unless otherwise noted in the individual Equipment Specifications, following color code and inscriptions shall be followed for the lenses of indicating lights depending on the operation of the' component: the all Inscription(s) ON OFF OPEN CLOSED LOW FAIL HIGH AUTO MANUAL LOCAL REMOTE Color Red Green Red Green Amber Red Amber White Amber White Amber Lettering shall be black on white with white and amber lenses. shall be white on black with red and green lenses. Lettering Standard Pushbutton Colors and Inscriptions: Unless otherwise noted in the individual Equipment Specifications the following color code and inscriptions shall be followed for all pushbuttons: Inscription(s) ON OFF OPEN CLOSE START STOP RESET EMERGENCY STOP Color Black Red Red Green Red Green Red Red All unused or noninscribed buttons shall on whi'te with white and yellow buttons. with black, red and green buttons. be black. Lettering shall be black ~ettering shall be white on black SPARES, EXPENDABLES, AND TEST EQUIPMENT: Provide in sufficient quantity all spare material, expendable material, tools, test equipment, etc., necessary to maintain complete operation of the Control Systems for a minimum of one year. Items shall include the following: 1. Selector switchs, pushbuttons, and indicating lights: 20 percent, one minimum, of each type used. Light Bulbs: 100 percent, two minimum, of each type used. Fuses: 100 percent, two minimum, of each type used. 2. 3. 0302-01 T17A Control P""els ""d Systems.DOC 'ZEL, ENGINEERS T17A-12 I I I I I I 1 1 1 I I I, I I I I I I I I SECTION T17A CONTROL PANELS AND SYSTEMS 4. Surge Suppressors: 20 percent, one minimum, of each type used. WORKMANSHIP: GENERAL Install materials and equipment skilled in the particular trade. appearance. in a workmanlike manner utilizing craftsmen Provide work which has a neat and finished CORROSION PROTECTION: All control panels, enclosures, and other equipment containing electrical or instrumentation and control devices, including spare parts, shall be protected from corrosion through the use of corrosion-inhibiting vapor capsules. Prior to shipment, the capsules shall be provided within the shipping containers and equipment as recommended by the capsule manufacturer. During the construction period, the capsules shall be replaced periodically in accordance with the capsule manufacturer's recommendations. All capsules shall be replaced by the Contractor just prior to Owner's final acceptance of the equipment. The corrosion inhibiting vapor capsules shall be Northern Instruments Model Zerust VC or Hoffman Model A-HCI. NEMA 4X panels shall be provided with breather/drains, Crouse-Hinds Model ECD18; or equal~ CLEANING AND TOUCHUP PAINTING: Contractor shall keep the premises free from accumulation of waste material or rubbish. Upon completion of work, remove materials, scraps, and debris from premises and from interior and exterior of all devices and equipment. Touchup scratches, scrapes, or chips in interior and exterior surfaces of devices and equipment with finishes matching as nearly as possible the type, color, consistency, and type of surface of the original finish. PANELS AND PANEL MOUNTED EQUIPMENT: Panels and panel mounted equipment shall be assembled as far as possible at the' Equipment Suppliers' plants. No work, other than correction of minor defects (lr minor transit damage, shall be done on the panels at the jobsite EQUIPMEN'f FURNISHED BY A SUPPLIER AND INSTALLED BY CONTRACTOR: Equipment: Suppliers extent required to required . shall observe and- advise on the installation to the certify in writing that the equipment will perform as ELECTRICJLL POWER AND SIGNAL WIRING: Control clnd signal wiring external to the control panels and all power wiring $hall conform to the requirements of Specification T16, ELECTRICAL. Control ;!l.nd signal wiring in control panels shall be restrained by plastic ties or ducts. Hinge wiring shall be secured at each end so that any bending 0302-01 T17A Control P""els and Systems.DOC 'ZEL, ENGINEERS T17A-13 I I I I I I I I I I I I I I I I I I I SECTION T17A CONTROL PANELS AND SYSTEMS or twisting will be around the longitudinal axis of the wire and the benQ area shall be protected with a sleeve. Arrange wiring neatly, cut to proper length, and remove surplus wire. Provide abrasion protection for any wire bundles which pass through holes or across edges of sheet metal. Use manufacturer's recommended tool with the proper sized anvil, for all crimp terminations. No more than two wires may be terminated in a single crimp lug and no more than two lugs may be installed on a single screw terminal. Wiring shall not be spliced or tapped except at device terminals or terminal blocks. INSPECTIONS: All materials, equipment, and workmanship shall be subject to inspection at any time by the Engineer or his representatives. Correct any work, materials, or equipment not in accordance with these Contract Documents or found to be deficient or defective in a manner satisfactory to the Engineer at no additional cost to the Owner. PAYMENT: No separate payment will be made for any of the work covered by this Section of the Specifications. All cost in connection therewith shall be included in ~he lump sum Bid for the completed work. 0302-01 T17A COfttrol Panel~ and Syste~.DOC 'ZEL, ENGINEERS T17A-14 I I I I I I I I I I I I I I I I I I I SECTION T19 GRASSING SCOPE~ ThIS section covers all grassing of the construction site cucept the \letlandl:J planting. (A2) The work covered by this section of the specifications consists of furnishing all plant, labor, equipment and materials and performing all operations required to establish a satisfactory cover of grass within all unpaved areas" disturbed by construction. All work- shall be performed in strict accordance with this section of the specifications and the applicable drawings and subject to the terms and conditions of the Contract. GENERAL: The grassing operations shall consist of preparation of the soil, including tillage, liming and fertilizing, seeding or sprigging, mulching, watering, and maintenance and repair of planted areas until a satisfactory grass cover is obtained and the work is finally accepted. MATERIALS' : Seed: Areas to be grassed shall be seeded with one of the following: Hulled Common Bermuda,. Tall Fescue, or Unhulled-CornmonBermuda grass seed, Areas with slopes greater than a 3:1 slope shall also receive interstate Lespedeza. All seed for grassing shall be tested and approved by the Georgia Department of Agriculture not more than 6 months prior to the date of sowing and packaged and labeled in accordance with the Georgia Seed Laws and Rules and Regulations in effect on the date of the Invitation for Bids. Seed which has become wet or moldy or otherwise damaged prior ,to the time of sowing will be rejected. Agricultural Lime shall be a pulverized limestone having the following certified chemical and physical properties: Total Carbonates, not less than 65% Passing 10-mesh screen, at least 100% Passing 100-mesh screen, at least 25% Fertilizer: All fertilizer shall be a dry, free-""flowing commercial 10-"10=10 fertilizer suitable for application by a fertilizer distributor, grain drill, planting machine or similar standard equipment. The fertilizer shall be certified to meet the requirements of Fert-iliz-er. Laws' of the State of Georgia in effect on the date of the Invitation for Bids. Any fertilizer which becomes caked or otherwise damaged prior to the time of use will be rejected. Mulch: Any of the mulch materials, consisting of forest litter, hay, straw, hulls of cotton balls or peanuts, ground corncobs, stalks of corn, cane, potato vines, tobacco or other stems, or peat, which are permitted under Standard SpeCIfications of the State Highway Department of Georgia will be acceptable provided they are properly shredded or ground. Mulch materials which contain seeds of species of weeds or plants which would germinate and be harmful to the proposed planting will not be accepted. Before collection of mulch material is begun or delivery is made, the Contractor shall submit samples for approval. Only approved mulch from approved sources will be accepted. '0302-01 T19 Grassiftg.doc 'ZE:L ....-.;,- -''--- , ENGINEERS T19-1 I I I I I II I I I I I I I I SECTION T19 GRASSING Water for use in connection with the grassing operations will be furnished by the Owner, or obtained from any other approved source. Such water shall be free of excess chlorine, or other chemicals or substances harmful to plant growth. GROUND PREPARATION: Prior to preparing the ground for grassing operations, all weeds, brush and other vegetation in the areas to be planted which has not been removed during clearing and grubbing and grading operations shall be removed from the site. All irregularities in the surface shall be smoothed out and all roots, clay lumps and stone greater than 2 inches in diameter, and other foreign material detrimental to tillage, planting and proper growth and maintenance of the area shall be removed. In all areas where the topsoil has been removed during grading operations, the topsoil which has been stockpiled shall be returned and ,evenly distributed over these areas. Stockpiled topsoil shall be kept free from subsoil, brush, objectionable weed growth, litter, stones and clay lumps larger than 2 inches in diameter, stumps, roots, and other material that would interfere with planting and maintenance operations. Herbicides used for weed control shall conform to the Chemicals section of the Special Conditions. LIMING AND FERTILIZING: After the areas to be seeded have been brought to finished grade, agricultural lime and fertilizer conforming to the requirements of this specification shall be uniformly distributed over the areas, lime at the rate of one ton per acre and fertilizer at the rate of 1000 pounds per acre. In areas where mechanical spreaders cannot be used, the lime and fertilizer may be applied by hand methods. The lime and fertilizer shall not be applied when the wind makes it difficult to obtain satisfactory distribution. TILLAGE: The lime and fertilizer shall be thoroughly and uniformly mixed with the soil to a depth of approximately 3 inches by plowing, discing and harrowing until the soil is friable and well pulverized. Hand tillage will be required in all areas where mechanical equipment cannot be operated. ' Seeding: Seed conforming to the requirements of this specification shall be uniformly sown by approved mechanical power drawn drills or seeders or, in small areas, by mechanical hand seeders. The seeds shall be covered and compacted to a depth of 1/8 to 1/2 inch by means of a cultipacker and an empty traffic roller or another roller weighing less than 3 tons. Broadcast seeding shall not be done when the wind makes it difficult to get satisfactory distribution. WATERING: After the planting has been completed, the moisture content of the soil will be tested. If there is not enough moisture in the soil to insure germination and adequate plant growth, water shall be applied by sprinkling until an adequate moisture content has been reached. In the absence of adequate rainfall during 0302-01 '1'19 Gr""sing.doc 'ZEL. ENGINEERS T19-2 SECTION Tl9 GRASSING the germination and early growth period, the Contractor will be required to maintain the required adequate moisture content of the soil by periodic sprinkling operations. MULCHING: Mulching of planted areas will not be required but may be employed at the option of the Contractor as an aid in reducing erosion and conserving soil moisture. If employed, the mulch shall conform to the requirements ,of this specification. The rate of application of the mulch depends on the texture of the mulch. The proper application will allow some sunlight to penetrate and air tq circulate, at the same time shading the ground. If desired, immediately after the mulch is spread, the material may be anchored to the soil by a cultipacker, disc harrow, or other suitable equipment. ESTABLISHMENT AND MAINTENANCE: The Contractor is responsible for providing a satisfactory stand of living seeded grass in which gaps larger than 12 inches do not occur at the time of acceptance of the project. Any areas which fail to show a uniform stand for any reason whatsoever, shall be replanted according to these specifications and such replanting shall be repeated until acceptance by the Engineer. The Contractor shall properly water, mow and'otherwise maintain all planted areas and any damage resulting from erosion, washing or other causes, shall be repaired by fill topsoil, tamping, refertilizing and replanting at no additional expense to the Owner, if such damage occurs prior to acceptance of the project. EROSION CONTROL: In the event completion of grading operations of areas to be planted extends beyond September 15, planting mu~t be postponed until the following spring season. The Contractor will be permitted to seed such areas with Rye grass at his own expense to control erosion of the graded areas. All mowing and maintenance operations during the fall and winter seasons will be the obligation of the Contractor. Erosion must be controlled by acceptable methods to prevent damage to the Owner's property or to adjacent property owners. PAYMENT: Payment for all items covered by this section of the specifications shall be paid in accordance with the bid item list. No other separate payment will be made for the work by this section of the specifications and all costs in connection therewith shall be included in the appropriate lump sum or unit price in the bid list. All work not directly listed in the bid list shall be considered a subsidiary obligation of the Contractor. 0302-01 T19 Grusing.d9<: T19-3 'ZEL, ENGINEERS I I I I I I I I I I I I I I I I I I I / II I I I I _I I J II II . , , , I I I I );',\ i .5 2(i(JS ~"~h!PW/l/~nPlevuf l) .3 0 ::z -tJ I ".~ ~ ~n ~PM, ~nt."/~'" s<><+ ~~ I~} [-0<'( TO: All Bidders Phyllis Mills, Quality Assurance Analyst Max Hicks, Augusta Utilities Geri Sams. Procurement Directo January 10, 2008 Revisions to Specif 07.214 Goodrich Street Raw Water Pump Station for Augusta Utilities Thursday, February 7th at 3:00 P.M. ADDENDUM NO.1 TO CONTRACT DOCUMENTS FOR PROJECT 10250 GOODRICH ST RWPS IMPROVEMENTS CONTRACT 1 DIESEL PUMPS 6, 7, AND 8 FROM: DATE: SUBJ: BID ITEM: OPENING: The last day for questions has been changed: FROM: Wednesday, January 16, 2008 by 3:00 p.m. TO: Tuesday January 22, 2008 by 3:00, p.m. Bidders on this Project are hereby notified that this Addendum shall be attached to and made part of the above-named Bid Package. The following items are issued to add to, modify, and clarify the Bidding and Contract Documents. These items shall have full force and effect as the Bidding and Contract Documents, and costs,involved shall be included in the bid prices. Bids to be submitted by the specified bid due date shall conform to the additions and revisions listed herein. Acknowledge receipt of this addendum by inserting its number and date in the Proposal Section as requested. CONTRACT DOCUMENTS SECTION BID Page BID-5 DELETE Item 1. Page BID-6 and BID-7 REPLACE with attached Pages BID-AI-6 and BID-AI-7 SECTION SC SUPPLEMENTARY CONDITIONS REPLACE Complete Section (SC-l to SC-9) with the attached Supplementary Conditions (SC-I to SC-ll ) INSERT Attachments 1 & 2 (4 pages total) after QORE Soil Data Logs. MISCELLANEOUS REPLACE project schedule at the end of the contract documents with Attachment 3. List of Attachments: Attachment 1 - Soil Borings at Railroad Crossing Attachment 2 - Cultural Resources Boundary Attachment 3 - Project Schedule Please acknowledge addendum in your submittal. END ADDENDUM NO.1 Room 605 - 530 Greene Street, Augusta Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.augustaea.gov Register at www.demandstar.comlsuoolierfor automatic bid notification ADDENDUM 1 07-214 I I '" '" 5 =i m ;;: en I ~ I I I I I tD H tl I :t:' I-' II I '0) . . . . . , I I I I - - - - - - - CD - - - CD - - O(J) (1) (I) (1) (I) (1) (1) (1) (1) (1) (1) (1) (1) -0 3 3 3 3 3 3 3 3 3 3 3 3 3 3 "'O~ -" ..... ..... ..... ..... CO CO --l OJ 01 .l:>- V) I\) -" -. (1) -, 0. .J>. V) I\) -" 0 g!;.. (JJ (1) en > > > Z (J) > > ~ OJ OJ OJ ~. () 0 r r r 0 0 r r 5. !:, !:. 0 e: r r r ::l- e: r r' 0 a: a: a: "{} ::l - :E ~ - of- - (JJ ~ m 0 ~ m ~ 5' 5' 5' - () III ti3 < < Q) (1) a -. (JJ 0 Q) (JJ a. -. <0 <0 <0 e: a - 5' -. Q) - > s: m a (i) -< ;:0;- ~ <" -< ~ c5" 0 (JJ Q) i};> m "'C (1) CD (JJ III <0 (1) Q) CD -. e: 0 0 ::l 0 5' -. (1) OJ OJ a ;:0;- ::I- ~ - 0. (JJ a -. 0 C <0 (J) 0 0 ~ -. ::l Q) cr - "'0 0 J< () -. (1) Q) ::l ::0 a - [ .0 ~ OJ "6' -. Qi' e ::l [ 0 e: m m ::l e: g !:, > )> 5' a CD III Q) 0 al' a: :!: c: e: <0 e: 0. (JJ (JJ -. .(JJ 0 5' <0 @ - - ~ 0. ~ (i) e: :e (J) () - <0 (J) ~ ~ c: (JJ .(JJ ;::;: c: 0: ti3 (1) () ::0 t/) - ~ Q) -. Q) OJ $D $D ::l ::l -. 0 m ~ () 8 - () 0 0. (1) ~ ::l m Q) >< III () () s: 3 !fl Q) 0 -I ::l (1) ::l 0 0 "'C ::l j ~ c: e1.. (JJ ~ Q) 0 -I s: s:: (JJ CD 0 s: 0 r= :;- "'0 "'0 e CD 0 (I) (1) Iii r ::l ~ 0 s: (JJ =i m r ~ 0 ~ Q) 0 :E ;:0;- m "'C Q) -. in (1) -I --l :E (JJ "[ (JJ m m (I) ::l 0 ~ t/) ti3 5' [ ::l (5" 0- - Cl.. ~ ::l m c -. c5" 0 ::0 m ? ::l ~ :;- Q) ." ~ - ::l ." ~ - (1) e: 0- <0 0. c: t>> 5. (J) -. OJ s: CD Q) .., ." s: c a: 8" cr ::l 5' "'C .., ;:0;- Z m ;::;: <0 !fl (J) (i) z (JJ -I m ~ co - III ~ Q) p @ ::l ~ 0. 0. ...... ~ (5 0 .., z ;:0;- s: 3 (JJ r e: 3 "'C (J) e: 3 < Q) C $D - :;- :E 0 a (JJ - r e: ~3 ::l"'C Z(J) e: e: 33 g< Cile!. - e: $D ~ en m o en m ::!l m ;;: '" m ;u 9> l::l ~ ~. I I '" 00 6 =i m s: en I ~ I I I I I tD H tl I :J:I II I-' I --J . . . . . , I I I I -l - - - CD - - CD CD - - - 0 CD CD CD CD CD CD CD CD -l 3 3 3 3 3 3 3 3 3 3 3 )> I\.) I\.) I\.) I\.) I\.) I\.) --" --" --" --" --" r- 01 ~ W I\.) --" 0 <0 OJ ---l CJ) 01 )> s:: CD 0 s:: )> )> )> )> )> Z r- CD 0 CD 0 r- r- r- r- r- '0 r- 0 ::l I g r- r- r- r- r- ~ m :::r 0. s:: m m () < :E :::r r- III !fl 0 ~ III III CD III () C/) ::l g ~ ~ <" 0 o' 5' III .., .., m ~. o' :::r :::r .., CD 7' 0 Q1.. CIl 5' CIl -l c .? () m CD 0 CIl 0 5' .., - 0 x (0 0 ::l 5' III o' - - ::l r- al ~ III X - (0 () CD ~ ::l 3' ::l CD :::r 0 (0 - s:: < 0. Ul CD S. .., 3 ~ !a :E s:: III III G) 0 )> - c CD o' . ::l "'0 0 CIl 2 CD c .., - .., .? - CIl (0 r- () g 8" ~ 0- :::r - c m 0 m C" CD ~ CIl -l 01 III 5' :E - m 0 --" ~ 5' CIl (0 .., III .., - 0 r- CD 0. 0. W () 5' a "'0 m Ul sa. ji) III III - ~ III !a "'0 ::l CIl ~ ::l it ~ 0. - !!t o' .., CD .? .2. :E III a "'0 3 CD ::l - ~ a CD 0. ~ I\.) CIl ~ --" - - CIl ~ ~ Cii" CD CIl - .., - III 0. ~ CD ::l 0 0 ~ CD a III CIl ::l 0. ::0 CD ji) - CD 0. () 0 CIl - CIl 12 en m o en m J:l m s: 00 m ~ s>> '" o ~ I I I I II II II . . . . . - I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS SUPPLEMENTARY CONDITIONS INDEX SC - 1 CONTRACT DOCUMENTS AND DRAWINGS SC - 2 CONTRACTOR'S FIELD OFFICE SC - 3 TEMPORARY SANITARY FACILITIES BOUNDARIES OF WORK EXISTING STRUCTURES AND UTILITIES SC - 4 SC - 5 SC - 6 TRAFFIC SAFETY SC - 7 UTILITIES SC - 8 ESTIMATE OF QUANTITIES SC - 9 SURVEYS SC - 10 DIMENSIONS SC - 11 EROSION AND SEDIMENT CONTROL SC - 12 SAFETY AND HEALTH REGULATIONS SC - 13 SITE CONTAMINATION AND CHEMICALS SC - 14 STORAGE OF MATERIAL SC - 15 MANUFACTURER'S DIRECTIONS SC - 16 CLEANING UP SC - 17 PRIOR USE BY OWNER SC '~18 RESTORATION OF PROPERTY SC - 19 SUBSURFACE INVESTIGATION SC - 20 MAINTENANCE OF ACCESS SC - 21 CONSTRUCTION SEQUENCE FOR CROSSING OF THE AUGUSTA CANAL SC - 22 CULTURAL RESOURCE RECOVERY SC - 23 INTERRUPTION OF PLANT OPERATION SC - 24 HAGLER SYSTEMS AS THE MECHANICAL INTEGRATOR, SERVICES AND COORDINATION NECESSARY SC - 25 DEWATERING AND WATER HANDLING: 'ZEL. ENGINEERS 3 Supplementary COllditiOfts Al SC-1 I I I I II II II I . . . . I - I I I I I SECTION SC SUPPLEMENTARY CONDITIONS SC - l CONTRACT DOCUMENTS AND DRAWINGS: The Contract Documents which form a part of this contract include Advertisement for Bids, Information for Bidders, Bid, Bid Bond, Notice of Award, Agreement, Payment Bond, Performance Bond, Notice to Proceed, Change Order, General Conditions, Supplementary Conditions, Technical Specifications, Drawings and Addenda. Specifications: The specifications consist of a written description of a general and technical nature of materials, equipment, construction systems, standards and workmanship, and include General Conditions, Special General Conditions, Supplementary Conditions and Technical Specifications indexed at the front of this bound volume of Contract Documents. Drawings: The Engineer will furnish to the Contractor, free of charge, all copies of the drawings and specifications reasonably necessary for the execution of the work. Locations of all features of the work included in the contract are indicated on the contract drawings. The following drawings, dated MARCH 2003 comprise the plans for this contract. DRAWING NO. Cover lGl IG2 IG3 1G4 IG5 2ClA 2C1B 2C1C 2C2 2C3 2C4 2C5 2C6 2C7 2C8 2C9 2Ml 2M2 2M3 2M4 2M5 2M6 2S1 2S2 2S3 2S4 2S5 2S6 2S7 2S8 2S9 2S10 2SB TITLE Location Map Drawing List General Arrangement Standard Structural Details Standard Details - 1 Standard Details - 2 Soil Erosion and Sediment Control - Initial Plan Soil Erosion and Sediment Control - Intermediate Plan Soil Erosion and Sediment Control - Final Plan Soil Erosion Control Details Site Demolition Plan Site Staking Plan Site Grading and Drainage Plan Grading and Drainage Details - ~ Grading and Drainage Details - 2 Enlarged Site Plan Road Profiles Yard Piping Plan - 1 Yard Piping Plan - 2 Yard Piping Sections Yard Piping Profiles Small Yard Piping Plan Sanitary Sewage Lift Station Yard Structures Plan Valve Vault No. 3 - Sheet 1 Valve Vault No. 3 - Sheet 2 Valve Vault No. 3 - Sheet 3 Valve Vault No. 4 - Sheet 1 Valve Vault No. 4 - Sheet 2 Valve Vault No. 4 - Sheet 3 Valve Vaults No.5, 6 and 7 Retaining Walls 1, 2 and 3 - Elevation Retaining Walls 1 and 2 - Sections Retaining Wall 3 - Section 'ZEL, ENGINEERS 3 SUpplementary cOllditions AJ. SC-2 I I 2S12 I 2S13 2S14 2S15 2S16 I 2S17 2S18 2S19 I 2S20 2S21 3M1 3M2 II 3M3 3M4 3M5 3M6 II 3M7 3M8 3M9 . 3S1 3S2 3S3 3S4 . 3S5 3S6 3S7 . 3S8 3S9 3S10 3Sll . 3S12 3S13 4S1 4S2 . 4S3 4S4 4S5 I 5E1 5E2 5E3 5E4 I 5E5 5E6 SE7 I 5EB SE9 SE10 SEll I SE12 5E13 SE14 I 6Il 6I2 6I3 6I4 I 3 SUpplementary Conditions AJ. I SECTION SC SUPPLEMENTARY CONDITIONS Retaining Wall 4 - Elevations Retaining Wall 4 - Sections Retaining Wall 4 - Plan and Sections Retaining Wall 5 - Plan and Sections Retaining Wall 6 - Plan and Sections Retaining Wall 7 - Plan and Sections - 1 Retaining Wall 7 - Plan and Sections - 2 Retaining Wall 8 - Plan and Sections Retaining Wall 8 - Sections Diesel Wetwell Intake - Plan and Sections Diesel Pump Station Mechanical Arrangement and Piping Plan-1 Diesel Pump Station Mechanical Arrangement and Piping Plan-2 Diesel Pump Station Mechanical Sections and Details - 1 Diesel Pump Station Mechanical Sections and Details - 2 Diesel Pump Station Mechanical Sections and Details - 3 Diesel Pump Station River Inlet Bar Screen Engine, Fluid Coupling and Gear Reducer Cooling Flow Diagram Fuel Oil Lines Flow Diagram Diesel Pump Station Mechanical Sections Diesel Pump Station Wetwell Plan and Sections Diesel Pump Station Structural Plan Diesel Pump Station Mezzanine Structural Plan Diesel Pump Station Roof Framing Plan and Sections Diesel Pump Station Elevations Diesel Pump Station Structural Sections and Details - 1 Diesel Pump Station Structural Sections and Details - 2 Diesel Pump Station Structural Sections and Details - 3 Diesel Pump Station Structural Sections and Details - 4 Diesel Pump Station Structural Sections and Details - 5 Diesel Building Exterior Stairs Diesel Pump Station Door and Window Schedules Diesel Pump Station Head, Jamb and Sill Details Intake Nos. 9 and 10 Plan Intake Nos. 9 and 10 Sections - 1 Intake No~. 9 and 10 Sections - 2 Intake Nos. 9 and 10 Sections - 3 Intake Nos. 9 and 10 Sections and Details Electrical Site Plan Electrical Demolition Plan Enlarged Partial Electrical Site Plan - 1 Enlarged Partial Electrical Site Plan - 2 Electrical - Plan and Details Maintenance Building Diesel Pump Station Electrical Power Plan Diesel Pump Station Lighting Plan Grounding and Lightning Protection Plan Electrical - Valve Vaults No. 3 and No. 4 Electrical Conduit, Cable and Circuit Schedule Single Line Diagrams Diesel Pump Station Electrical Panel Schedules Diesel Pump Station Electrical Details Security System Site Plan P & ID Legend and Symbols P & ID Valve Vaults, Flow Meter and Lift Station P & ID Diesel Pump Station SCADA and Security Systems Block Diagram 'ZEL, ENGINEERS SC-3 I I I I I II II . . . . . I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS SC - 2 CONTRACTOR'S FIELD OFFICE: The Contractor shall maintain a field office on the site of the work, which contains a telephone, the contract documents, and the contractor's records. The Contractor shall also maintain a field office for the Owner's Resident Project Representative similar to its field office. SC - 3 TEMPORARY SANITARY FACILITIES:. Upon commencing work, the Contractor shall provide temporary screened and shielded sani tary privies in a manner meeting the approval of the Engineer. Facilities shall be maintained in a sanitary condition by the Contractor and in compliance with the requirements of authorities having jurisdiction. All temporary facilities shall be removed by the Contractor and the area returned to its original condition prior to acceptance of the completed project. SC - 4 BOUNDARIES OF WORK: The Contractor shall not enter on or occupy with men, tools, equipment, or materials, any ground outside the, limits of Owner's property or construction easements without written consent of the Owner of such property. SC - 5 EXISTING STRUCTURES AND UTILITIES: It is mandatory that the Contractor locate all previously placed underground installations and construction prior to his engaging in any work in areas where such improvements may exist. The Contract drawings indicate general locations of such existing improvements solely for the purpose of initial and general representation thereof. The Owner and Engineer have not verified locations of these improvements as a basis for locations displayed on, the drawings. All utilities and improvements must be located and flagged by the Contractor prior to commencing work. Flags must be maintained and based upon actual field determinations. The Owner's project inspector must be notified before any work begins in vicinity of existing underground improvements. The Contractor shall be held responsible for any damage and for maintenance and protection of existing construction and utilities. All damaged construction, utilities or improvements shall be restored to the original or better condition in which they were discovered. SC - 6 TRAFFIC SAFETY: The Contractor will be held responsible for any damages caused by negligence on his part, or by the improper placing of or failure to display danger signs and road lanterns; all traffic lanes will be kept open and clear at all times and no excavated material or equipment will be placed on pavement during construction. SC - 7 UTILITIES: The Contractor shall provide for temporary utilities for construction operations. Potable water is available from hydrants. The Contractor shall make provisions for telephone service with the phone company. Electric power for construction operations shall be provided by the Contractor by arrangement with the appropriate power company. The Contractor shall make suitable 'ZEL, ENGINEERS 3 SUpplementary COnditions AJ. SC-4 I I I I I II II . . . . . I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS arrangements to provide fuel for temporary heating and/or other construction operations as necessary. SC - 8 ESTIMATE OF QUANTITIES: Estimated quantities of work to be done and materials to be furnished under this Contract if shown in any of the documents including the BID, are given only to indicate approximately the scope of the Contract; variation of the quantities reasonably necessary to complete the work contemplated by this Contract shall, in no way, vitiate this Contract, nor shall any such variation give cause for claims or liability for damages. SC - 9 SURVEYS: The Contractor shall make his own surveys and establish his own working lines and grades from the basic reference lines established by the Engineer. SC - 10 DIMENSIONS: Dimensions shown in figures or which can be determined by computation from other figures shown, shall take precedence over dimensions scaled from the drawings. When the work of the Contractor is affected by finished dimensions, these shall be determined by the Contractor at the site and he shall assume the responsibility therefore. SC - 11 EROSION AND SEDIMENT CONTROL: The Contractor will be required to schedule his work and perform operations in such a manner that siltation and bank erosion will be minimized during all phases of construction. Any areas disturbed during the course of construction shall be restored to a condition equal or better than the original condition. Grassing of disturbed areas shall be the minimum acceptable restoration. Silt control devices such as straw bale fences and/or silt fence weight filter fabric shall be installed to limit migration of silt to the water courses. Erosion Control devices such as mats, grass, mulch, and crushed stone shall be installed to protect adjoin~ng areas from soil contamination. Compliance with the guidelines of the Manual for Erosion and Sedimentation Control in Georgia, pursuant to the Erosion and Sedimentation Act of 1975, shall apply as though fully set forth herein. The Contractor shall procure a Land Disturbing Permit from: Augusta-Richmond Planning Commission, 525 Telfair Street, Augusta, GA 30911. As a part of the permitting process, the Contractor shall provide his construction schedule of land disturbing work and shall include a plan of the temporary measures to be in place during construction. An employee of the prime Contractor shall be designated as the work site Erosion and Sediment Control Supervisor who is to be responsible for timely installation of erosion and sediment control measures and who shall provide early detection and correction of erosion, sediment, and flooding problems and who shall have full (24 hr) access to the personnel, equipment, materials, means and measures to ensure correction of routine and or special deficiencies. Permanent erosion control measures for this site include moderate slopes, pavement, and permanent grassing. The Contractor shall strive to expedite completion of the permanent measures and shall keep the temporary measures in place until a satisfactory grass cover is established. Sediment and erosion 'ZEL, ENGINEERS 3 SUpplementary Conditions Al SC-5 I I I I I II II . . . . . I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS control materials shall be as 'specified in the Site Work Section and Grassing Section of these documents. Erosion control and sediment containment (E&S) costs must be included in bid item 24. Because this contract considers the E&S work to be a subsidiary obligation of the base bid items, no downward adjustment of the base bid will be made where more efficient E&S means result in adequate control of erosion control and containment of silt. SC - 12 SAFETY AND HEALTH REGULATIONS: The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL91-596) and under Sec. 107 of the Contract Work Hours and Safety Standards Act (PL91-54). SC - 13 SITE CONTAMINATION AND CHEMICALS: The CONTRACTOR shall prevent the construction site from being contaminated with any substance in quantities or under circumstances prohibited by environmental protection laws of the United States or the State of Georgia. The CONTRACTOR shall be responsible to the OWNER if, at any time, state or federal authorities make a claim. or demand against the OWNER on account of contamination of the site caused or allowed by the CONTRACTOR or any of its forces or subcontractors. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must be registered for the purpose specified with USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with instructions. SC - 14 STORAGE OF MATERIALS: Materials shall be so stored as to insure the preservation of their quality and fitness for the work. When, considered necessary, they shall be placed on wooden platforms or other hard, clean, surfaces, and/or placed under cover. Stores of materials shall be so located as to facilitate prompt inspection. SC - 15 MANUFACTURER'S DIRECTIONS: Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer unless herein specified to the contrary. SC - 16 CLEANING UP: The Contractor shall keep the premises free from the accumulation of waste material and rubbish, and upon completion of the work, prior to final acceptance of the completed project by the Owner, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc., and leave his work in a clean condition, satisfactory to the Engineer. On a daily basis, the work area shall be cleaned sufficiently to produce a neat appearance. 'ZEL, ENGINEERS 3 SUpplementary Conditions AJ. SC-6 I I I I al II I . . . . . I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS SC - 17 PRIOR USE BY OWNER: Prior to completion of the work, the Owner (by agreement with the Contractor) may take over the operation and/or use of portions of the project, Such use of facili ties by the Owner shall not be deemed as acceptance of any work or relieve the Contractor from any of the requirements of the Contract Documents. SC - 18 RESTORATION OF PROPERTY: The Contractor shall carefully restore all property defaced by the operations or acts of any of his agents or employees. Such restoration shall include seeding, sodding, transplanting of lawns, hedges, or ornamental plantings,and the repair or replacement of streets , driveways, walks, fences, or other facilities in such a manner as to meet the approval of the Engineer. No structures, fences or trees shall be removed without the consent of the property owner or until condemnation procedure, if necessary, has been completed. Restoration of property shall commence immediately upon substantial completion of the proposed work in the various areas of the construction site. SC - 19 SUB-SURFACE INVESTIGATION: A soils investigation is available for this site. Data sheets are included at the end of this Section. The location of QORE borings is shown on the drawings. The location of the CSRA Borings is attached to the data sheets. SC - 20 MAINTENANCE OF ACCESS The Contractor will be required to maintain vehicular and pedestrian access to all businesses and institutions during the time they are open and to all residential and other occupied buildings and facilities at all times. Whenever direct entrance is blocked from one direction, suitable access shall be provided from another location. Bridges with handrail protection will be required for crosswalks at street intersections. It is recognized that it will be necessary to remove bridges and block cross traffic while equipment is in operation. The Contractor shall plan and pursue his operations so as to minimize the time that direct entrance is blocked. SC - 21 CONSTRUCTION SEQUENCE FOR CROSSING OF THE AUGUSTA CANAL The following CONSTRUCTION SEQUENCE is presented as an aid for the contractor to perform the necessary construction and piping installation on this project in a way as to least disturb users of the Augusta Canal. Another construction method or procedure may be used, but the impact on Canal Users must be no more than that anticipated in this procedure. The contractor shall supply a written construction procedure and schedule 7 days prior to any construction beginning, which encompasses this phase of the work. However, the Contractor must provide the details to the Engineer as a written submittal for approval. Existing valves used in the procedure may leak~ Any bypass pumping shall be considered a subsidiary obligation of this contract. Much of these items require close coordination with the Canal Operators and 'ZEL, ENGINEERS 3 SUpplementary COnditions Al SC-7 L II I I I I II I . . . . . . I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS RWPS personnel. operation of headgates, roller gates, and hydropower units must be done by Augusta personnel. 1. Construct Diesel pump Station - Complete 2. Construct River intake connection 3. Construct Diesel structure pipeline to existing contract 48" pipeline 4. Isolate 48" (2 valves) and make connection 5. Test and commission Diesel Station using River intake. 6. Operate 8 to 12 weeks to debug system. 7. Take Hydropower Units 1 and 4 off line, close roller gates. Italic marked work anticipated while Canal is dewatered for ten weeks: 8. Shut off Head ates- Dewaterin (one week duration to dewater) 9. Remove Canal bank from unit No. 4 upstream to beyond unit No 9/10 intake location (see drawings). 10. open cut two trenches and install RCP and HDPE casings 11. Begin placement of clay core for new Canal embankment 12. Build horizontal cutoff wall at the casings 13. Build vertical cutoff walls at ends 14. Backfill to canal bottom 15. Continue raising the clay core 16. Bench interface between new clay core and upstream existing canal embankment 17. Install SE&SC BMP's and permanent erosion treatments 18. Install 15' of sheet pile at interface for additional cutoff 19. Install cofferdam sheet pile for No 9/10 intake 20.Re-water Canal (This operation will take two weeks 21. place Unit 1 and 4 back in operation 22. Install 60" restrained pipe in casing and complete yard piping 23. construct valve boxes and retaining walls 24., Construct Intake structure 25. Cut off coffer dam sheet piles 26. Test piping 27. complete site work 28. place Diesel pump Station on normal duty after Units 1 and 4 are again operational. 29. Core supply connection to No.4 power chest 30. Connect supply from No.4 to Diesel pump Station .:J ZEL LE N GIN E E RS.:.:. SC-8 3 supplementary conditiOllS Al -- I I I I I II I . . . . . I I I I I I I SC - 22 SC - 23 SECTION SC SUPPLEMENTARY CONDITIONS CULTURAL RESOURCE RECOVERY There exists a Site eligible for the National Register of Historic Places on the landside of the proj ect site. It is located north and east of the Railroad and the elevated River Watch Parkway. The Contractor cannot disturb the site until after recovery is complete. The Contractor must cut, as close to the ground as practical, and remove all trees on the site to facilitate the recovery. However, grubbing of the Site must be done after recovery. Tracked Equipment must not enter this, area unless an earth cover is first placed on the surface. The general location and extent of the Site is shown on a drawing (Fig 6.2) inserted after the soil borings. The site should be available for surfae disturbance by July 25, 2008. INTERRUPTION OF PLANT OPERATION: a. General: Operation of the Raw Water Pumping Station facilities with a minimum of interruption from the construction operation is VITAL~ The Contractor shall carefully plan his work to least interfere with operation of existing facilities. The Owner and Engineer shall be contacted by the Contractor and interruptions scheduled and coordinated not less than 48 hours in advance of the work. New facilities shall be constructed before essential existing operations are disrupted. b. Scheduling Interruption of Plant Operations: In addition to the above requirements that any plant interruptions shall be coordinated with the Owner and Engineer not less than 48 hours in advance of the work, consideration of such requests will be contingent upon the prior submittal for approval of a proposed schedule for interruption of plant operations by the Contractor. The Contractor shall submit this proposed schedule not more than 30 days after the Notice to Proceed but only after the overall details given proper consideration. This detailed schedule shall include all significant operations, which require a shut down of any pump functions. Any significant curtailment of water pumping and delivery into the water plant must be scheduled during periods of low water use and the Contractor shall expedite his work during shut downs to restore production as soon as practicable. The Contractor must plan his activities accordingly. SC - 24 HAGLER SYSTEMS AS THE MECHANICAL INTEGRATOR, SERVICES AND COORDINATION NECESSARY: Description of the Anticipated Work Necessary for the Project: Augusta has decided that the installation of owner-purchased equipment (diesel fueled engine power units, complete with all appurtenances AND 20 mgd vertical turbine pumps with right angle drives and check valves), supplied by the Equipment Manufacturer (EM)) must be installed by a mechanical contractor/integrator (MI) with extensive experience with like projects AND located within 80 miles of Augusta. Augusta has selected 'ZEL, ENGINEERS 3 SUpplementary Canditioos Al SC-9 I I I I I II II I . . . . I I I I I I II' SECTION SC SUPPLEMENTARY CONDITIONS Hagler Systems as its Mechanical Integrator for this proj ect. Augusta intends to continue a service relationship for the two new units and the existing similar unit of pumping equipment after construction. In order to have the mechanical integrator available at short notice when problems occur, during the initial operation or during the foreseeable future, Augusta has pre-selected Hagler Systems as the mechanical integrator and assign these responsabilities jointly to it and the General Contractor (GC) for the project. The specific tasks to be assigned are intended to accomplish a full, orderly, triple checked, coordination of the construction of the housing building (by GC) with the' requirements for proper installation of the pumping equipment (by MI); AND the integration of the power source with the pumps and their controls function (MI/EM). The responsibility of each party (GC, MI and EM) separately OR jointly is defined by their respective contracts with Augusta (Owner). The GC and MI must agree to provide mutual assistance. SCOPE: 1. The MI will coordinate with the GC all issues relevant to the proper installation of the complete pump-power units. 2. The MI will have prime responsibility for the installation, alignment, adjustments, and commissioning of all Owner Purchased Equipment. The GC will assist with lifting equipment and handling of building appurtenances. 3. The MI, under its contract with the Owner will also have complete responsibility for the proper handling treatment, storage, delivery, safety and maintenance of the owner purchased equipment from the delivery FOB Augusta by the EM until such time as the equipment is delivered to the Project site; at which time the GC will provide for the proper storage and safety of the equipment jointly with the MI. 4. The MI is also responsible for compiling, checking, and correcting shop drawings for the manufacture of the equipment. The EM will, under its contract with the Owner, have the prime responsibility to provide equipment that meets the contractual obligations of Purchase Orders to be issued by the Ci~y of Augusta. The Equipment Manufacturer will have responsibility for providing the equipment and all further requirements of the equipment Purchase Orders. The General Contractor will have responsibility for the proper construction of the proj ect works, including coordination and handling assistance if needed for installation of the pumping equipment in the pump station building with the MI. Any equipment not directly purchased by the Owner will be provided and installed by the General Contractor. All contracts, after execution, are public information and copies will be provided to the GC, MI, and EM at such time as the contracts are valid. The Mechanical Integrator work for the Project includes: . Responsible for installation of Owner purchased pumping equipment in the new pump building. · Coordination and installation of all support components for the power units and the pump units inclusive of pump controls. 'ZEL. ENGINEERS 3 SUpplemefttary ConditiollS Al SC-10 II II ~ II II M II . . . . . I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS . All other mechanical installation is the responsibility of the GC. The GC can contract with the MI, or other mechanical contractor, or use its own forces, if qualified to provide mechanical installation and construction not assigned to the MI. . The Mechanical Integrator and General Contractor will work jointly. ATTACHED ARE THE FOLLOWING DOCUMENTS TO FURTHER IDENTIFY THE WORK: 1. Contract Documents - Contract and Specifications, and 2. Drawings Set 3. Equipment Purchase Documents: Engines 4. Equipment Purchase Documents: Pumps 5. Any required equipment not included in items 3. and 4. above must be provided and installed by the General Contractor. SC - 25 DEWATERING AND WATER HANDLING: Any and all costs associated with handling water, regardless of cause, length of time, depth, location or whether it is surface water or ground water and both is to be' included in the appropiate bid item and the Contractor shall not make a claim for additional costs on the basis of dewatering or resultant conditions from failure to properly dewater his work site. 'ZEL, ENGINEERS 3 SUpplementary Conditions A1 SC-ll I I I I I II II, . . . . . I' I I, I I. I I ~~V'l?1W~ '<(,.-"wt'li - "'~~A~~ ~ \/ \ \ ) ~"_._" +-__-'----w- J-s 1__ __-w- W ---- - - _-..l..----W-- \ \ 8'" P. He /3oe~' f j / 58' RIW ......- 24- PVC / / , / / / I / / / / / , / ~-----~-f;-- X l(\ />:;>/ X ~~ / .'X' //'/'" '" '" / ,~ ....... ././ \ 1" ./, ------- 90. ,/ \ ~ ././ ././ ~ ,/.// ././ ./././ /./ .I' ././ "'./ I' Y / '" '/",v --./ ,/ ././, ' \ ' __ J \' ' ./ /' ./-:;~' \ V/ / ./ /./ ,"/ ,//./ . ,. 130~ ~ 72J ;?OC f\' V o ! ; i I j 20' 0 ~..;..~ SCALE: 20' ,. - 1"=20' 40' I RICHMOND COUN1Y~ GEORGIA BOND PROJECT NO.. 10250 GOODRICH ST.. R.YePS IMPROVEMENTS CONTRACT I RAILROAD CROSSING PLAN ~- I' II II II II II I . . . . I I I I I I I I c s r a TESTING AND ENGINEERING COMPANYI INC. 1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737.0629 PROJECT CSX Railroad LOCATION Augusta. Georaia DEPTH '. FEET VISUAL SOIL DESCRIPTION Very Stiff, Reddish-Brown Sandy Silty Clay Firml Reddish-Tan, Clayey Silty Sand Very Loose, Readish-Brown Clayey Silty Sand Firm to Very Stiff, Reddish-Tan Sand Firm, Reddish-Tan Silty Sand Firm to Very Firm, Brown and Tan Sand Auger refusal at 35.5 feet.. .. N Value Is number of blows of 140 pound hammer requited to drive 2" split-tube sampler one foo~ after seated, BORING NO. DATE PENETRATION VAWE (N) 25@2' 11 @4' 4@7' 4@9' 6@14' . 17@ 19' 19 @ 24' 20 @ 29' 26 @ 34' B-1 (south side) October 9. 2007 ~., UNIFIED PERCENt' CLASS. MOISTURE None WATER TABLE -. r I I I I II II I . . . . . I I I I I I I c s r a TESTING AND ENGINE~RING COMPANY, INC. 1005 EMMETT STREET, sUITe A AUGUSTA. GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 PROJECT CSX Railroad BORING NO. LOCATION Augusta. Georgia DATE DEPTH ~FEET VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) '.~ .; Firm. Gravel 14@2' 5' Stiff. Reddish-Brown Sandy Silty Clay 12@4' 15 @ 7' 11 @9' Firm. Reddish-Tan Silty Sand 16 @ 14' 19 @ 19' Firm to Very Firm, Brown and Tan Sand 1a @ 24' 22 @ 29' 28 @ 34' (\uger refusal at 35.5 feet N Value Is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. None WATER TABLE B-2 (north side) October 9. 2007 UNIFIED CLASS. PERCENT MOISTURE ,. . ~ i ! I 1 1 I I , i I I I I I II II II I I . . I I I I I I I I ^ .~--- -',./" - Augusta Canal NHI. Disttict Boundary (150 feet from water) Archeological Site Boundary Scale .... o 200 feet Figure 6.2 Cultural Resources Within the 140 acre (5 7 ha) Project Tract 54 I I 1 I I 1 1 G> .5 iil e i= ii .i! ... G> U c B :I ~ 'G <oo CO I It 'Ef! j .1: 1 1 E. 8~ In ... ~ ~ '" .. '" < 1 I ,I 1 1 I I I I ~8 " a ~~ Il .'._._'.___.'.'.'._._'...._'.'.'_'__'.'.'.'.'.'.'_'.'.'._,.,,_,__.,_____,_,_.,.__,__,_,_.__.,._. __..,.,.,_...._,.,.__,.,___.,.,., __ .,_.,.".,_.".,.,._.,.__.......__.,.__._,.__.,_..._.,.,.___,_.,...,_,.__. ....."._....._._,'_...,__,.,.._._,. ~ a _ s~ j '- ac ~~ A l !8 8 ~ ~~ 8 ~ . ----.--i__M______ '- ~ ~ it m+ ~ Ii _ + a I :~ II!! il!! il!! :,1 II ,II 'Il ,(!! ,Ii ill ~ :i iif ii i~ i~ , :. : - L .;. ! ~ ;~ I~ 'I!! 'I!! !I!! I :a ja !~ I~ i.~ I :1 JI ;1 1" i"- c t'l' e 8.' ~'!: : e 11 t 2:l g ~ ~ Cll_,U,:gc(", .BXJIJlic( e ~ C;~l :. 0 =:. cr:C!.B .. .l!I ""IIl'''',:!.!l u .!!':iE1E E E Iii::!!! ~i, ~ E t: .c: Ill' <!l. 0 0 0 i:..Jj<l:!O 0 0 '7 ,I;, C' :7 ;~ __L______ _ (...;.'...,..~,...;.;, (' ~, ..:0 .>~ ~ ~ -~ +l'.iI ; 'I ;~ :~ 1~ ii II 11 :1 :S i! II II i! 11 :1 ! :1 ;1 :1 ,~ !~ is :i II II I1I1 ;; -! ,"- ,g I~ :.Ii !-c '-c '0 ;1 10 '0 '. ,. i. lIE IE . 'IE :IE '-c ,g "~ :11 ,! ',11 ',;; I;; L ~ ii' :Ii jl&. 11&. 11= !:t F= ~r= :1'= 11= u= il=" flL; , ,i:!",,!:: ill.. :11.. ss ii I~ !~ j~ II 11 !I'I II II i~ !I il is II I! i~ :1 l~ l~ 11 i~ .~' Ii !I is ill ~ '~ :~ 'Ii I!; ill ill ,ll ill i~ '. :lll~ :- :~ ,~ :I! '3 :~ :~ !~ I:;;:;; 10 !~ i. I~ ~ :! II '''' iF :1 I;:: ,;:: lIE ,IE ,IE :" ,IE ;IE :IE 'iil 'IE !IE ':Ii !IE ':Ii 'I ,~ ." ;~ i" lIE , t-, l ) 1 : ~ ! 1 ; : ! ; l ~ j:;! J i . ~, ; ; ! !E jl!! III I~ iii i~ III Ii I~ JIE \11 !.Ii Iii; I~!'" ',! i ,- I.'...... is il is II!! lfi lJi !~ is; i~ i~ :~ !~ i ~ 1 i . i :- :~ Ie !CD , i Co IlllO 'ei CD 1 Ill! i&!:! I CI,,! 'I ~,Pll e I CDl ~._ Ie >i ,i~ 1- Rle! ;1! a;,Q.,oIl 10 O:::l~l~ 18 ~I.ell'~ !., ::J i.l! .. '"... o'..Q1 e !.. 1Il1", .. ;.IIl 1Il1='0 :=D::'!:i,B l~ '!! -I- ') "" G>' ::J I :S1 Ei i i", Oll=!c( 1 It: : ~ iili [ I I II I j ~ ~ ;: 1 ~ ~ <> - I 1 ~ ~ & & ! ! [I I ! f & " ! I. I j I,' ;'..,',-,'}.;, 7~ ! ! I )1 I h I s -;1+ l + ~ '.s i~ I~ :I!! !I!! ~ i; :~ ,I :~ i;.; IS ,- 1- ;~ !:I: " '" I:;; ,:;; :;.; ~ ~ Ii I~ :~ II ji!' i i~ :1 !I i~ I ! ~ ;; :; 1 ' ~ is isi~ ;~ i! ~ j; i~ :; Ie ! ~ :~ ,~ !~ !~!~ ~ i" :" 1:;; I:;; i 11 Ii: : :~ :Ii i~ ;~ I! !! ; " I 1; ! '1 ~!; :i: iC !:J; 1~ e .:5, ' :", Bi o iD::' 01' ,e c' g !~!ti ; ~ i . il~i~~ lR c 8c ~"'llU!:2; liIl g~i 11 ~ ~i ~:If: :Df:g c( ~ 1e fl i III i Q.'. l!:" i III c( e >< e c '(/)111. , ':2 G> .S! W II. ~t"tJi~;."lm.ft .. 8 Bi;:al~:B :!.!l ~ ~ s - !Eilll:,g!cl,~ E E!! ~ fl I S ~!~!;;8.il S S ~ I!! 1: :1_' o!II.,:lEIOiw 000 II. Z FCI ' ! i 1 \.g: ; _ ~ . '1 !iD ( c, .5,' I ~ :! ~ ! '... co"" , '" ", '" ':".!l' ,...:.!!' ,Nii: .., ,.l!I' '0 III 0 : '-lII:il-~'I-'~ N:_I=:'" -""c (/), , ;.l!I u , ,B . , .1+:1 _ ,_ 'Do" " , :eiEi :l;!(/),!,!:liJll e>~~:E' ,! i .2'- gj l'i 0' ole; a.._ji;.Ic,:e ."::1 " ~ UIW = ...' ;i!i~iO: 8:' ~,~i t1';;;~: 8:ljg;1I. !~j~ 8,,51= ~,'tl: "', 1/):1/): glc(!II.'c71!c(1 olc71 <(I ~I'O:~:c:i,... .. "'II ~ s , e 1!' ' 'CII!-'l:lI''O' Ill':;:! 'l:lI-'g".c'II.'O 01 e e 0 1Il1'E ; e:8 0' : Q.E' el "'e!.:' i g', ep!l!1 g' ei Lo~i._II-:w I .5 .~i- g! lU o u I I"" ,,.. CI''''''''I''''_ "" 'C'...' . e :....'E e (J >- . :g c(:' ,.f::5 Wl~ .21":"1113: ~l :.QI!I<(,'C e !'ca.C lc: -ll 'Ill c( e lU, el..:~;...ic:-gio!!,~!.:,oe:c;II.:Ja,,g!~;J!l (,), o!o .2i~:.Q - ::2. O.c:O!Ui 'G>' '-lil IQ.' '''''E'!! ,;_O,Lo ;is.'la ! ii~ :f! :; ~:1:1!iifiJ!f; gJifi i:! fi'~; ~io8.!~\!l ~ }I~ ~; ~:.EE !II ,lU E E "".1:11 e,I/),1I. I/) (J 1/)1I/),II.:cn,(/)IW'O, ,Z.. (,) 0 0 . (J' 0 a.. [1= E E ;J 118.\ !! i ~ !: . 10 :;:O!~ 8 8 .!l:8' i .B" : ; I ) I r I I I I I I I I I I I I I I I I I filE ~t'r~Hl&l/$~HleYU' r, n :r-' ~'.r t~U>r:;;'\~ Uv iil ~ ~ ~d ~14 J2k./;:2-,o< TO: FEB .. 1 2008 t) 3D ;Z ~O ( FROM: All Bidders Phyllis Mills, Quality Assurance Analyst Max Hicks, Augusta Utilities ~ Geri Sams. Procurement irector DATE: SUBJ: January 29, 2008 Clarification and Questions Received from Vendors BID ITEM: 07.214 Goodrich Street Raw Water Pump Station for Augusta Utilities NEW OPENING: Friday, February 15th at 11:00 A.M. ADDENDUM NO.2 TO CONTRACT DOCUMENTS FOR PROJECT 10250 GOODRICH ST RWPS IMPROVEMENTS CONTRACT 1 DIESEL PUMPS 6, 7, AND 8 ZIMMERMAN. EVANS AND LEOPOLD. INC.. CONSULTING ENGINEERS - Januarv 24. 2008 The bid opening date for Bid Item #07.214 Goodrich Street Raw Water Pump Station has been changed: From: To: Thursday, February 7, 2008 @3:00 p.m. Friday, February 15, 2008 @ 11:00 a.m. SECTION ITB: REPLACE attached yellow sheets for similar sheets in white in the package. SECTION BID: Page BID-A 1-7: ADD Item 26 Incentive for early completion of Milestone 1, 30 davs @ $1000/day = $30.000 ADD Item 27 Replacement of Unsuitable Material in place, 5,000 cy @ $ I CY= $ SECTION AGREEMENT: REPLACE Pages A-1 to A-3 with attached pages A -1 (A2) To A -3 (A2) SECTION SUPPLEMENTARY CONDITIONS: Page SC-6, SC-11 EROSION AND SEDIMENT CONTROL: Last paragraph, REPLACE "24" with "25". Room 605 - 530 Greene Street, Augusta Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.au~sta2a.gov Register at www.demandstar.comlsupolier for automatic bid notification 07-214 Addendum 2 page 1 of 22 I I I I I I I I I I I I I I I I I I I Page SC 11, ADD SC-26 MILESTONE DATE The contractor must have the pumping station building completed sufficiently to allow installation of J the pumps and engines in the building by November 4, 2008. Failure to meet this Milestone results in Liquidated Damages assessed against the Contractor until the building construction meets this condition. SPECIFICATIONS SECTION T1 REPLACE SECTION T1 with the attached SECTION T-1(A2) SECTION T2 Page T2-3 ADD RIVER GRAVEL: River gravel shall be clean, rounded stone in sizes from Y2 inch to 3 inch diameter evenly graded. SECTION T3 Page T3-3: CONCRETE PAVEMENT: ADD "unless otherwise noted" to the end of the paragraph SECTION T5 Page T-5: SCOPE: ADD "for ladders and grating, use stainless steel unless otherwise specified or called out in the drawings, or unless otherwise detailed." to the end of the paragraph. SECTION T6A Page T6A-2 SERVICE PIPING SCHEDULE: CHANGE FM - PVC Sch 80 - PVC to FM - HOPE SDR 17 - HOPE. . ADD SS - SS Sch 40 - SS Page T6A-7 CONCRETE PIPE: CHANGE ASTM 442 to ASTM 443 with steel ring joints. SECTION T19 Page T19-1 SCOPE: DELETE "except the wetlands planting" DRAWINGS: DWG 2C5: after Gravel ADD "(4" of compacted crusher run)" DWG 2M1: 8" Potable Water - 8" Double Check Valve in Concrete Vault. ADD 6 x 6 x 6 Tindall or equal Stand MH ring and cover. Bore and Jack Crossing, 83ff: DELETE "PVC". Next to V26: ADD "Relocate Existing PSC-DIP Transition Piece for" DWG 2S4 and 2S7: Section 8 ADD "Embedment 20' into rock (TYP)" to Rock Anchors. DWG 2S10: ADD after "Ornamental Fence" Ultra Aluminum MFG. Model Ultra DWG 2S17 and 2S19: Details for Gabion basket ADD Standard galvanized Terra Aqua Gabion Systems Stone gradation shall be as recommended by the manufacturer. Layout shown is based on a 3' x 3' x 6' basket. DWG 2S22, Section B ADD after WWF WWF6 x 6 - W4 X W4 DWG 3512, Door/Frame Schedule: CHANGE HW-3 to HW-2 AND HW-1A to HW-3 DWG 4S1 REVISE note that begins with "Provide screw splice...." TO "Provide screw splice couple on the end of each rebar for continuation. Form end of walls and slab with waterstop construction joint." Also ADD Note: Use shrinkage compensating concrete for intakes NO.9 and 10 EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEIPT OF ADDENDUM NO.2 BY ATTACHING THIS COPY TO THE FRONT FLYLEAF OF THE CONTRACT DOCUMENTS AND NOTING RECEIPT OF SAME ON PAGE B-1 OF THE BID. END OF ADDENDUM NO.2 07-214 AcIdendum 2 Page 2 of 22 I I I I I I I I I I I I I I I I I I I Section A Agreement THIS AGREEMENT, made on th~ _ day of , 20-, by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION, party of the first part, hereinafter called the OWNER, and , party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the CONTRACTOR and the OWNER, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The CONTRACTOR hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: BOND PROJECT NO.1 0250 GOODRICH STREET RWPS IMPROVEMENTS - CONTRACT 1 DIESEL PUMPS 6,7, AND 8 and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION/LIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the OWNER or to the CONTRACTOR to proceed. The conditions described in SC-26 must be met and all work shall be completed within 600 calendar days and with all such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the CONTRACTOR and the OWNER, that the date of beginning, rate of progress, the Milestone Date 1, and the time for completion of the work to be done hereunder are ESSENTIAL CONDffiONS of this contract CONTRACTOR agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed by and between the CONTRACTOR and the OWNER, that the time for completion of the work described herein is a reasonable time for meeting the MILESTONE DATE 1 and completion of the WORK, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the CONTRACTOR does hereby agree, as a part of the consideration for the awarding of this contract, to pay the OWNER the sum of One Thousand Dollars and no/l00s ($1,000.00) Dollars, not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the CONTRACTOR shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the CONTRACTOR and the OWNER because of, the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. 07-214 Addendum 2 Page 3 of 22 I I I I I I I I I I I I I I I I I I I It is further agreed that time is of the essence for each and every portion of this Contract, and the specifications wherein a definite portion and certain length of time is fixed, if additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of this contract. ARTICLE III - PAYMENT (A) The Contract Sum The OWNER shall pay to the CONTRACTOR for the performance of the Contract the amount as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (B) Progress Payment On no later than the fifth day of every month, the Contractor shall submit to the OWNER's Engineer (hereinafter called, the PROFESSIONAL) an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner andf or the Professional. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run following approval of the invoice for payment, the OWNER shall after deducting previous payments made, pay to the CONTRACTOR 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the OWNER until the final completion and acceptance of all work under the Contract. ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT (A) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Professional shall within 10 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the CONTRACTOR, including the retained percentage, shall be paid to the CONTRACTOR by the OWNER within 15 days after the date of said final certificate. (B) Before final payment is due, the CONTRACTOR shall submit evidence satisfactory to the Professional that all p~yrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the OWNER, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the CONTRACTOR except those previously made and still unsettled. (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the CONTRACTOR, and the Professional, so certifies, the OWNER shall upon certification of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. 07-214 Addendum 2 Page 4 of 22 I I I I I I I I I I I I I I I I I I I Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. OWNER: AUGUST A, GEORGIA (SEAL) By: As its Mayor ATTEST: Clerk Witness CONTRACTOR: (SEAL) By: As its ATTEST: Secretary Address: Witness 07-214 Addendum 2 page 5 of 22 I I I I I I I I I I I I I I I I I I I SCOPE: The work covered by this specification consists of furnishing all labor, equipment, appliances, materials and supervision, and in performing all operations in connection with clearing, grubbing, excavation, filling, backfilling, grading the site, field layout, staking, and grade setting in strict accordance with this section of the specifications, the applicable drawings and terms and conditions of the Contract. APPLICABLE SPECIFICATIONS: The current edition of the following specifications form a part of this specification: American Society for T estina Materials Desianation: o 1557 Modified Proctor o 1556 Sand cone method o 2167 Rubber balloon method o 2922 Nuclear methods for in place "Density". Georaia Department of Transportation Soecifications: 814 Soil Base Materials 881 Plastic Filter Fabric GENERAL: Operations shall be conducted in a manner that will provide for the safety of employees and others. Existing utility lines, paving or structures to remain shall be safeguarded and protected from damage, and supported if necessary. Prior to any work the Contractor shall obtain necessary permits for work in the area or shall ascertain that the permits have otherwise been obtained. See Special Conditions, Paragraph SC-9 for field layout, staking, and grade setting requirements. Classification of Excavation: All excavation in connection with site work will be considered unclassified common excavation. CLEARING: Clearing shall consist of the felling, clearing and satisfactory disposal of the trees and other vegetation on site together with the snags, brush and rubbish occurring within the property lines. GRUBBING: Grubbing shall consist of the removal and disposal of all stumps, roots larger than 1 1/2 inches in diameter to the depth specified, and matted roots from the areas to be grubbed. In the clear well and settling basin areas, stumps, roots, logs or other timber 1 1/2 inches and over in diameter, matted roots, and other debris not suitable for foundation purposes, shall be excavated and removed to a depth not less than 18 inches below any subgrade, shoulder or slope; and to a depth of 12 inches below finish grade in areas to be grassed. All depressions excavated below the original ground surface for or by the removal of stumps and roots, shall be refilled with suitable material and compacted to make the surface conform to the surrounding ground surface. Grubbing will not be required in areas other than those occupied by current, and proposed construction and graded and grassed areas. SITE CONDITIONS: Organic materials and loose sand or other unsuitable soil located at or below the level of footings, pavement or under structures, shall be removed and replaced with fill material compacted to 98% of ASTM 0-1557 (Modified Proctor). Fill and backfill material shall consist of suitable excavated material. Where necessary, the excavations shall be dewatered by well-pointing and the sides of the excavation shall be fully shored and braced. CANAL DIKE AND ENBANKMENT: Reference to material for canal dike herein shall not be construed to indicate any substantial quantity of on site material for such use. All materials for canal dike shall meet the requirements stated hereinafter under CANAL DIKE. Excavation for the canal dike includes the following: 1. Stripping for the foundation of canal dike embankment. 2. Excavation below stripping for the foundation of the canal dike. The alignment and excavation lines shown on the drawings are subject to such changes as may be found necessary by the Engineer to adapt the foundation excavation to the conditions disclosed by the excavation. Accurate trimming of the slopes of the excavation will not be required, but the excavation shall conform as closely as practicable to the established lines and grades. 07-214 Addendum 2 Page 6 of 22 I I I I I I I I I I I I I I I I I I I Striooina: The entire area to be occupied by the dike shall be stripped to rock. Unsuitable materials are to be removed and include debris; topsoil; vegetation remaining after clearing and grubbing; and all other perishable and objectionable materials unsuitable for use in permanent construction and loose strippable rock. Topsoil shall be stockpiled for subsequent use on the slopes of the dike embankment. Stripping shall be extended to firm rock. Fill From On Site: Maximum finished side slopes shall be one and one half horizontal to one vertical. Topsoil shall be stockpiled for use on the embankment slopes covering the DIKE. Suitable material stripped from beneath the dike also may be utilized in the embankment construction on the sides of the DIKE. Foundation Preoaration: The foundation for the canal dike shall be prepared by scarifying the weathered so that the surface materials of the foundation will be solid and will provide as satisfactory a bonding surface with the first layer of the earthfill as for the subsequent layers of the earthfill. Immediately prior to placing the first layer of earthfill, all surfaces which the earthfill will rest upon or against shall be cleaned of all loose and objectionable materials by approved methods. Such surface shall have all water removed from depressions and shall be properly moistened and cleaned to obtain a suitable bond with the earthfill. No material shall be placed in any portion of the canal dike until the foundation has been suitably prepared and approved by the Engineer. Canal embankment material above and adjacent to the DIKE shall be a sand-clay mixture, or shall be clean inorganic soil. All suitable embankment material available on site from the excavation is acceptable. The material shall be placed in layers not exceeding 8" in loose thickness and then compacted to 90% dry density as measured by ASTM 0 1557, Modified Proctor or to the density required for soils supporting structures, concrete pavement, etc. Topsoil shall be applied to all areas to be grassed including all surfaces of the enbankment. (See Construction Methods) Topsoil work shall not be performed when the soil is so wet that the tilth of the soil will be destroyed. Upon application of the topsoil, the compacted subgrade shall be scarified to a 2" depth for bonding the topsoil to the subsoil. The topsoil shall then be evenly spread over all areas, compacted and graded to a uniform thickness not less than 4", and the surface shall conform to the requirements of site grading. The vegetative cover shall then be applied. CLAY DIKE: Suitable clay materials shall be obtained from off-site borrow pits and from on-site excavation where such excavated material prove to be satisfactory. The saturated vertical hydraulic conductivity of the clay material shall not exceed .035 inches per day (1 x 10-6 cm/sec)and such materials -meeting the Unified Soil Classification of Type SC, CL or ML shall have a liquid limit and plasticity index which permits it to meet the permeability and density test requirements stated hereinafter under INSPECTION AND TESTS. Construction: The core dike shall consist of the required compacted thickness of impervious clay soils placed in layers and bonded to the subsoil by scarifying the top 3" and recompacting with the first layer of the dike. Each layer shall be placed in layers not exceeding eight (8") inches in loose thickness and then compacted with the moisture content controlled as necessary to obtain the required density. Compaction shall be accomplished by sheepsfoot roller, pneumatic tired rollers, smooth-drum vibratory rollers or other suitable heavy equipment approved by the Engineer. Each layer shall be compacted to not less than 90% of dry density as measured by ASTM 0-1557, Modified Proctor. DISPOSAL OF CLEARED AND GRUBBED MATERIAL: Merchantable Timber: All merchantable timber cut from the construction sites, or from the rights-of-way, shall become the property of the Contractor. Burnina or Removal From Site: All timber, logs, stumps, roots, brush, rotten wood and other refuse from the clearing and grubbing operations shall be removed from the site and properly disposed of by the Contractor. GRADING: General: Site grading shall consist of excavating and placing all necessary materials outside the limits of the structure. Site grading shall be completed when all surfaces are in conformity with the contours as shown on the drawings, smooth, firm, containing the specified materials. Site grading shall also include all excavation, filling and compacting required for construction of temporary roads. Borrow Material shall be selected from excavated on-site materials to meet the requirements and conditions of the particular application for which it is to be used. The material shall consist of sand soils or sand-clay soils capable of being readily shaped and compacted to the required densities and shall be free of roots, trash and any other deleterious material. The material shall be obtained from on-site excavation as 07-214 Addendum 2 Page 7 of 22 I I I I I I I I I I I I I I I I I I I approved by the Engineer. Borrow material shall be stored as necessary, and shall be graded and maintained so that adequate and proper drainage and a neat appearance shall exist at all times. T oosoil shall consist of a natural material that occurs in surface deposits of limited depth, and, in general, on elevated areas, it shall be composed of natural mixtures of clay and soil binder with sand. Topsoil shall contain not more than 25 percent of clay and shall be free of stones larger than 2 inches in diameter, roots, excessive vegetation, rubbish or other deleterious matter. The Engineer shall approve topsoil before being used on the work. Topsoil as described, shall be excavated from all areas to be distLJrbed, whether for structures, piping, site grading, or paving, and it shall be stored for later use. Stockpiled topsoil shall be placed to afford good drainage. Topsoil work shall not be performed when the soil is so wet that the tilth of the soil will be destroyed. RIP RAP: Designated areas shall be rip rapped for a minimum of 5 square yards each. Areas to receive riprap shall be covered with a woven plastic filter fabric and 4" size to 60 Ibs. stone. The area to be covered shall be prepared to a relatively smooth condition free of obstructions, depressions and debris. The fabric s~all be placed with the long dimension running up the slope, and overlapped a minimum of 1 foot at joints. Fabric shall be anchored in place with pins of a type recommended by the fabric manufacturer, placed not more than 3 inches from the centerline of the overlap. Fabric shall be placed loosely so as to give and avoid stretching or tearing during placement of rip rap. Fabric shall be protected from clogging due to clay, silt or other contaminants and shall be cushioned with sand of sufficient depth to protect the fabric during placement of rip rap. Stones shall be dropped not more than 3 feet during construction. Rip rap shall be placed to form a uniform surface not less than 8 inches thick, with a tolerance of plus 4 inches. Embankment: This item consists of placing in fills and embankments for roadways, and other site grading work, the materials removed from the various excavations and borrow pits, all as specified herein and in accordance with the appropriate lines, grades, sections, contours and dimensions. CRUSHED STONE SURFACE COURSE: The crushed stone surface course shall consist of crushed stone surfacing and a compacted base applied to the proofrolled subgrade. Upon completion of grading and proofrolling, 6" of the subgrade shall be compacted as a base for gravel drive and concrete pavement (see Section T3). The crushed stone surface course shall be installed over the base and shall consist of a 3 inch compacted thickness of Graded Aggregate Base (GAB.) as defineq by GA DOT. CONSTRUCTION METHODS: General: During construction, embankments, fills and excavations shall be kept shaped and drained. Ditches and drains along the subgrade shall be maintained in such manner as to drain effectively at all times. Grading shall be done so that the surface of the ground will be properly sloped to prevent water from running into the excavations for structures or pipe lines; any water which accumulates in excavations shall be removed promptly. Excavated materials shall not be stockpiled within a distance from the edge of any excavation less than 1-1/2 times the depth of the excavation. Suitable material removed from excavation shall be used, where feasible, in the formation of embankments, fills, subgrades, shoulders, backfills, and site grading; excess material from excavation not required for such uses, or materials not suitable for such uses, shall be stockpiled. Any wetting, hauling, scarifying, mixing, shaping, rolling, tamping or other operation incidental to the following requirements, which, in the judgment of the Engineer, are necessary to obtain the specified results, shall be performed by the Contractor at no additional expense to the Owner. Site Gradina: Except as otherwise specified herein, all disturbed areas on the site shall be finished off to a uniformly smooth surface, free from abrupt, irregular surface changes. The degree of smoothness shall be that ordinarily obtainable from power grader operations. The finished surface shall not be more than 0.20 foot above or below the established grade. There shall be no roots, wasted building materials, trash or other unsightly matter projecting through or visible at the surface. Ditches shall be cut accurately to line, grade, and cross section. Any excessive ditch excavation shall be backfilled to grade with material approved by the Engineer, consisting of suitable excavated soil, borrow or stones. The requirements of paragraph "Site Grading" above, shall apply to ditches except as follows: The degree of smoothness shall be that usually obtainable with string line or hand raking methods; the finished surface of ditch slopes shall not be more than 0.10 foot above or below the appropriate elevations. Embankment: Sloping ground surface, steeper than one vertical to four horizontal, on which embankment or fill is to be placed, shall be plowed, stepped, or broken up in such manner that the embankment material will bond with the existing surface. Approved material, consisting of earth, sandy clay, sand and gravel, clay gravel, soft shale, or other granular material (not containing muck, trees, stumps, brush, matted roots or 07-214 Addendum 2 page 8 of 22 I I I I I I I I I I I I I I I I I I I other clods of earth or stones) shall be placed in horizontal layers of loose material not more than 8 inches in depth. Each layer shall be spread uniformly and tamped and compacted to 85 percent of the density measured by Modified Proctor ASTM 01557. Tamping shall be accomplished by sheepsfoot rollers or mechanical hand tampers. Final compaction may be by an approved power roller weighing not less than 10 tons, except where insufficient cover may cause damage to pipe. INSPECTION AND TESTS: The Contractor shall be responsible for the soil moisture density tests and for the in-place tests of filled and backfilled areas. Tests shall be performed by an independent laboratory approved by the Engineer and shall be performed in accordance with the following: (1) Laboratory Density Tests on soils shall conform to ASTM 01557 or AASHTO T180, METHOD A, and (2) Field Density Tests on soils shall accurately reflect in place density. Two Laboratory certified copies each of the moisture density tests and the in-place tests shall be forwarded promptly by the Laboratory to the Engineer. Tests for in-place density shall consist of 4 laboratory tests and 10 field density tests. The Owner will pay directly to the testing laboratory only for tests in excess of this number, except that where they are retests on materials that failed to meet the specifications, the retesting of rejected materials and reinstalled work shall be done at the Contractor's expense. The Engineer, at his discretion, may order tests and inspections to be performed during the progress of the work, or at the completion of any individual unit of the work, or at the time of final inspection of the entire project. Random spot checks of elevation and slopes shall be conducted by ordinary differential level and profile methods. Random spot-checks of topsoil thickness shall be conducted by cutting through the surface with a spade or mattock, and measuring the thickness of topsoil exposed. FENCING: Permanent fencing is to be installed along all property lines. The property lines are to be cleared and grubbed, and the new fence installed. The area disturbed along the fence line shall be finish graded to match existing grades, and permanently grassed. GRASSING: Areas disturbed by construction operations shall be grassed in accordance with the GRASSING SPECIFICATION. Areas to be grassed shall be planted, maintained, and shall utilize lime, fertilizer, proper and approved grass and mulch sufficient to produce a cover suitable to eliminate significant erosion. MAINTENANCE: Inspection of site work as it is completed shall not constitute final acceptance of the item. The Contractor shall maintain all items in such condition as to be ready for final inspection from the time of completion until the final acceptance of the entire project. EROSION AND SEDIMENT CONTROL: GENERAL: Grading operations shall be conducted in a manner that will minimize the exposure of disturbed soil to wind and rain. The contractor shall make every effort to temporarily stabilize disturbed areas as soon as the desired grade is achieved, and shall sequence operations logically such that exposed areas are utilized for structures or permanently stabilized in a timely manner. All work shall be done in accordance with the latest edition of the "Manual for Erosion and Sediment Control in Georgia". Erosion control measures shall include, but not be limited to, the following: Temoorarv Silt Fencinq shall be installed to inhibit the migration of silt from the construction area. Filter fabrics free of defects or flaws shall be installed against stable posts capable of supporting the weight of the intercepted soil. Collapsed or overwhelmed fence shall be promptly repaired or replaced. Filter Fabrics Materials shall be strong rot-proof synthetic fibers formed into a fabric of either the woven or non-woven type. Either type of fabric shall be free of any treatment or coating which might significantly alter its physical properties after installation. The fabric shall contain stabilizers and/or inhibitors to make the filaments resistant to deterioration resulting from exposure to sunlight or heat. The fabric shall be a pervious sheet of synthetic fibers oriented into a stable network so that the fibers retain their relative position with respect to each other under normal handling, installation, and service conditions. Edges of the fabric shall be finished to prevent the outer yarn from pulling away from the fabric. During all periods of shipment and storage, the fabric shall be wrapped in a heavy-duty protective covering which will protect the cloth from sunlight, mud, dust, dirt, and debris. The fabric shall not be exposed to temperatures greater than 140 degrees F. The fabric shall meet the physical requirements called out in GA Dot Specification 881.05. 07-214 Addendum 2 page 9 of 22 I I I I I I I I I I I I I I I I I I I Filter Fabric Backinq, where required, shall be woven wire and attached to the posts by wire, cord, staples, nails, or other acceptable means. The filter fabric shall be installed in such a manner that 6 to 8 inches of fabric is left at the bottom to be buried and a minimum overlap of 18 inches is provided at all splice joints. After the fabric is installed in a trench, the trench is then to be backfilled and compacted so that no flow can pass under the barrier. The Wire Suooort Fence shall be at least 24" high and shall have at least 6 horizontal wires 4x4 W1.4xW1.4 or equal. Posts for Type B silt fence shall be a minimum of 3 feet long and may be soft wood, oak or steel. Soft wood posts shall be at least 2" in dia. or 2" x 2" nominal oak posts shall be at least 1" thick and steel shall be at least 0.75 Ib.lft. Posts for Type C silt fence shall be a minimum of 4 feet and be made of steel at least 1.3 Ib./ft. Wire Staoles/Fasteners shall be #17 gauge minimum and shall have a crown at least 3/4 inch wide and legs at least 1/2 inch long. Nails for fasteners shall be #14 gauge minimum, 1 inch long with 3/4 inch button heads. Fasteners shall be evenly spaced with at least 4 per post. Straw Bale Ditch Checks: To control erosion in waterways and to provide additional restriction of silt migration, temporary ditch checks shall be installed. Standard rectangular mechanically produced straw bales shall be anchored to 2x4x4'-O" posts set 2.5' below grade. Removal of Temoorary Soil Erosion and Sediment Control Measures: After permanent erosion control features of the work site are complete and ample grass is established, the temporary fences, ditch checks, etc. shall be removed. Silt that has collected shall be removed, or when appropriate, regraded, stabilized, and planted. RESTORATION OF PRIVATE PROPERTY: The Contractor shall carefully restore all property defaced by operations or acts of any of his agents or employees. Such restoration shall include seeding, sodding, and transplanting of lawns, hedges or ornamental plantings, and the repair or replacement of other private facilities in such manner as to meet the approval of the Engineer and at no additional cost to the Owner. No structures or trees shall be removed without the consent of the property owner or until condemnation procedure, if necessary, has been completed. PAYMENT: No separate payment will be made for protection of utilities, maintenance of usable driving surfaces, erosion and sediment containment measures and other work covered by this section of the specifications and all costs in connection therewith shall be included in the lump sum Bid for the completed work. 07-214 Addendum 2 Page 10 of 22 I I I I I I I I I I I I I I I I I I "I A 1. Specification T1, Page T1-4, Inspection and Tests - this specification states that "The Contractor is responsible for the soil moisture density and tests and for the in-place tests of filled and backfilled areas". At the pre-bid meeting it was stated that the owner will provide testing services. Please verify that the above stated testing is by the owner. Owner will provide testing services for in place soil tests required by owner. Testing for borrow pits, off site soil suitability, etc. will be at contractor's expense. Retesting due to initial failure will be at contractor's expense. A2. Specification T3, Page T3-2, and Specification T5, Page T5-4 reference stay-in-place metal deck forms. No details on the drawings indicated stay-in-place forms. Are stay-in-place metal deck forms required? Stay in place metal deck forms are not required. A3. Specification T3, Page T3-6 & 7, Concrete Finishes - The Rubbed Finish specification states "Walls, beam, sill and under slab surfaces which are exposed to view shall have a rubbed finish." Are the interiors of Valve Vaults 3 & 4 considered "exposed view" and therefore requiring the rubbed finish or are these areas considered "not exposed" and therefore subject to the finish as outlined in "Rough or Form Board Finish"? Interior of Vaults 3 & 4 will be rubbed. A4. Specification T3, Page T3-7, Samples and Tests - This specification states that "The contractor shall be responsible for the concrete mix designs, test cylinders for proving the mix designs, test for the aggregate gradation and quality, for molding test cylinders during the progress of the job, delivering the cylinders for testing to the laboratory, testing for slump and air content; and/or conducting load tests, if required". At the pre-bid meeting it was stated that the owner will provide testing services. Please verify that the above stated testing is by the owner. , Contractor will be responsible for all tests required prior to approval of mix design, and all retesting due to failure or rejection. Owner will pay for all post submittal approval testing (e.g.; air testing, slump testing, and molding & strength testing for the 7 and 28-day tests). A5. Specification T3, Page T3-8, Hydrostatic Testing - Is the Diesel Pump Station Wet Well or any other structure subject to the hydrostatic testing? Diesel pump station wet well is subject to hydrostatic testing. A6. Specification T9, Page T9-2, Surfaces Requiring Painting states "Interior painting shall include all exposed interior concrete and block (except floors), exposed wood, ferrous metal work, piping, fittings, valves, equipment and other metal work of this contract both existing and new." Do the interior concrete walls of the Valve Vaults require painting? Valve vaults and wet well do not require painting. A7. Drawings 2S4 - Section A & 257 - Section A indicate Rock Anchors. Please provide details as to size, spacing, and embedment length for the anchors as well as dimensions for the top plate. 5ee Section 8 on 254 and 2S7. Embedment lenath reauired is 20' into rock. A8. Drawings 252 and 253 Valve Vault NO.3. The Plan at elevation 148 as well as the Plan at elevation 130 indicate enlarged corner details along the east wall of the vault. These corner details are not indicated on bottom plan or in any of the sections. Are these enlarged corners to be cast from elevation 130 to 148? Are these corners also to be cast between elevation 128.50 and 130? Do these enlargements continue above elevation 149? These same details are also indicated on 255 and 256 for Valve Vault 4. Please clarify. Enlarged corners are from elevation 142 to 152.83 on the riverside and to 159.5 on the canal side, to support the brickwork. 07 - 214 Addendum 2 Page 1'1 of 22 I I I I I I I I 'I I I I I I I I I I I A9. Drawing 2M3, Section C indicates the 4" Force Main to be Polyethylene Sewer and Water Line General Note No. 25 on Drawing 1 G6 states "Sewer force main shall be PVC C-900, Class 200 or Ductile Iron Pipe. Specification T6A, Page T6A-2 indicates force main to be PVC Schedule 80. Please clarify. HOPE SDR 17. General note applies except as shown. A10. Drawing 2S10 indicates Ornamental Fence to same as existing. Please provide manufacturer and model/style of existing ornamental fence. Ultra Aluminum MFG. Model Ultra A 11 . Drawing 2S 17 and 2S 19 indicate a gabion basket wall. Please provide details for gabion baskets sizes and layouts, gabion basket materials, stone gradation and filter fabric if required. Use the Standard aalvanized product of Terra Aaua Gabion Svstems of Ft. Smith. AR. Stone aradation shall be as recommended bv the manufacturer. Lavout shown is based on a 3' x 3' x 6' basket. A12. Drawing 2M1 - 8" Potable Water - 8" Double Check Valve in Concrete Vault. Please provide dimensions and details of the concrete vault. 6 X 6 x 6 Tindall or eaual. Standard MH rino and cover A 13. Drawing 2M2 - MH #7 indicates an air release valve and c1eanout to be installed on the force main within Manhole NO.7. Please provide details as to size of manhole, layout of the cleanout and air release valve, manhole frame and cover. Standard MH. 4x1 tee with air release, 90-degree bend, cleanout Y, arranged in that order in the direction of flow. A14. Drawing 2S22, Section B indicates WWF in the slab. Please provide size of WWF. WWF6x6-W4XW4 A15. Drawings 4S1 & 4S2 and Specification T3, Page T3-5 and T3-6. The drawings for Intake 9 & 10 do not indicate any construction joints in the walls or slabs. Specification T3, Page T3-5, Placing states that "slabs and beam stems shall be placed in one operation". Specification T3, Page T3-6, Construction Joints states that "construction joints shall be formed at the locations shown on the plans unless specifically approved by the Engineer". Will construction joints be allowed in the bottom slab and walls of the inlet structure? If so please provide locations of such joints. Construction Joints are normally requested by the contractor to suit his construction techniques as part of the shop drawing submittals, and approved if acceptable to the Engineer. A16. Per the sequence of construction outlined in the Supplementary Conditions, Page SC-B, Item 6 - Operate B to 12 weeks to debug system. Please define the term operate. What is our responsibility during the operation of the plant? Are we to be there for repairs and the actual operation will be by AUD personnel? The original bid form included a line item for the operation of the plant during this time. This item has been removed from the bid form issued with Addenda NO.1. Under what new bid item will our costs for operation of the plant be paid. Operation will be responsibility of MI. Contractor responsibility is to correct deficiencies found. The listed sequence is for illustration. A17. Per the sequence of construction outlined in the Supplementary Conditions, Page SC-B, Items 19 & 24, you anticipate construction of the new Intake 9 & 10 to take place within a cofferdam constructed at the time the canal is dewatered. This will mean that the cofferdam will slice through the newly constructed clay core. At the time the structure is complete you 07-214 Addendum 2 Page 12 of 22 I I I I I I I I I I I I I I I I I I I reference cutting off the sheet pile. Is this cut-off line to be at finished grade or below finished grade? Are there concerns of seepage along the sheet pile through the core? This will be especially critical in the area between the sheet pile cofferdam and the new structure. Is there a minimum distance off of the structure for the sheet pile in order to achieve the required compaction of the clay fill? If seepage does occur who is responsible and how will repairs/remedies be paid for? The listed sequence is for illustration A 18. Per the sequence of the construction outlined in the Supplementary Conditions, Page SC-8, Item 18 - Install 15' of sheet pile at interface for additional cutoff. I have not found the location of this sheet pile indicated on the plans. Please provide location. Does this sheet pile extend from the surface to the top of the rock? Disregard. This is engineer's concept of means and methods. The listed sequence is for illustration. A 19. Are there any restrictions to work within the canal (top of bank to top of bank) prior to dewatering? Yes: minimize interference to boats. No fuel powered boats allowed. No discharge into the waters permitted. A20. Please provide copies of the CSX Railroad permit. Copies of the ~pplication will be provided A21. Given the risks associated with the groundwater and soils to be encountered and their impacts to ground support we respectively request that the bid date be changed to February 21, 2008. This additional time will allow for a thorough evaluation of all possible ground support schemes and ultimately will result in the most cost effective plan on bid day. See Addendum No.2 B1. Please provide material specification for the SS pipe system providing water to the intake screen and cooling water to the diesel engine. Also a specification for the 3" and 6" valves in this system. The pipe is shown on 3M1 ,3M3, 3M4, and 3M5. SS Schedule 40. Valves per Specifications T7 B2. Please provide detail on what to do with the void between the canal casing and carrier piping. Are the ends sealed or is the void filled with something? West ends are sealed per specifications. Eastern Ends are open into vaults See Tunnel, Bore and Jack Specifications and Details, B3. Yard Butterfly Valve V-17 is to be relocated to new valve vault #5. Drawing 2S8 indicates an extended bonnet with hand wheel operator. Existing Valve V-17 does not have this. Are we to provide a new bonnet and actuator? Yes B4. Reference Supplementary Conditions, Page SC-7, Paragraph SC-21 - "Bypass Piping Procedures": Please provide the valve location sketch mentioned in the last sentence. Disregard, See Addendum 1 B5. Reference Supplementary Conditions, Page SC-7 & 8: Are Stages No.1, 2 & 3 bypass piping a part of this contract? Much of it is indicated as existing on Drawing 2M2. Disregard, See Addendum 1 07 -214 Addendum 2 Page 13 of 22 I I I I I I I I I I I I. I I I I I I I B6. Specification T6A, Page 5 under flanged joints, calls out for bolts and nuts to be in accordance with ANSI B18.2.1 and B18.2.2. The ANSI specifications cover several types of material. Which is to be used - stainless steel, carbon steel, silicon-bronze, etc? Carbon Steel B7. Have permits been obtained from the railroad for bore and tunnel? No, applied B8. Please provide detail for gravel paving showing thickness of layers and type of gravel. Use 4" of comoacted crusher run. B9. Drawing detail #2C7 shows a reinforced concrete paving detail. Specifications instruct to use un- reinforced. Please clarify which is correct. Please add "unless otherwide noted" to the soecifications. B10. Please provide speCification for cooling water supply and return stainless piping. SS Schedule 40 B11. Section T~3, under Concrete on Page 7, specifies rubbed finish for all exposed-to-view concrete. Would this include the interior surfaces of wet wells and pump stations? Exposed-to-view concrete in the Pump Stations will be rubbed. Concrete not exposed-to-view in the wet well will not need to be rubbed. B12. Reference Specification Section T-3, Page 4 - Concrete: Under waterstops, there are specifications for a steel plate waterstop and a PVC waterstop. Is it our option to use either steel or PVC waterstop? No. Steel waterstop are required for all construction joints subjected to hydrostatic head. B13. Drawing 2S-18, Section A shows a retaining wall that bears on top of the existing rock with no footing detail. Is the wall to sit directly on top of the rock with no dowels drilled into the existing rock face? Yes, in that location B14. Reference Specification T-3, Page 7 - Samples and Tests: Please verify that it is the contractor's responsibility to pay for all concrete testing, transportation, storage, etc. Contractor will be responsible for all tests required prior to approval of mix design, and all retesting due to failure or rejection. Owner will pay for all post submittal approval testing (e.g.; air testing, slump testing, and molding & strength testing for the 7 and 28-day tests). B 15. Reference Specification T -3, under the concrete specification under concrete quality: Please confirm the 750 maximum temperature of concrete delivered to the job. It is confirmed C1. Per the cover sheet of the ITB document issued, there is a statement calling out that the "...Bid Bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications..." This requirement is repeated again in paragraph IB-06. Per discussions at the mandatory p.rebid conference, we understand that no additional submittal of contractor qualifications will be required. Is this correct? Is the bid bond to be submitted in a separate envelope? 07-214 Addendum 2 Page 14 of 22 I I I I I I I I I I I I I I I I I I I Information previously submitted in the pre-qualification phase does not need to be resubmitted. C2. Per the cover sheet of the ITB document issued, there is a statement calling out that the "...Bidders will please note that the number of copies requested; all supporting documents including financial statements and references andsuch other attachments that may be required by the bid invitation are material conditions of the bid..." There is no further information stating exactly what we are to submit as "supporting documents" with our bid. Please advise as to exactly what "supporting documents" are to be submitted with the bid, and please advise as to exactly how many copies of the bid proposal and supporting documents are to be submitted. The bid document stands on itself. Please double check your submittals and provide the required number of copies and include all documents requested properly signed and filled out. Information previously submitted in the pre-qualification phase does not need to be resubmitted. C3. Per the ITB document issued, specifically the State Mandated Regulations", bidders are instructed "...The attached forms are required to be submitted as a part of your bid package (yellow sheets):..." As discussed at the mandatory prebid meeting, we did purchase our documents from Augusta Blue Print as instructed, yet our bid packages (sets marked Set #6 and #7 in red ink) do not include any "yellow sheets". Please advise as to the correct action we are to follow. Another set of the "yellow sheets" is attached to Addendum 2 C4. Drawing 2C6, Slope Protection Detail calls out that we are to place articulated concrete mattresses on each side of Intakes 1,2,3,4,9 &10. Is the requirement for a single 20' X 20' mattress on each side of each intake noted? Are mattresses required for the new Diesel Wet Well Intake? Yes, one set of 20ft x 20 ft on each side as listed on the drawing. 'The Diesel Wet Well Intake is NOT on the list. C5. Please provide specifications for the "Clay Core" material within the levee and for the encasement of the 84" RCP casing pipes within the canal. In our experience, "clay" is a generic term describing an earthen material with a cohesive quality. Please provide specific criteria for the required clay, or a named source, which is known to provide an acceptable material. Reo/ace Section T-1 with Attached Section T-1. C6. Intake Structure 9 & 10 extends well to the east and west of the "Clay Core" within the levee embankment. This is to say that those portions on the Intake Structure that fall beyond the limits of the new "Clay Core" rest on native soils. If these soils are not suitable as a structural foundation, will we be compensated for removing and replacing these soils? Add item to Bid: Unit price to replace unsuitable materials as reauired at the bottom of structures and trenches. Quantity determined bv in place methods $ ICY - 5.000 CY. Total $ C7. The 84" RCP casing pipes and the clay backfill which encases them as they cross the canal bottom, rest on native soils, above the bedrock. If these soils are not suitable as a structural foundation, will we be compensated for removing and replacing these soils? Yes. see C5 C8. Does piping currently extend to the east beyond the existing valve vault which we are to remove, which is located at the west end of the railroad tunnel? See middle of drawing 2M1. No C9. General Note No. 35 on Drawing 1 G6 states all pipe is to be Pressure Class 350. Specification section T6A-2 states all "Below Ground plant and yard piping not otherwise listed below" is to Pressure Class 200. Is all of the 60"/48"/42" raw water piping classified as "High Q7-U4 Addendum 2 Page 15 of 22 I I I I I I I I I I I I I I I I I I I Pressure Raw Water Main" for this project? Is the intent to use restrained joint pipe and fittings throughout the "High Pressure Raw Water Main" installation? Yes, Yes C10. Specification T6A-3, Ouctile Iron Pipe: Underground: Joints, states". ..Fittings 36" andlarger shall utilize mechanical joints with EBAA Megalug..," It appears the 36" and larger OIP is specified as ACIPCO Lok-Ring RJ pipe. Can we utilize the ACIPCO Lok-Ring fittings as well? Yes, If the joint allows for sufficient deflection for the installation, at the Contractor's risk. C11. What pipe joint (slip-joint or restrained joint) was used on the existing large diameter yard piping (60"/48"/42") on both sides of the canal? Oid they use a restrained joint for this pipe? If so, are there adequate lengths of restrained joint within the existing piping system to withstand the thrust created within the existing pipe systems beyond the points of connection with new piping? In particular, see the 60" 45 degree at the end of the tunnel. The new pipe in the tunnel is to be restrained. Is the existing pipe beyond the 60" 45 degree bend also restrained? Additionally, see the 48" vertical 45 degree bend at the water main connection above Penstock No.4. Is the existing pipe restrained joint? If these existing pipe systems are not restrained, please provide detailing for a restraint system sufficient to counteract the thrust generated within that piping. Yes, restrained joints were used. Yes, it is adequate. All pressure pipes on this project are to be restrained C12. For t~e connection of the new 60", 48" and 42" raw water mains to existing pipe systems, what style of pipe closure piece is acceptable? Conventional 01 MJ sleeves? Assuming all new High Pressure Raw Water Mains are restrained joint, the connections to existing piping should be restrained as well. Are Mega-Lugs acceptable for restraint of a mechanical joint sleeve used as a pipe closure? Yes. Yes C13. General Note No. 27 on Drawing 1 G6 states we are to chlorinate all piping. Is this required on the raw water piping as well? Yes C14. The structural drawings contain numerous call-outs for "River Gravel". Please provide a specification for this material (Le. is this washed and graded? If so, what gradation?) Use #57 stone C15. Are waterstop collars required on the 84" RCP and 20" HOPE casings at the valve vault wall penetrations? No. See Orawina Oetail2S3 (1) C16. Are end bulkheads required on the 84" RCP casings? Yes. on West side. C17. Is the 60" 01 within the 84" RCP casings to be centered on casing spacers? If so, please provide a specification for these spacers? See Soecifications o. T6B-2 C18. Is the annular space between the 60" 01 and the 84" RCP to be backfilled? If so, with what material? No 07-214 Addendum 2 Page 16 of 22 I I I I I I I I I I I I I I I I I I I C19. Are the 4" HOPE FM, the 8" Drain Piping, the 8" Water Main and the Electrical Conduits to lay in the bottom of the 20" HOPE casings, or are these carrier pipes to be centered within the 20" HOPE casings on casing spacers? See Section 2M3 (C) C20. How long will the Turbine No.4 Power Chest be dewatered for the 48" wall penetration? As long as the canal is down. C21. Specification T6B-2 Tunnel Underground Crossing states "Tunnels shall be lined with 84" nominal diameter enclosures for installing the 60" and 8" pipe lines" Please describe the referenced "enclosure". See T6B-2 tunnel liner olates C22. Are we required to fill the new fuel tanks with Diesel Fuel? No C23. Refer to Drawing 2C3 - A note shows "Relocated Fuel Storage Tank to Temporary Location and connect to existing NO.5 Diesel". Can you give us the temporary location of that tank? And do we connect the existing NO.5 Diesel to the new tanks? Is the new fuel piping to be enclosed in a contained system? If so can you provide specifications for the fuel piping? To be field determined, closest possible to No.5 unit. No. See SpecificationsT10E-6 C24. If the existing fuel tank has any leakage, will the Owner be responsible for any contaminated soil clean up should it be encountered? Yes, unless occasioned by the Contractor C25. Refer to Drawing 2M1 - A note shows 83 LF of 24" Sanitary Sewer...Refer to Drawing 1G4- A note shows 01 pipe - Restrained Joint - Protecto 401 Lining....Please clarify. Sewer under the RailRoad should be DIP, Protecto 401 Lining. Drawing 2M1 chanae PVC to DIP C26. Addendum 1 deleted SC-22 of the supplemental conditions regarding Prestressed Concrete .pipe details...Can you provide any details of the 42" transition from PSC to DI? Can you tell us the supplier of the existing PSC? Instead. relocate existina PSC/DIP transition piece C27. Refer to Drawing 2C6 - A Clay Core is shown. Can you provide a specification to cover this clay core material? Reo/ace Section T-1 with Attached Section T-1. C28. Refer to Supplemental Conditions SC - line 18 "Install 15' of sheet pile at interface for additional cutoff'. Can you provide plans, details, and specifications for this cutoff? Disregard. This is engineer's concept of means and methods. The listed sequence is for illustration. C29. Refer to Supplemental Conditions SC -line 19 "Install cofferdam sheet pile for 9/10 intake". Is this permanent sheet pile? Or will it be removed after constructing the intake and installing the stop logs? ' It would be permanent and cut off. However, this is engineer's concept of means and methods. The listed sequence is for illustration 07 - 214 Addendum 2 Page 17 of 22 I I I I I I I I I I I I I I I I I I I C30. Refer to Drawings 2S4 and 2S7...Please provide design loads and testing requirements for the rock anchors. See Section 8 on 2S4 and 2S7. Embedment length reauired is 20' into rock. 01. Specification page T5-2 requires the stairs to be steel with steel grating. Please verify. Use stainless steel unless otherwise specified or unless otherwise detailed. 02. Specification page T5-2 requires the grating to be 1 x3/16 stainless steel with stainless steel frames. Drawing 1 G5 specifies aluminum extruded grating and frames. Drawings 2S2 and 2S5 calls for aluminum grating 1x1/8. There are no grating load requirements. Please clarify the grating requirements. Use stainless steel unless otherwise specified or unless otherwise detailed. 03. Please verify if aluminum I-Bar grating with aluminum-extruded frames can be used. Use stainless steel unless otherwise specified or unless otherwise detailed. 04. The monorail beam, as well as the bridge crane runway beams, as shown on drawing 3M3 is not sized. Please provide this information. See Section T 12 05. 'Reference paragraph IB-06 of the Instructions to Bidders - With the prequalification of Bidding Contractors, is it still applicable for bidders to provide the FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT with our bids? No 06. Please provide materials for the soffit and fascia panels on the Diesel Pump Station. Soffit should be Vinyl, and the fascia to match roofing material 07. Door Hardware Set 2 in Spec Section T8-3 appears to be what is needed for the monorail door in the Pump Room. The Door/Frame Schedule on drawing 3S12 shows this door having Hardware Set 3. Please clarify. Correct. It should be Hardware Set 2 08. Door Hardware Set 3 in Spec Section T8-3 appears to be what is needed for the fire- rated doors in each engine room. The Door/Frame Schedule on drawing 3S12 shows these doors having Hardware Set 1-A. There is not a Hardware Set 1-A in Spec Section T8-3. Please clarify . Correct. It should be Hardware Set 3 09. Is an entire copy of the specifications required to be turned in as our Bid or just the Bid Form and other specified documents? No, just the Bid Form and other specified documents. 010. What is the intent of the Cost Breakdown (pages BID-6 & BID-7) included in the Bid Form? Is this to be used as the project Schedule of Values? Can this Schedule be submitted within 10 days after the bid by the low bidder? This will allow bidding contractors to concentrate on providing the Owner the lowest possible price. 07 - 2 14 Addendum 2 page 18 of 22 I I I I I I I I I I I I I I I I I I I The purpose is to know what costs what. The breakdown must be submitted with the bid. The schedule of values will further breakdown each lump sum item. 011. Who is responsible for providing project Builders Risk I All Risk Coverage? Contractor 012. ' During a recent site visit, a large amount of pedestrian traffic was noticed moving directly through the proposed project area. Does the Owner intend to temporarily discontinue pedestrian access to these areas during the construction project? No, this was discussed at length at the pre-bid conference. Traffic for pedestrians AND City vehicles to the north must be maintained. 013. Reference SB 146, Page 3: Section 2, paragraph a4A states a list of all project permits and their application status shall be provided for all bidding projects. Please issue this list. A list of project permits and their status shall be issued. 014. Does the Owner intend to waive costs associated with the Building Permit and/or any 'Plans Review Fees? No plan review fees will be required, but the Contractor will be responsible for the building permit fee. 015. Section SC-11 of the Supplementary Conditions (page SC-6) makes reference to an Erosion Control & Sediment Allowance. Does this project include an E&S allowance? Please clarify. 1\'0, review SC-11. SE&SC Costs are a subsiduaryobligation of the Contract. Include those costs in Bid Item No. 25 ' 016. What are the Owners intentions regarding parking for construction workers? Contractor may occupy the areas discussed at the Pre-bid conference for staging, material storage, and equipment and vehicle parking. 017. What time(s) are considered "Low Water Use" times by the Owner? Reference SC-23 paragraph B (page SC-9). When daily water demand is expected to be lower than the annual average production 018. Will burning of cleared and grubbed materials be acceptable on this site? Contractor must secure burning permit from the Ga. Forestry Service. It is uncertain whether such permits can be secured due to the proximity of the Parkway. 019. Reference page T2-2 Dewatering and Drainage of Excavated Areas: Where is the "suitable discharge point" for dewatering water as referenced in the section? Any point where the discharge does not cause erosion and turbidity to enter the waterway. 020. A note on Drawing 3S1 defines the limits of shrinkage compensating concrete as it pertains to the Diesel Pump Building. Are any other structures considered "hydraulic structures" per Spec Section T3 page T3-3 CONCRETE QUALITY thus requiring shrinkage compensating concrete (Le. Intake Structure 9 & 10)? 07 - 214 Addendum 2 page 19 of 22 I I I I I I I I I I I I I I I I I I I Yes. the intake concrete structure reauires shrinkaae compensatina concrete 021. Please provide joint spacing (construction, expansion, and control) for concrete paving. Which joints, if any, will require caulk? Which joints, if any, require dowels? Please clarify. Information provided in addendum 2 I 022. Will membrane curing of ALL concrete slabs and walls be acceptable? The CURING & PROTECTION paragraph of Section T3l Concrete: (page T3-6) appears to limit membrane curing only to concrete slopes that prohibit ponding of curing water. No, limited to where conditions prohibit a watlr cure 023. Do the Owner and/or Engineer intJnd to have a trailer and/or other facilities on site? If so, who is responsible for providing these ite~s? See SC-2 024. Excavation for Valve Box #3 & #4, as well as the western most retaining walls (Walls 1, 2, and 3) will encroach into the current canal banks. How much material can be removed from the backside of the canal banks without corripromising their integrity? Who.will be responsible for determining if "laying back" of these exdvations will be acceptable or if some type retaining I system be required to ensure the integrity of the canal bank? Construction of these vaults and walls mu~t be done after the clay core is completed. Any determination of construction means and methods are the responsibility of the Contractor. I 025. Reference Section F on sheet 3S4: Is some type of embed plate required in the concrete gable wall for connection of the ~etal roof deck (not shown in this section) to the exterior concrete gable wall or is some other Itype of connection anticipated? Please clarify. See 3S9 Rake Detail 026. Are there any additional criteria / restrictions (other than those specified in Section T3) regarding the fill material required beneath the Diesel Engine Room concrete slab @ Elevation 142.83? Are bidding contractors to presum~ no undercutting of the existing soils will be require prior to placement of this new fill? I Yes, there are additional criteria (see Section T1) 027. What is the invert elevation of ExiJting Penstock #4; the thickness of its base slab, and the elevation of the Existing Penstock top slab? This information is required in order to determine if some type of shoring system will be necessary to protect the Existing Penstock from the new Pump Station excavation, as well ~s determining if any shoring is required in order to construct Retaining Wall #4 while maintaini'ng access to the existing facilities. Please provide this information. See Drawing 2S12 028. Will it be necessary to maintain access to the northern most portion of the existing pump station facilities (the portion directly in line with Existing Penstock #4) during the construction of Retaining Wall #4? Yes to within 10' of Wall #4 07-214 Addendum 2 Page 20 of 22 I I I I I I I I I I I I I I I I I I I D29. Will it be acceptable to stockpile suitable excavated materials (if any) and/or topsoil anticipated for re-use at locations along Augusta Levee Road? Probably yes, if Augusta owns the propert)l and it does not interfere with traffic and BMP's are employed. D30. Item #18 of the Description of Anticipated Work Necessary for the Project contained in the original RFQ proposal makes referencel to 15 feet of sheet pile cut off wall at the clay core I work. We have found no indication of this sheet pile wall in the bidding documents. Is it required? If so, please indicate where. Disregard. This is engineer's concept of means and methods. The listed sequence is for illustration. D31. What type of concrete pipe joint~ are required for the 84" casing pipe crossing the canal? Specification T6A. page 7 - JOINTS references ASTM C442. This standard is for gypsum wall board. Is the pipe to be "0" ri~g storm pipe or steel end ring "0" ring low pressure pipe? Please clarify. I Should be ASTM 443 steel end rino "0" rino ioint I D32. Please provide a specification for the decorative railing at the top of the proposed retaining walls. Ultra Aluminum MFG. Model Ultra D33. Is a copy of the written portion of the QORE geotechnical report available for review? Yes D34. The SCOPE: paragraph of Section T19 references a Wetlands Planting area. Does this project include a Wetlands Planting are~? No. "except the wetlands p/antino area" is bJino removed I D35. The FENCING paragraph of Section T1 (page T1-5) states that a permanent fence shall be installed along the property line. Nb fencing is currently shown on the drawings. Is any permanent fencing required? If so, please specifically indicate where? Section T-1 is beino replaced D36. Is drilling & blasting of rock an acceptable means of rock removal? Are there any restrictions regarding rock blasting operatiohs (Le. can not blast with X feet of a structure, etc.)? Are there any special restrictions regardi~g blasting for the Intake Channel? Will seismic monitoring operations be the responsibility of the contractor? Yes, blast location > 20 ft from Unit 4 Jtructures. Seismic monitoring operations are the responsibility of the contractor? I D37. What are the wall and bottom slab elevation tolerances (if any) for over excavating the rock in the New Intake Channel? What dmount of overblast/over excavation (if any) will be acceptable? Will pre-splitting be required t6 limit overblasting of walls? Please clarify. Some overblast is not a problem, unless it ihterferes with the construction and it is a means and methods choice 07 - 214 Addendum 2 Page 21 of 22 I I I I I I I I I I I I I I I I I I I D38. Please confirm your intention is to minimize the over excavation of rock in the Diesel Building Wet Well where new concrete slabsl and walls are to be constructed. Is it your intent to require the walls and slabs to be poured I monolithically against the rock face? Will it be acceptable to construct the walls with traditional two sided wall forms and fill the "voids" between the rock face and the proposed concrete with flowable fill? Will it be acceptable to pour a concrete "mud mat" beneath the proposed concrete slab to fill "voids" created by blasting and/or rock excavation activities? Please clarify. I It was our intention to minimize overexcavation of rock. It is acceptable to construct the walls with traditional two sided wall forms and fill the "voids" between the rock face and the proposed concrete with flowable fill. It will it not be acceptable to pour a concrete "mud mat" beneath the proposed concrete slab to fill "voids" created by blasting and/or rock excavation activities? The same caliber concrete must be used for that purpose. D39. Plan sheet 2M3 shows a cross sebtion of the canal crossing. In particular. this cross section shows the 84" RCP casing pipes encased within clay, and capped with concrete trench caps. No where on this. or any other drawing, are we provided with starting and ending stations for this clay encasement and concrete trenCh!Cap. There is no question here, however, the section applies to the clay core on the east and the canal embankment on the west. I D40. . What is the concrete mix design/strength requirement for the concrete trench caps shown? Are these reinforced? I The concrete cap is for ballast and additional protection and it applies from canal bank to canal bank. No reinforcing is necessary. See Specifications p. T3-3 for strength requirements. We consider this application ditch paving. I 041. The plans do not indicate any "Clay Core" within the penetration of the west bank of the canal. Is this correct? I Yes. standard bedding is sufficient. 07-214 Addendum 2 Page 22 of 22 .j I I I I I I I I I I I I I I I I I I I GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT OF 2006 Effective July 1, 2007, the following language is required to be included in all contracts entered into by the Department for the physic~1 performance of services within this State: "A. Pursuant to the Georgia Security and Immigration Compliance Act of 2006, the Contractor understands and agrees that compliance with the requirements of O.C.G.A. 9 13-10-91 and Georgia Department of Labor Rule 300-10-1-.02 are conditions of this Agreement. The Contractor further agrees that such compliance shall be attested by the Contractor through execution of the contractor affidavit required by Georgia Department of Labor Rule 300-10-1-.07, or a substantially similar contractor affidavit. The Contractor's fully executed affidavit is attached hereto as Exhibit _ and is incorporated into this Agreement by reference herein. B. By initialing in the appropriate line below, the Contractor certifies that the following employee-number category as identified in O.C.G.A. 9 13-10-91 is applicable to the Contractor: 1 . 500 or more employees; 2. 100 or more employees; 3. . Fewerthan 100 employees. C. The Contractor understands and agrees that, in the event the Contractor employs or contracts with any subcontractor or subcontractors in connection with this Agreement, the Contractor shall: 1. Secure from each such subcontractor an indication of the employee- number category as identified in O.C.G.A. 9 13-10-91 that is applicable to the subcontractor; 2. Secure from each such subcontractor an attestation of the subcontractor's compliance with O.C.G.A. 9 13-10-91 and Georgia Department of Labor Rule 300-10-1-.02 by causing each such subcontractor to execute the subcontractor affidavit required by Georgia Department of Labor Rule 300-10-1-.08, or a substantially similar subcontractor affidavit. The Contractor further understands and agrees that the Contractor shall require the executed subcontractor 'affidavit to become a part of the agreement between the Contractor and each such subcontractor. The Contractor agrees to maintain records of each subcontractor attestation required hereunder for inspection by the Department at any time." " I I I I I I I I I I I I I I I I I I I J ./ STATE OF GEORGIA RICHlVIOND COUNTY CONTRACTOR AFFIDAVIT AND AGREEMENT COMES NOW before me, the :undersigned officer duly authorized to administer oaths, the undersigned contractor, who, after being duly sworn, states as follows: 1. By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. ~ 13-10-91 and Georgia Department of Labor Rule 300-10-1-.02, stating affirmatively that the individual, firm, or corporation which is contracting with the Georgia Department of Natural Resources has registered with and is participating in a federal work authorization program* in accordance with the applicability provisions and deadlines established in O.C.G.A. ~13-10-91 and Georgia Department of Labor Rille 300-10-1-.02. 2. The undersigned contractor further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to the contract with the Georgia Department of Natural Resources of which this affidavit is a part, the undersigned contractor will secure from such subcontractor(s) similar verification of compliance with a.C.G.A. ~ 13-10-91 and Georgia Department of Labor Rule 300-10-1-~02 through the subcontractor's execution of the subcontractor affidavit required by Georgia Department of Labor Rille 300-10-1-.08 or a substantially similar subcontractor affidavit. The undersigned contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Georgia Department of Natural Resources at the time the subcontractor(s) is retained to perform such service. EEV / Basic Pilot Program User Identification Number FURTHER AFFIANT SA YETH NOT. BY: Authorized Officer or Agent Date Contractor Name Title of Authorized Officer or Agent of Contractor ., .1 Printed Name of Authorized Officer or Agent Page 1 .; I I I 1 I, I I I I I I I I I I I I I I Sworn to and subscribed before me This _ day of , 2007 Notary Public My commission expires: * Any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603. As of the effective date ofO.C.G.A. S 13-10- . 91, the applicable federal work authorization program is the "EEV / Basic Pilot Program" operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). Page 2 BY: Authorized Officer or Agent Date I I I I I I I I I I I I I I I I I I I STATE OF GEORGIA RICHMOND COUNTY SUBCONTRACTOR AFFIDAVIT COMES NOW before me, the undersigned officer duly authorized to administer oaths, the undersigned subcontractor, who, after being duly sworn, states as follows: By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. ~ 13-10-91 and Georgia Department of Labor Rule 300-10-1-.02, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with (name of contractor) on behalf of the Georgia Department of Natural Resources has registered with and is participating in a federal work authorization program * in accordance with the applicability provisions and deadlines established in O.C.G.A. ~ 13- 10-91 and Georgia Department of Labor Rule 300-10-1-.02. EEV / Basic Pilot Program User Identification Number FURTHER AFFIANT SA YETH NOT. Subcontractor Name Title of Authorized Officer or Agent of Subcontractor Printed Name of Allthorized Officer or Agent Sworn to and subscribed before me This _day of , 2007 Notary Public My commission expires: * Any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Cop.tro1 Act of 1986 (IRCA), P.L. 99-603. As of the effective date/of a.c.G.A. ~ 13-10-91, the applicable federal work authorization program is the "EEV / Basic Pilot Program" operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). I I I I I I I I I I I I I I I I I I I \~ t- ~ ~d ~,Q14 gr~~", ~~nw~m~Hleom .. ~---_....- TO: All Bidders Phyllis Mills, Quality Assurance Analyst Max Hicks, Augusta Utilities Geri Sams.p i1f' 7 Procurement D~ DATE: February 7,2008 SUBJ: Clarifications and Additional Questions Received from Vendors BID ITEM: 07-214 Goodrich St. RWPS improvements NEW OPENING: Monday, February 18th at 11:00 A.M. FEe 1 8 ?OOB o I D3o,;z.; , FROM: ADDENDUM NO.3 TO CONTRACT DOCUMENTS FOR PROJECT 10250 GOODRICH ST RWPS IMPROVEMENTS CONTRACT 1 DIESEL PUMPS 6, 7, AND 8 ZIMMERMAN. EV~NS AND LEOPOLD. INC.. CONSULTING ENGINEERS - February 6.2008 The bid opening date for Bid Item #07-214 Goodrich Street Raw Water Pump Station has been changed: From: Friday, February 15, 2008 @ 11:00 a.m. To: Monday, February 18, 2008 @ 11:00 a.m. BID: REPLACE Page BID-7 with attached Page BID-7 r1 SPECIFICATIONS: Page T16-S - CONDUIT: Fourth paragraph, first sentence - CHANGE to read as follows: "Unless noted otherwise on drawings, conduit runs installed underground in or bel,ow concrete slabs, below grade In duct banks, or In concrete walls shall be rigid galvanized steel conduit for sizes 2" and below." Provide pull strings in all new conduits DRAWINGS: DWG 2S4 ADD Provide R1 H11 B24 Williams Rock Anchors, tested @SO% of ultimate strength, pretensioned to 50 ksi, grouted.(TYP) DWG SE4 ADD attached sketches for conduit duct bank additions and modifications. List of Attachments: Attachment 1 - Revised Bid-l r1 Attachment 2 - Additional Duct Bank Detail Attachment 3 - Railroad Easement Application Attachment 4 - Permit Status List Attachment 5 - Additional Questions EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEIpT OF ADDENDUM NO.3 BY ATTACHING THIS COPY TO THE FRONT FLYLEAF OF THE CONTRACT DOCUMENTS AND NOTING RECEIPT OF SAME ON PAGE B-1 OF THE BID. END OF ADDENDUM NO.3 Room 605 - 530 Greene Street, Augusta Georgia 30911 . (706) 821-2422 - Fax (706) 821-2811 www.aul!usta~a.e:ov Register at www.demandstar.com/suoolier for automatic bid notification ADDENDUM 3 07-214 Page 1 of 1 I I I I I I I I I I I I I I I I I I I 0 0 c::i 0 0 ci M ~ :>, >- III () ~ ..... 0 q ..- ~ ~ >- () III 0 0 0 If) "E 0 0 Q) Iti >< III M 0 >- - B OJ "E ..- Q) 1;) III en Q) III > ~ >- ....... w C c.. ~ co () ~ 1;) ..- ~ .5: "0 ~ E ..!!! - "E C Iii Co III Q) ~ Q) III fl :!:: W .C (J >- 1;) "0 ..... en '0 ~ >< III C III fl 0 If) III W - III a:: .c 0:: If) W ~ - 0 C :2 "E ~ "!if C C 0 C) .5: e ..- 0 w ~ ii Q) III C III E Ili :c >- :is ::J Q) Q) w Iii If) .c c.. III 1;) .c .c r: .C .E M ...J C) E ~ - 2 ~ 1;) ... a.. ::J ~ C C) 0 iii ::J J2 :2 w 8 If) 0 ~ E I- C III ~ "0 If) 0 :>, ::l Q) If) "0 5 C ...... 1;) ~ Q) C 0 () "t: '0 .c l!! C III - ~ III OJ 0 0 0 ...J Q) C C) ~ 0 15 () <( ... c 0 OJ C () r: Iii I- 5:2 J2 Q) ~ Q) .C .c .c 0 ~ C w E > m 1:: 1:: 15 :is 0 en z Q) ~ ~ <( > Q) III III ~ ~ ...J (J U w w 0 e w :c ~ III :is :2 () C ...J ...J ...J ...J ...J cb Q) ...J fl c.. ...J ...J ...J ...J ...J 0 Co ...J W Q) <( <( <( <( <( :2 0 0 <( :2 .E 0:: to r-.. co <>> 0 ..- N M ~ It) re r-.. ...J ..... ..... ..- ..- N N N N N N ~ E E E E E E E E E E E E ~ ~ ~ ~ ~ ~ Q) Q) ~ ~ ~ ~ 0 - - I- r-.. , o Cii \ ' G III III III III II .~ u ~ g ~ ---- - -... ............ \ " \ \ \ \ \ \ \ \ \ \ \ \ I I I \ \ __1-- C' -:1::--\-- - \ ' \ \ \ \ \ \ I "- I I I I I I I I INTAKE STRUCTURE I I / / / . \ II \ ~ / / ! ------ \~TOP OF r CLA Y CORE I I I l&.Il I I -1_1_ UFT STA TlON CONTROL PANEL \ \ VAL Vf" VAUL T NO.3 INSTRUMENT A 110N JUNCTION BOX ------- CONDUIT ADDITIONS AND MODIFICATIONS SCALE: 1-=20' E \ /' / ! I I I I \ \ " 2'-3" . CO .I .... 6 14 (TYP.) SECTION 1 I" 1'-6" "I . j .... SECTION 3 REO DYED CONCRETE (TYP.) CONCRETE DRIVE <1~ 4 4 4 <1 .a <J 4 4 <1 4 ~ <1~ <1, 2'-3" "I SECTION 2 I" 1'-6" "I . CO .1 .... SECTION 4 DUCT BANK SECTIONS SCALE: 1"=1'-0" t I r, I I I I I ~. g =t~ I ~ . ~ I ~ ~ ::t I I I \ NEW TEMPORARY 12' ACCESS E'SMT 2,088 SO. FT. 0.048 ACRE 175' I~ .1 N.T.S. ~ ~~'~~ ..~~ <...~ ~~~ '& '$ N/F \f" ~ GEORGIA DEPARTMENT \~ ~ OF, TRANSPORTA TlON \ ~ \- '\ ------{ w--- -"-_---W-------- r---w---- \ \ ():.\ , l.tJ I N/F ....;. AUGUSTA, GEORGIA - s NEW PERUAtENT E'SMT ",171 SO. FT. 0.098 ACRE CH=S 69"55'40. E R=J220.62' L=71. J5' s .......\ .,'" \ N/F GEORGIA DEPARTMENT OF TRANSPORTA TlON COMPILED EASEMENT PLAT PREPARED FOR AUOUST4 OBOROIA THROUGH PROPERTY OF CSX RAILROAD RICHMOND COUNTY, GEORGIA 20' L....- o 20' -J I SCALE: 1"=20' DSGN: WRG D\Wl: ZEL CHKD: WRG ~ William R. Gore "fP,'i',",' G' " PROFESSIONAL lAND SURVEYORS, INC. \':,':: 1804 CENlRAL AVENUE AUGUSTA. GEORGIA 30904 " m.: (706) 738-8n1 FAX: (706) 736-6249 40' I JOB NO. SCALE: ZEL-0302-01 1"=20' DATE: JAN 2008 All applications are to be submitted in accordance with CSXT's Pipeline Specification Package. Failure to strictly adhere to these specifications will result in delays, additional costs and possible return of your application. Drawings should either be 8Y:z" x II", 8Y:z" x 14" or 11" x 17" size (refer to Drawing requirement checklist). CSXT reserves the right to approve or decline any application. One original and one copy of this application form, together with plan and profile drawings, and a $750.00 nonrefundable Review Fee are to be submitted to: CSX Transportation, Inc., Property Services Department, J180, 500 Water Street, Jacksonville, FL 32202. DATE RECEIVED I I TRANSPORTATION I I I I I I I I I I I I I I I I I FORM CSXT 7455 - Rev. 07/0211007 (Page 1 of 4) APPLICATION FOR PIPELINE CROSSING/PARALLELISM . No work may proceed on CSXT's right of way until the Licensee has received a fully executed agreement and obtained notice to proceed from CSXT's local Roadmaster or its designee. Due to future maintenance responsibilities CSXT will not enter into an agreement with a Developer. It is the Developer's responsibility to coordinate the application with the local governing municipal authority. No verbal approvals will be granted. No Blasting on/under/near CSXT right of way. No Directional Boring. . . Application Date: CSXT File/Agreement Number: Augusta, Georgia Drew Goins 804 Municipal Building Augusta GA sistant Director of 30911 (c) Other Describe: ' Individual ~;~ " t . \ , " I . ~ '" I: I: ,," 'l~f':~' ~'I I ~ '~5l.IJ~ 't,' .~.rr~" Jr>~'''J''o ;')i\\~5;~~~'if '/t,7;'I~'Vr ;}~:':X~d't..;, '~,%;~.~,,~! ~!1~~1~rn:r;~;'~~1~f'}?1,111)"~\~,1,\~:;.j:,,;IX';- ~P"P~i'\~?4.Nf1:\~!~}I\~Vtl 'r~k\1:f1~;W&lJ~~~~'ilf.llWi.~~~~~ I /1 ~ \ \ \ ~ ,., , I I I , ,: 'I '" \ '. 1 > I :~ I' I ~\ I; ,\ ! I .t ~ :~,~j "~'./1l~~!Y~~ .t 1,\,. ~{i.lt...AS: ;:',~t~}~~?t'fu~ktl~~~~~M~ (~t~<~~ill~Al; ~~J~~1J,(dl%*Ul~1it~{J.t!M(':.)U ,: J~~/~,~%~~~~'t.~;.r\:J~~S;';"\Jt~;j~~<h_~~ Engineer/Consultant Com an Name: Contact Nameffitle: Street Address for Overnight Mail: Ci IState/Zi : Email Address: Office/Fax: CeWAltemate Phone: Zimmerman Evans and Leo Jor e E. Jimenez P.E. 435 Telfair Street GA 3090l 724-5789 Continued on Page 2... Parallel Length/Segment on RR RIW: No.: I I I I I I I I I I I I I I I I I I I FORM CSXT 7455 - Rev. 07/02/2007 (Page 2 of4) Application Date: CSXT File/Agreement Number: Coon: Richmond Crossing & Parallelism (Complete Sections A or B & C) A. RR Mile ost Location for Crossin Crossin location: 789 Latitude: N If Known: Valuation Station: B. RR Mile ost Location for Crossin s or track ' *Do not measure from a DOT si D. Spur Track Crossing Location: -=--- ft. (N / S / E / W) (direction) from RRMilepost: to point-of- switch, then: ft. alon s ur track to crossin location. Latitude: N If Known: Valuation Station: C. RR Mile st Location for Parallelism Parallelism location Enters CSXT R/W: CSXTR/W: ft. /S/E/W Latitude: N If Known: Val. Station: Latitude: N If Known: Val. Station: = Entrance = Entrance = Exit = Exit Continued on Page 3... Yes Yes Yes No No No No No I I I I I I I I I I I I I I I I I I I FORM CSXT 7455 - Rev. 07/02/2007 (P?ge 3 of 4) Application Date: CSXT File/Agreement Number: N/A N/A N/A 84" 59.5' late thickness and au e. Cathodic Protection: DYes ~No , then location. Comments: Continued on Page 4... FORM CSXT 7455 - Rev. 07/02/2007 (Page 4 of 4) CSXT DRAWING REQUIREMENTS FOR PIPELINE CROSSINGIP ARALLELISM Application Date: Agreement Number: All infonnation and measurements are to be clearly labeled and shown on all drawings. All drawings are to be submitted with CSXT's pipeline occupancy application fonn No. 7455. Failure to strictly adhere to these requirements may result in delays, additional costs and possible return of your application. Drawings should either be BW x 11", 8}s" x 14n or 11n x 1r size. CSXT reserves the right to approve or decline any application. Gray or monochrome scale required. Aerial photos must be separate from the drawing. All applicable boxes must be checked, (Note: Metric Information will !iQI. be accepted.) ~ Legible Drawing(s) size 8% x11, 8% x14 or 11x17. 0 Overall plan view for parallelisms E North Arrow Ii Title block with owner's legal name, drawing number and date. XL New pipeline in bold lines. II. Distance and direction from CSXT actual milepost monument/marker (not the DOT sign at the road crossing). W Distance and direction from nearest track and public road intersection. ~ Public road right-of-way lines (If within the confines of a public road crossing). In CSXT right-of-way lines relative to centerline of adjacent track(s). m Width ofCSXT right of way. m Angle of crossing at track(s), and number of tracks crossed. it Plan View, cross-section and profile of casing and carrier pipes. J!1 Points where pipeline enters and leaves CSXT's right-of-way. na Total length of carrier and casing pipe within CSXT right of way. 1m Cross-section of track at encroachment, including relevant dimensions. Depth/minimum cover of casing pipe measured from: 01 Top of pipe to bottom of rail D51 ~ Within the right-of-way but not beneath the track(s) lid Below any ditches IS Description of Casing Pipe End Seals El Measurement to any manhole(s)/other(s) from nearest/adjacent track(s) and milepost. 0 Size and location of Vent pipes on cross section/profile drawing (for flammable substance with sealed casing pipe). N/A Location of shut off valves: Iii (a) Crossings: No further than 2,000 feet from centerline of nearest track; (b) Parallelisms: Within 2,000 feet of entrance and exit point of CSXT right-of-way 0 Location of any CSXT signals, signal equipment. road crossing warning devices, poles, pole lines, bridges, and any other facilities relevant to the pipeline and the location of the pipeline. ' Ii Location of all proposed/perfonned geotechnical borings - This is required for all casings with an O.D. of 48 inches or greater. 0 Facilities, structures, obstructions, etc... to be relocated. 0 Distance of face of launching & Receiving Pits located from centerline of adjacent track @ 90'. 0 Lau.nching Pit and Receiving Pit Dimensions: Width, Length and Depth. I affinn that I have reviewed CSXT's Pipeline Specifications and the foregoing infonnation complies with the current CSX Pipeline Specifications, governing' laws or regulations. and accurately reflects the proposed pipeline crossing/parallelism of CSXT's right of way. Applicant's Signature: ~ , / RiVERWATCH PARKWA'( Y (EAST) RIGHT-OF-WAY \ \ ,_---w----- --- ----000;----- ~ 101':f: TO <e. OF RIVERWATCH PARKWAY RIGHT OF WAY CSX RAILROAD 5r R/W 50.44' 84" TUNNEL UNER ~ . BORE 8-1 --------- x \) EXISTING 60. RW ~ ./ ./ ./ ./ ./ ./ ./ \..././ 20' ~ o ...J SCALE: 20' , 1"=20' 40' I AUGUSTA, GEORGIA BOND PROJECT NO. ,10250 GOODRICH ST. RWPS IMPROVEMENTS CONlRACT I 60. RW / 8- PW RAILROAD CROSSING PLAN 150 150 "- ...... ~ <:) zOI F< Q:: 4.0' ViO x~ w_ ~~I 36 it, ..... t<i ..... ji ..... ..... . . ....:::: - ----- ~ Q:: 4.0' EXISTING 6"Ql PVC RW 22' 60. RW 170 170 160 160 140 140 65 L. 84. TUNNEL LlNCJ 130 130 PROFILE 8. BRICK AND MORTAR END SEALS SCALE: 1"=20' GROUT ANGULAR SPACE BETWEEN EARTH AND TUNNEL UNER 8" RESTRAINED JOINT D. I. P. CARRIER PIPE FILL WITH SAND ARMCO 2 FLANGE CORRUGA TED TUNNEL LINER OR EQUAL 60. RESTRAINED JOINT D. I. P. CARRIER PIPE TIMBER SKID AUGUSTA, GEORGIA BOND PROJECT NO. 10250 GOODRICH ST. RWPS IMPROVEMENTS CONTRACT I 60. RW / 8. PW RAILROAD CROSSING PROFILE TUNNEL SECTION DETAIL SCALE: 1/2"=1'-0" EL EN~~RS ZDoocRuAN. EvANS. AND LEOPOLD, INC. OJ02-OlllO.l SK-2 Nov 05 07 05:31p CSRA Testin~ ~ cn~ 1UtJ-I.o:II-UOC;:J csra TESTING AND ENGINEERING COMPANY, INC. AUGl)STA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET,SUITEA BORING NO. B-1 {south side} PROJECT CSX Railroad DATE October 9. 2007 LOCATION Auausta. Georgia DEPIH FEET VISUAL SOIL DESCRIPTION PENETRATION VALUE(N) UNIFIED PERCENT CLASS. MOISTURE ery Stiff, Reddish-Brown Sandy Silty Clay 25@2' 51 Finn, Reddish-Tan, Clayey Silty,Sand 11@4' 4@7' Very Loose, Reddish-Brown Clayey Silty Sand 4@9' FIml to Very Stiff, Reddish-Tan Sand 6@14' Finn. Reddish-Tan Silty Sand 17 @ 19' , 19@24' Finn to Very Finn, Brown and Tan Sand 20 @29' 26 @34' Auger refusal at 35.5 feet. N Value Is number of blows of 140 pound hammer required to drive 2"' spUt-tube sampler one foot after seated. None WATER TABLE --- r'- Nov 05 07 05:31p CSRA Testin~ & En~ 1UO-{~'-UOC.'" c s r a TESTING AND ENGINEERING COMPANY, INC. 1005 eMMETr STREET. surre A AUGUSTA. GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 PROJECT CSX Railroad BORING NO. B-2 (north side) October 9. 2007 LOCATION Augusta. Georaia DATE DEPTII FEET PENETRATION VALUE (N) UNIFIED PERCENT CLASS. MOISTURE VISUAL SOIL DESCRIPTION Finn, Gravel 14@2' S' Stiff, Reddish-Brown Sandy Silty Clay 12@4' 15@ 7' 11 @9' 10' Finn, Reddish-Tan Silty Sand 16 @ 14' 19 @ 19' Finn to Very Firm, Brown and Tan Sand 18@24' 22@29' ' 28 @ 34' Auger refusal at 35.5 feel N Value is number of blows of 140 pound hammer required to drive 2- split-tube sampler one foot after seated. None WATER TABl.E ,-.. . FORM CSXT 7455 - Rev. 07/02/2007 (Page 1 of4) TRANSPORTATION APPLICA TION FOR PIPELINE CROSSINGIP ARALLELISM All applications are to be submitted in accordance with CSXT's Pipeline Specification Package. Failure to strictly adhere to these specifications wilrresult in delays, additional costs and possible return of your application. Drawings should either be 8W' x 1 1 ", 8Y2" x 14" or II" x 17" size (refer to Drawing requirement checklist). CSXT reserves the right to approve or decline any application. One original and one copy ofthis application form, together with plan and profile drawings, and a $750.00 nonrefundable Review Fee are to be submitted to: CSX Transportation, Inc., Property Servkes Department, J180, 500 Water Street, Jacksonville, FL 32202. DATE RECEIVED . No work may proceed on CSXT's right of way until the Licensee has received a fully executed agreement and obtained notice to proceed from CSXT's local Roadmaster or its designee. · Due to future maintenance responsibilities CSXT will not enter into an agreement with a Developer. It is the Developer's responsibility to coordinate the application with the local governing municipal authority. . No verbal approvals will be granted. No Blasting on/under/near CSXT right of way. No Directional Boring. Application Date: CSXT File/Agreement Number: Augusta, Georgia Drew Goins 804 Municipal Building Augusta GA Assistant Director of utilit1es D 30911 Partnership (c) Other Describe: Individual ~)' ',,' : ~ " 'I - l ,', , I", ,./t' 'I : i:' 'l' t:', \ [,'j"l! ; I ';I ":,,;!~f~.::t~\,,:'lll~:~\;,: &~'I 0t~<')t)::I::f?:";:~,' ':: ';~;. ]<JI '.~ ~lo'e;'~i) ~(;/'j: l}j;V,\~Tl ~P~\'f'~~f,.~r; ;.~;;}7 ,\~tCt~~~<,:~{7~?,t~, :'~~~~JRm~i' 1 l~' , ~\I f., I" ' , ' . (, , " " '/~; rH;"i>'),W'"I.ti..Q\~~,_.~t~.H'.I:.:'n-j"",,,I},'!-1 .~~*~...."v..):-'}~~.{"",...t'!<'JJ~~~a~l~~.,hol,,,.,ff,")":l~~"'~~f.ft.X:r",-?>,l;I\!'M1:~1l6.tbfuiR.tn'~<WJ>;,.i\.:tt6.tl~.hrl~.&@1~~~~ Engineer/Consultant Com an Name: Contact Namefl'itle: Street Address for Overnight Mail: Ci IState/Zi : Email Address: Office/Fax: CeWAlterliate Phone: zimmerman, Evans and Leopold, Inc. Jorge E. Jimenez, P.E. principal GA 724-5789 Continued on Page 2... Ft. DNo FORM CSXT 7455 - Rev. 07/02/2007 (Page 2 of 4) Application Date: CSXT File/Agreement Number: sta Crossing Only (Complete Section A or B Coun: Richmond Crossing & Parallelism (Complete Sections A or B & C) A. RR Mile ost Location for Crossin Crossin location: 840 Latitude: N If Known: Valuation Station: B. RR Mile ost Location for Crossin s ur track *Do not measure from a DOT si n. Spur Track Crossing Location: _ ft. (N / S / E / W) (direction) from RR Milepost: to point-of- switch, then: ft. alon s ur track to crossin location. Latitude: N If Known: Valuation Station: C. RR Mile st Location for Parallelism Parallelism location Enters CSXT R1W: CSXT RJW: ft. / S / E / W Latitude: N If Known: Val. Station: Latitude: N If Known: Val. Station: = Entrance = Entrance = Exit = Exit Continued on Page 3... FORM CSXT 7455 - Rev. 07/02/2e07 (Page 3 of 4) Application Date: CSXT File/Agreement Number: 24" SDR 26 N/A "0" Ring Push-on N/A N/A N/A Steel ASTM A500, Grade - B 35,000 psi 36" 0.532" Welded Butt Welded 58 ft. utations that include late thickness and au e. Describe: structures are re uired on drawin Protective Coating: DYes DNo Cathodic Protection: low. ,then location. Yes Yes Yes No No No No No Comments: Continued on Page 4... FORM CSXT 7455 - K::v. 07/02/2007 (Page 4 of4) CSXT DRAWING REQUIREMENTS FOR PIPELINE CROSSING/P ARALLELISM Application Date: Agreement Number: All infonnation and measurements are to be clearly labeled and shown on all drawings. All drawings are to be submitted with CSXT's pipeline occupancy application fonn No. 7455. Failure to strictly adhere to these requirements may result in delays, additional costs and possible return of your application. Drawings should either be BUt" x 11", BUtn x 14n or 11" x 1r size. CSXT reserves the right to approve or decline any application. Gray or monochrome scale required. Aerial photos must be separate from the drawing. All applicable boxes must be checked. (Note: Metric Information will NOT be accepted.) Q.SI. Legible Drawing(s) size 8% x11, 8% x14 or 11x17. 0 Overall plan view for parallelisms 2 North Arrow DiI. Title block with owner's legal name, drawing number and date. m New pipeline in bold lines. E Distance and direction from CSXT actual milepost monumenUmarker (not the DOT sign at the road crossing). ~ Distance and direction from nearest track and public road intersection. Ji1 Public road right-of-way lines (if within the confines of a public road crossing). Ii. CSXT right-of-way lines relative to centerline of adjacent track(s). m Width of CSXT right of way. M Angle of crossing at track(s), and number of tracks crossed. m1 Plan View, cross-section and profile of casing and carrier pipes. Dil Points where pipeline enters and leaves CSXT's right-of-way. 1m Total length of carrier and casing pipe within CSXT right of way. lZ Cross-section of track at encroachment, including relevant dimensions. Depth/minimum cover of casing pipe measured from: Ia Top of pipe to bottom of rail f1 . Within the right-of-way but not beneath the track(s) IJJ Below any ditches III Description of Casing Pipe End Seals 11J. Measurement to any manhole(s)/other(s) from nearesUadjacent track(s) and milepost. 0 Size and location of Vent pipes on cross section/profile drawing (for flammable substance with sealed casing pipe). Location of shut off valves: 0 (a) Crossings: No further than 2,000 feet from centerline of nearest track; (b) Parallelisms: Within 2,000 feet of entrance and exit point of CSXT right-of-way 0 Location of any CSXT signals, signal equipment, road crossing warning devices, poles, pole lines, bridges, and any other facilities relevant to the pipeline and the location of the pipeline. 0 ,Location of all proposed/performed geotechnical borings - This is required for all casings with an 0.0. of 48 inches or greater. 0 Facilities, structures, obstructions, etc... to be relocated. 0 Distance of face of Launching & Receiving Pits located from centerline of adjacent track @ 90.. D Laun~hlng Pit and Receiving Pit Dimensions: Width, Length and Depth. I affirm that I have reviewed CSXT's Pipeline Specifications and the foregoing information complies with the current CSX Pipeline Specifications, governing laws or regulations, and accurately reflects the proposed pipeline crossing/parallelism of CSXT's right of way. Applicant's Signature: / / ~ / RIVERWATCH PARKWAY ~ (EAST) RIGHT-OF-W:V \ \ w----- ---- --- ----------- ~ 101':1: TO t OF RIVERWATCH PARKWAY RIGHT OF WAY CSX RAILROAD 51' R/W ~ 36- CASING ABANDONED SEWER 24- PVC -------- o EXISTlNG 60" RW ~ ./ ./ ./ ./ ./ ./ ./ ~././ ././~ ./ ./ \ '" ./ ./ \ ~// ././ '\ /.// ././ ./././ ././ ././ ./'/"/./ ././ ././V ././ ./././\ \ ././ /.// \ \ ././ .//./ V./ .//./ , , ./ .//./ x 20' l- o ....J SCALE: 20' I 1"=20' 40' I AUGUSTA, GEORGIA BOND PROJECT NO. 10250 GOODRICH ST. RWPS IMPROVEMENTS CONTRACT I 24- SANITARY SEWER RAILROAD CROSSING PLAN , ~ ~ 13.5' 36' 22' 13.0' '" ~ . 200 ... ~ 200 - 10: 0 CI)!t:m < ..,~ 01 190 190 .0 ~ ::t: t; ~o.., C> ~ ;::'~Iti:g ~I 180 180 o I!:~~_ III I w Ijf ~ I t\oI 170 170 EXISTING GRADE '" FORCE MAIN - ....... ....... RUBBER END SEAL 160 160 ....... ....... 150 150 36-_ CASING 9.58' 24- PVC 9.65' 65 L. SANITARY 140 SEWER 140 130 130 PROFILE SCALE: 1"=20' CASING PIPE CARRIER PIPE SPIDER-SKIDS; TAR COATED (MFR'S STD.) SECTION @ SPIDER-:-SKIDS 20' l-. o 20' ...J I SCALE: 1"=20' 40' I AUGUSTA, GEORGIA BOND PR~CT NO. 10250 GOODRICH ST. RWPS IMPROVEMENTS CONTRACT I 24- SEWER RAILROAD CROSSING PROFILE N.T.S. - 1-.20' Permit Status None* In Process In Process In Process Contractor ResDonsibilitv None A Iicable Fees based on cost of structure None None Goodrich Street Raw Water Pump Station Improvements Permit Status List * Coverage under Nationwide Permit will occur prior to Preconstruction Meeting QUESTION SET E GOODRICH ST RWPS IMPROVEMENTS Underlined responses further addressed in Addendum 3 1. Addendum #2 established a unit price for removal and replacement of unsuitable soils. The unit price is based upon 5000 cy. We are unclear as to whether this cost is to be INCLUDED in the TOTAL BID line of the Cost Breakdown. Please confirm the cost associated with this unit price work is to be INCLUDED in our base bid. Please include this cost in the base bid 2. There appears to be some confusion regarding the additional information requested to be added to pages BID-6 & BID-7 in Addendum #2 in terms of their inclusion in the TOTAL BID PRICE. This information is Item 26 - Early Completion Incentive and Item 27 - Unsuitable Soils Replacement Unit Price. So that there is no confusion, can pages BID-6 & BID-7 be re-issued with the additional information requested in Addendum #2 incorporated? Included in Addendum 3. 3. Since there is hatch access to the Pump Station Wet Well, will these walls be considered "exposed to view" requiring rubbing? Please clarify. No, the wetwe/fdoes not require rubbing. 4. Question response C14 of Addendum #2 appears to specify the use of #57 stone in lieu of river gravel. However, a specification for river gravel was also issued in Addendum #2. Will the selection of the stone material type be the Contractor's option where river gravel is called for? That was in error. No 57 stone is NOT river gravel Secondly, is #57 stone acceptable for use where the drawings call for "Double Washed Gravel" around the perforated drain pipe behind retaining walls? Please clarify. Yes 5. Please clarify again who is responsible for providing Builders Risk I All Risk Coverage. Question response D11 of Addendum 2 states that the Contract is responsible for furnishing this insurance. However, Paragraph 5.6 of the General Conditions (Page GC-12) appears to indicate this insurance will be provided by the Owner. Please clarify. Contractor is responsible for the requirements of Article 5 of the General Conditions. 6. Addendum #2 provided the embedment depths for the rock anchors required in Valve Vaults #3 & #4. However, the type of anchor, grade of anchor, adhesive material, and corrosion protection requirements (if any) for the anchors was not provided. These items are necessary to provide pricing. Please provide. Provide R1 H11 824 WIlliams Rock Anchors. tested @50% of ultimate strenath. Dretensloned to 50 ksl. grouted. Since all Is enbedded In cement, no additional corrosslon protection Is necessary. 7. Addendum 2 provided additional information regarding the Armaflex Slope Protection. Is it your intent for this material to be "open celled" or "closed cell"? Please clarify. Our Intent is to have 12- 20ft X 20ft of closed celled blocks with fabrlck liner laid where best determined In the field on the sides of Intakes to best prevent erosion. QUESTION SET E GOODRICH ST RWPS IMPROVEMENTS Underlined responses further addressed in Addendum 3 8. Please clarify the requirements for permanent fencing for this project. The T1 specifications issued in Addendum 2 contain a paragraph requiring a permanent fence to be installed along all property lines. What type of fence is required? Will it be required on the property on the East & the West of the Canal? Please provide a drawing indicating the current property lines. Please ignore the requirement for fencing 9. Can the written portion and material tests (if any) of the QORE geotechnical report be issued in the next addendum for review by the bidding contractors. If not, can permission be granted to QORE to release this information directly to bidding contractors? The report will be made available by Augusta Blueprint Co through their ftp site. 10. Reference Drawings 2S4 and 2S7 - Valve Vaults #3 & #4. Both of these drawings indicate Williams Rock Anchors are required in the West Walls of the Valve Vaults. In order to provide pricing, Williams has indicated they need the following information: a. Grade of steel for the anchor b. Embedment depth of the anchor c. Is corrosion protection required? If so, what type? d. What type of anchor is required (Le. tensioned, non-tensioned, all thread rod, etc.) See response to Question 6 herein 11. Reference the Slope Protection Detail on Sheet 2C6: The NOTE states "APPLY SLOPE PROTECTION ON EACH SIDE OF I NT AKE STRUCTURES 1, 2, 3, 4, 9 AND 10." This detail also has a dimension of 20'0" x 20'0" provided on the section. Is your intention to cover the canal banks for a minimum of 20 linear feet on either side of each Intake Structure? Is the slope protection product to be "open celled" (requiring fill material to be placed within it after installation) or "closed celled" (not requiring fill after placement)? Please clarify. See response to Question 7 herein 12. Please provide specifications for the Gabion retaining wall @ the Northeast corner of the Diesel Building (Le. gauge of basket material, size of stone fill, etc.). Please see responses attached to Addendum 2 13. Please reference drawing 3S12 Diesel Pump Station Door and Window Schedules. Elevation views of Window Types A and B show fixed aluminum storefront windows. Spec Section T8 page 3 describes pre- manufactured operable aluminum windows. Please indicate which is correct. Fixed 14. Reference the casing pipes under the canal: Does the annular space fill with sand or grout? No 15. Item #6 of the Description of Anticipated Work Necessary for the Project contained in the original RFQ proposal makes reference to operating the newly completed Pump Station for a period of 8 to 12 weeks in order to "debug" the system. We have found no reference to this requirement in the bidding documents. Is this run period required? If so, please clarify your intent regarding each party's responsibilities during this period. QUESTION SET E GOODRICH ST RWPS IMPROVEMENTS Underlined responses further addressed in Addendum 3 Please see responses attached to Addendum 2 16. In spec section T10E-1 they are calling for 2 EA 110,000 Gal fuel tanks. In talking with the manufacturers they are wondering if it was supposed to be 2 EA 10,000 Gal tanks. Can you please clarify. 10,000 17. Will you allow TNEMEC in lieu of Carboguard for (DIP Pipe and Fittings) exposed and submerged outside surface paint system? Not at this time 18. Will you allow TNEMEC in lieu of Carboguard for exposed and submerged outside surface paint system? Not at this time 19. Will you allow C153 PUSH-ON fittings in lieu of C110? Not at this time 20. Will you allow C 153 Compact fittings in lieu of C 11 O? Not at this time 21. Can you please provide a detail cross section for the skylight/curb/roof penetration found on sheet 3S5? Roof manufacturer's. details are approved during shop drawing approval. 22. Can you clarify or confirm the requirement for two 110,000 gallon fuel oil tanks indicated on page T10E-1? 10,000 23. Addendum 2 page 13 of 22 indicates that the CSX permit application will be provided. Will that be issued in Addendum 3? . Yes, the permit application Is attached. 24. Addendum 2 page 19 of 22 indicates that a list of project permits will be issued. Will that be provided in Addendum 3? Yes, the list of permits Is attached. 25. Addendum 2 page 21 of 22 indicates that a QORE report is available for review. Can that report be provided in Addendum 3? The report will be made available by Augusta Blueprint Co through their ftp site. 26. Addendum 2 page 21 of 22 indicates that excess excavated materials can possibly be placed on Augusta's property along Augusta Levee Road. Can this material be permanently stockpiled there for the owner's use at a later date? No. 27. The Intake Channel shown on the East side of the new Diesel Building is depicted as being cut into rock with vertical sides. (3S1) If the quality of the rock is not suitable to excavate vertically what will the contractor be required to do? Can this rock be sloped on the east side? Or is this permanent vertical face important? Also, please confirm that no permanent fence around this channel is required to prevent animals from entering. Sloped on the east side. Comply with OSHA and protect adjacent structures. No fence required Gi...~ :ii. '..:;~;li "A TO: FROM: DATE: SUBJ: BID ITEM: OPENING: ~Ui!WWn/...Q:r~pleVl/ ~ $d ~d"" .Qr;renrcP,t' FES 1 3 2008 030;2-D/ All Bidders Phyllis Mills, Quality Assurance Analyst Max Hicks, Augusta Utilities Geri Sams. (bJ ~ p~ Procurement Director February 8, 2008 Revisions to Specifications 07-214 Goodrich Street Raw Water Pump Station for Augusta Utilities Monday, February 18th at 11:00 A.M. ADDENDUM NO.4 TO CONTRACT DOCUMENTS FOR PROJECT 10250 GOODRICH ST RWPS IMPROVEMENTS CONTRACT 1 DIESEL PUMPS 6, 7, AND 8 Please replace the yellow Georgia Security and Immigration forms in your initial package with the blue Georgia Security and Immigration forms that are included with this addendum. EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEIPT OF ADDENDUMS 1,2,3, AND 4 BY ATTACHING A COpy OF THE FRONT OF THE ADDENDUMS TO THE FRONT FLYLEAF OF THE CONTRACT DOCUMENTS AND NOTING RECEIPT OF THE SAME ON PAGE B-1 OF THE BID. Please acknowledge receipt of addendums 1-4 in your submittal. END ADDENDUM NO.4 Room 605 - 530 Greene Street, Augusta Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.aulJ:usta2a.~OV Register at www.demandstar.comlsuoolier for automatic bid notification ADDENDUM 4 07-214 t~ A ~~nwli!Vl/~NHle'.nE ~ fI1.~' (2h014 g;r~~ TO: All Prospective Vendors FR: Geri Sam, Ale DT: February 11, 2008 RE: State Mandated Regulations There were hundreds of bills passed in the 2007 General Assembly and many hundreds more will carry over into the 2008 session. Attached is important information that will appear within the City of Augusta's BidIRFPIRFQ specifications. Effective July 1, 2007, the information listed was required to be included in all contracts entered into by the Department for the physical performance of services within the State. The forms have been updated and each prospective vendor is being asked to please return the attached executed documentation as required by the State of Georgia. We are asking that tlte attached forms be submitted as a part of your Bid/RFP/RFQ package (Blue Sheets): · Contractor Affidavit and Agreement . Subcontractor Affidavit For your information a copy of the Rules of Georgia Department of Labor Geor~a Security and Immilrration Conwliance Act are included in the specifications. DO NOT RETURN (pink Sheets) this is for your information ONLY. You may go to www.1egis.state.ga.us"to look at the specific language in the bills. Room 605 - 530 Greene Street, Augusta Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 , www.aU2usta2a.20V Register at www.demandstar.com/suoolierfor automatic bid notification BidlRFP /RFQ# CONTRACTOR AFFIDAVIT AND AGREEMENT By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United Stat~s Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A 13-'10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta Richmond County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification -to the Augusta Richmond County Board of ColllIirissioners at the time the subcontractor(s) is retained to perform such service. . E- Verify * User Identification Number 500 or More Company Name Date: BY: Authorized Officer or Agent (Contractor Signature) Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF ,200 Notary Public My Commission Expires: EASE RETURN WITH YOUR SUBMITTAL Please Check One. 100 or more 100 or less Number of Employees BidIRFP/RFQ # SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent. federal work authorization program operated by the United .States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), PL. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G. A 13-10-91. E- Verify * User Identification Number Please Check One; 500 or More 100 or more 100 or less . Number of Employees . Company Name Date: BY: Authorized Officer or Agent (Subcontractor Signature) Title of Authorized Officer or Agent of Subcontractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF ,200_ . Notary Public My Commission Expires: LEASE RETURN WITH YOUR SUBMITTAL 300-10-1-.01 Definitions. I' RULES OF GEORGIA DEPARTMENT OF LABOR' "GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT" OF 2006 CHAPTER 300-10-1 PUBLIC EMPLOYERS, THEIR CONTRACTORS AND SUBCONTRACTORS REQUIRED TO VERIFY NEW EMPLOYEE WORK ELIGmILITY THROUGH A FEDERAL WORK AUTHORIZATION PROGRAM RULES OF GENERAL APPLICABILITY TABLE OF CONTENTS 300-10-1-.01 DefInitions. 300-10-1-.02 Public Employers, Their Contractors and Subcontractors Required to Verify New .Employee Work ElIgibility Through a Federal Work Authorization Program. 300-10-1-.03 Contractor and Subcontractor Evidence of Compliance. ' 300-10-1-.04 Public Employer CertifIcation of Registration and Participation in a Federal Work' Authorization' Program. 300;.10-1-.05 Public Employer Assurance of Compliance with New Employee Work Eligibility VerifIcation Requirements. 300-10-1-.06 Conformity with Federal Immigration Law. 300-10-1-:-.07 Contractor Affidavit and Agreement. 300-10-1-.08 Subcontractor Affidavit. 300-10-1-.09 Random Audit Program.. (1) "Cominissioner" means the Cominissioner of the Georgia Department of Labor. . . (2) "Federal work authorization program" means any of the electronic verifIcation of work authorization programs operated by the United States Department of Homeland' SecUrity (USDHS) or any equivalent federal work authorization program operated by the United States 1 - 2 Department of Homeland Security to venfyinformation of newly hired employees, pursuant to the ~gration Reform and Control Act of 1986 (IRCA), P.L. 99-603. (3) "Public employer" means every department, agency, or instrumentality of the state or a politiCal subdivision of the state. (4) "Subcontractor" includes a subcontractor, contract employee, staffmg agency, or any contractor regardless of its tier. (5) "Georgia: Security and Immigration Compliance Act" of 2006 means Senate Bill 529 of the 2006 Georgia General Assembly, enacted as Act 457. Authority O.C.G.A. 13-10-90. 300-10-1-.02 Public Employers, Their Contractors and Subcontractors Required to Verify New Employee Work Eligibility Through a Federal Work Authorization Program. (1) Pursuant to O.C.G.A. 13-10-91, every public employer, every contractor of a public employer, and every subcontractor of a public employer's contractor must register and participate in a federal work authorization program, as follows: (a) On or after July 1, 2007, every public employer shall register and participate in a federal work authorization program to verify the work eligibility information of all new employees. (b) No public employer shall enter into a contract for the physical performance of services within this state unless the contractor registers and participates in a federal work authorization program to verify the work eligibility information of all new employees. (c) No contractor or subcontractor who enters into a contract with apublic employer shall enter into such a contract or subcontract in connection with the physical performance of services within this state unless such contractor or subcontractor registers and participates in a federal work authorization program to verify the work eligibility information of all new employees. (2) In accordance with O.C.G.A. 13-10-91, the requirements of paragraphs (b) and (c) of paragraph (1) shall apply to public employers, their contractors and Subcontractors, as follows: (a) Oil or after July 1, 2007, to public employers, contractors, or subcontractors of 500 or more employees; (b) On or after July I, 2008, to public employers, contractors, or subcontractors of 100 or more employees; and . (c) On or after July 1, 2009, to all other public employers, their contractors, or subcontractors. 3 , ( (3) As of the date of enactment of a.c.G.A. 13-10-91, the applicable federal work alrthorization program is the "Employment Eligibility Verification (EEY) I Basic Pilot Program" operated by the U. S. Citizenship and Immiiiration Services Bureau ofthe U.S. Department of Homel~d . Security, in conjunction with 'the Social Security Administration (SSA). Public employers, contractors and subcontractors subject to a.c.G.A. 13-10-91 shall comply with O.C.G.A. 13-10-91 and this rule by utilizing the EEV I Basic Pilot Program." The EEV I Basic Pilot Program can be accessed from the USDHS U.S. Citizenship and Immigration Services Internet website at https:llwww.vis-dhs.comlEmployerRegistration. Information and instructions regarding EEV I Basic Pilot Program Registration, Corporate Administrator Registration, and . . Designated Agent Registration can be found at that website address. (4) All rules, regulations, policies, procedures and other requirements of the EEV I Basic Pilot Programor any other federal work authorization programdefmed in Rule 300-10-1-.01 and permitted to be used to satisfy the requirements of O.C.G.A. 13-10-91 and these rules, shall be considered additional requirements of this rule. (5) In accordance with O.C.G.A. 13-10-91, public employers, contractors and subcontractors " may utilize any other federal work authorization program operated by the United States Department of Homeland . Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99- 603, as such work authorization programs become available. (6) A copy of these Chapter 300-10-1 rules, including any forms prescribed or available to administer and effectuate these rules, shall be published on the Georgia Department of Labor's web site. (7) In accordance with the provisions ofa.C.G.A. 13-10-91, these rules in Chapter 300-10-1 do not apply to any contract or agreement relating to public transportation. Rules and forms applicable to any contract or agreement relating to public transportation may be found on the Georgia Department of Transportation's website. (8) The rules of Chapter 300-10-1 shall be enforced without regard to race, religion, gender, ethnicity, or national origin. . Authority O.C.O.A. 13-10-91. 300-10-1-.03 Contractor and Subcontractor Evidence of Compliance. (1) Pursuant to O.C.G.A. 13-10-91, public employers who enter into a contract for the physical performance of services within this state shall include in such contract all of the following provisions: (a) a provision stating that compliance with.the requirements ofO.C.G.A. 13-10-91 and Rule 300-10-1-.02 are conditions of the contract; . 4 (b) a provision listing the three statutory employee-number categories of "500 or more. employees," "100 or more employees," and "fewer than 1 00 employees," as identified in O.C.G.A. 13-10-91, with a space provided for the contractor to check, initial or otherwise afftrmative1y indicate the emp10yee-nuinber category applicable to the' contractor; and (c) a provision stating the cO}1tractor's agreement that, in the event the contractor employs or contracts with any subcontractor( s) in connection with the covered contract, the contractor will secure from. the subcontractor(s) such \ subcontractor(s') indication of the employee-number category applicable to the subcontractor; and (d) a provision stating that the contractor's compliance with the requirements ofO.C.G.A. 13':' 10-91 and Rule 300-10-1-.02 shall be attested by the execution of the contractor affidavit as shown in Rule 300-10-1-.07, or a sUbstantially similar contractor affidavit, which document shall . be attached to, and become a part of, the covered contract. , (2) Pursuant to O.C.G.A. 13-10-91, publicemployersjshal1 include in all covered contracts a provision stating the contractor' s agreement that, in the event the contractor employs or contracts with any subcontractor(s) in connection with the covered contract, the contractor will secure from such. subcontractor(s) attestation of the subcontractor's compliance with O.C.G.A. 13-10-91 and Rule 300-10-1-,02 by the subcontractor's execution of the subcontractor affidavit shown in Rule 300-10-1-.08 or a substantially siml1ar subcontractor affidavit, and maintain records of such attestation for inspection by the public employer at any time. Such subcontractor affidavit shall become a part of the contractor/subcontractor agreement. (3) All portions of contracts pertaining to compliance with O.C.G.A. 13-10-91 and these rules, and any affidavits related thereto; shall be open for public iriS"pection in this state at reasonable times during normal business hours. Authority O.C.G.A. 13-10-91. 300-10-1-.04 Public Employer Certification of Registration and Participation in a Federal Work Authorization Program. Every public employer shall certify its registration and participation in the EEV / Basic Pilot Program (or other applicable federal work authorization program) by transmitting a copy of all documents required for the public employer's registration and participation in such program, including a fully executed copy of the required Memorandum of Understanding and the EEV / Basic Pilot Program User Identification Number, to the public employer's agency head or to an individual designated by the agency head to receive such certification. Authority O.C.G.A. 13-10-91. 5 300;'10-1-.05 Public Employer Assurance of Compliance with All, New Employee Work Eligibility Verification Requirements. ! , Each public emplo'Yi;(r subject to O.C;G.A. 13-10-91 shall designate anindividual to monitor new employee work eligibility verification required by a.c.G.A. 13-10-91 and these rules. Such public employer shall maintain a.fi1e of all wntten records.required under these rules for public inspection. Such records shall be maintained in accordance with the public employer's applicable records retention schedule and applicable federal law. Public employers may implement additional compliance measures as they deem appropIiate. . Authority o.C.G.A. 13~10-91. I 300-10-1-.06 Conformity with FederalImmigration Law. . The requirements of Chapter 300-10-1. of the Rules and Regulations of the State of Georgia shall be construed in conformity with federal immigration law aild requirements including, but not limited to, the Form 1-9 provisions of the Employment Eligibility Verification process required pursuant to the Immigration Reform and Control Act of 1986 (!RCA), P.L. 99-603., Authority Ga. L. 2006, p. 105, Section 1. 300-10-1-.07 Contractor Mfidavit and AgreemenL Public employers shall use the following affidavit and agreement form, or an affidavit and agreement form that is substantially similar to that provided below, to document a contractor's compliallce with the requirements ofO.C.G.A. 13-10-91:. ,. I I I I I I I I I I I I I I I I I I I