Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CONTRACT BETWEEN AUGUSTA, GEORGIA AND LEGACY WATER GROUP, LLC FOR GLASS FACTORY LOW PRESSURE SEWER RELIEF CIP BOND PROJECT
Mocuicement.0-Owe/merit G O R : G 'I A � NewlOwmt6, �i�xeeta46 TO: All Vendors Nancy Williams, Quality Assurance Analyst Tom Wiedmeier, Augusta Utilities Department FROM: Geri Sams �� �� Procurement Director DATE: May 10, 2016 SUBJ: Clarifications to the Specifications and Responses to Vendor's Questions BID ITEM: Bid.Item #16-169 Glass Factory Relief Low Pressure Sewer for Augusta Utilities Department BID OPENING DATE: Tuesday, May 17, 2016 @ 3:00 p.m. ADDENDUM NO. 1 This Addendum shall form a part of the referenced Bid Item #16.169 Glass Factory Relief Low Pressure Sewer and any agreement entered into in connection therewith equally as if bound into the original document. Acknowledge receipt of all Addendums on Attachment "B"within the Specifications package. Clarifications to the Specifications: • SECTION 01025— MEASUREMENT AND PAYMENT Page—01025-5—E. REMOVING AND REPLACING ASPHALT OR CONCRETE PAVEMENT CHANGE Item P-1 TO read as follows: "Item P-1 —ASPHALT OVERLAY: Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials, tack coat, and installation, milling of existing asphalt to a depth of 1 inch, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). The Owner will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items." • SECTION 15100—VALVES, COCKS AND HYDRANTS Page 15100-6 Top of page CHANGE subparagraph 8. TO read as follows: "Valmatic Swing Flex Series 500, Crispin Type RF, or equal." • SECTION 15123—STAINLESS STEEL SLIDE GATES Page 15123-2— Part 2. 2.1.A—ADD to list of vendors the following: "5. Orbinox—Armory, Mississippi" Drawings: • C-13 MISCELLANEOUS CIVIL DETAILS— 1 Detail 7/C13 ROAD CUT DETAIL- A—this detail as shown in the ATTACHED sketch SK-C13. Room 605 - 535 Telfair Street,Augusta Georgia 30901 D $' Scan this QR code with your (706)821-2422-Fax(706)821-2811 ••• }'"� ., smartphone or camera equipped www.augustasa.eov ' tablet to visit the Augusta,Georgia Register at www.demandstar.com/supplier for automatic bid notification 171' Addendum 1 Bid 16-16dass acrory Relief Low Pressure Sewer Page 1 of 2 Responses to Vendor's Questions: 1. Is there any flow information available for the 84" sewer in the vicinity of the pump station? Response: There is no measured flow data on this section of 84" sewer. This section of sewer was originally a combined sewer but currently receives only sanitary sewer flow. The flow into this sewer is estimated at 4 MGD (dry weather flow). 2. Is there any flow information available for the existing 30" gravity sewer? Response: There is no measured flow data on this section of 30" sewer. The flow into this sewer is estimated at 8 MGD (dry weather flow). 3. Who is responsible for Railroad Flagging and Inspection fees?Would you consider an allowance to cover these fees? If the Contractor is responsible, please provide the daily cost for these fees. Response: Railroad flagging fees will be paid by the Augusta Utilities Department (AUD). Fees resulting from delays due to Contractor will be paid for by the Contractor. 4. RE: Street to be overlaid. Will these streets have to be milled prior to overlay? Response: The overlay detail has been revised to include milling for overlay areas. See attached Sketch SK-C13. 5. In lieu of submitting Good Faith Efforts form on Page 15, would it be acceptable to submit an Excel spreadsheet containing the same information since we have already contacted a number of potential subs and suppliers? Response: No. The Goods Faith Efforts form has to be submitted and executed along with your excel spreadsheet. Please acknowledge addendum in your submittal END OF ADDENDUM ATTACHMENTS: SKETCH SK-C13(1 PAGE) Addendum 1 Bid 16-169 Glass Factory Relief Low Pressure 2 Sewer r 0/ d r 0U o I L N w J f [1. - g (D''' OE w J Nw UWW?Q r c.2 O 3SmJ a LL mF Jmw i m oUayQ q 120 a an mu) m fA wj mw=m- Gam, 0 JK ow LL I M ww zrd$0.w >pa LL LLW zW M LL Z '-0 c6z}~z z Yz a- Po 7 iw JNOma amo2 0 0o y5 mW y 0 r0. 0ZWoo mo,o N zw 00 w — O WwW a0 mzUm? W0 <W" WW Om 0.Z x0 0• Q. Z WU�j�Q Nm U3NjO LP Na Z U'W Om OF2 0~ Z C U2_mOU Q W QO.-�p ,J W V-}W Z> Z�OJ gx ONUOz-zzo mo g~pmLL wo UIQ-a OF KQ "0 3 ...1 •CQ O O Y U 0.wa W O F~O a' z< :Ww22w mm LLU LL O 7U VQF Ulnl- O Jr r0Q 00. 0 -W ZmLL _mUUm1 ~QZWQyZ Z7 Q�} -,1w 0.p UZ NF„ a � Yg��j Qzo2Fd y0. $ooh _a .z -,> IoW 0. 0= U c� tD �WLLa .00_,-,g_,Wmo w090 ma 0 =a zom < C OmLLN a pw zz0 p0 m� wmw L. EOa4¢ W9Up� OCL'-' Oz00_ UV m0 YLLp w0. 0 ��� p Jia<~w mii0 2w p go < OW w~, N Z2Q�H V.0=5,0 OpWO mEax rV X10 3= Wgz ly Ce „0apz UmmUU} wopa zo^a zze W �0 xo= aovoW MI-W2WZ OmQz ))EWa°0 Ua ?m am 3LLr Cl) QczwU MI - W fC ww.0Jw• N 00.00 00=TW,trecew0w, Z. a N vi v W w zWap. iR z� LL U _mmU ` e \U ;: E j�:y.:7Jx AlieW 3 Q Ua 0< \ r� J 17 , z w w o 'E`+t:• p N U vapi c m oozy UJJ WLL^O OZm0W GMN QQ ZQ O mWWW m'i-r)0 A Q w0 ~ atO N mo cW��asc� N B ate' z 0 0 7 E � O°� uoi =may ® J 8 r 8 ow • a ?Nw LLm 0.v 0 N ' N f N w Z ow LL C mz›-W UUw2QZ WD N 7 5 OZ}2L115O Qm Cy Om F. C G N C Z2wai N5JQxE WO x 1 CO d N 2�DQ SFm-Nzm .Z/L-L c°,3 W m N • ii I;O U I-w° a u5 Ni_ �' =g2 Q0. 0 0 E ' E a Z U E ' - g d N f A1 CC I1jW 141 . NZ W I Z:L'uewee44w'INV LE:39:6 9L OZ/5/5'6n^P'ELO ZO.9 L4L\s6u!meia\walsAS lamas amssaJd nno-I-mad doloed sseio zo.gi,t,Lpewpedaa sang()elsn6ny 9 \ -OZF MIL �rocuneret�t�a�Miine G E! O. R` -G L A ._91 . Neri Aim6, reeectox TO: All Vendors Nancy Williams, Quality Assurance Analyst Tom Wiedmeier, Augusta Utilities Department FROM: Geri Sams ,r Procurement Director DATE: May 11, 2016 SUBJ: Clarifications to the Specifications BID ITEM: Bid Item #16-169 Glass Factory Relief Low Pressure Sewer for Augusta Utilities Department BID OPENING DATE: Tuesday, May 17, 2016 @ 3:00 p.m. ADDENDUM NO. 2 This Addendum shall form a part of the referenced Bid Item #16-169 Glass Factory Relief Low Pressure Sewer and any agreement entered into in connection therewith equally as if bound into the original document. Acknowledge receipt of all Addendums on Attachment "B"within the Specifications package. Clarifications to the Specifications: • SECTION 00315— BID SCHEDULE CHANGE Item M-7 -Description TO read as follows: "Remove Existing Wooden Fence" The quantity of 300 LF stays the same Please acknowledge addendum in your submittal END OF ADDENDUM Room 605- 535 Telfair Street,Augusta Georgia 30901 0 _$ Scan this QR code with your (706)821-2422-Fax(706)821-2811 • 4; 1. smartphone or camera equipped www.augustaga.gov ii ' tablet to visit the Augusta,Georgia Register at www.demandstar.com/supplier for automatic bid notification ®o 14 ° Addendum 2 Bid 16-16w Glass 'actZory Relief Low Pressure Sewer Page 1 of 1 1 G EO R GIA Bid Specifications Bid Item #16-169 Glass Factory Relief Low Pressure Sewer For Augusta, Georgia —Augusta Utilities Department Bid Due: Tuesday, May 17, 2016 3:00 p.m. Thanks for doing business with us. . . Geri A.Sams, Procurement Director 535 Telfair Street,Room 605 Augusta, Georgia 30901 Rev.1/12/2015 Bid 16-169 Glass Factory Relief Low Pressure Sewer Bid Due:Tuesday,May 17,2016 @ 3:00 p.m. Page 1of15 SECTION 00005. TABLE OF CONTENTS PROJECT MANUAL TABLE OF CONTENTS BOND PROJECT UB02015-008 GLASS FACTORY RELIEF LOW PRESSURE SEWER AUGUSTA UTILITIES DEPARTMENT Section No. Subject Page(s) BIDDING REQUIREMENTS • 00020 Advertisement for Bids..,..., 00110 Instructions to Bidders;....,... .. ....... ... . 2 00310 Proposal :.. ...:..... ......... :::...... 1 00315 Bid Schedule 4 00410 Bid Bond..... ....... .. ..... .. ..... • .,. CONTRACT FORMS 00510 Notice of Award.......... 1 00520 Agreement 00550 Notice to Proceed. .......................... 1 00610 Performance and Payment Bonds ......5 00620 Contractor's Application for Payment.................. .4 00625 Certificate of Substantial Completion........ ,.., 2 CONTRACT REQUIREMENTS • 00700 General Conditions........................... .. . . ... .51. 00800 Supplementary Conditions:.. ,,.:: ... ......, .:.... :.. 1 00941 Change Order : ..... ....... DIVISION 1—GENERAL REQUIREMENTS 01010 Summary of Work..... ..,,.... 8 01025 Measurement and Payment . . . ._ ., . ... .9 01090 Reference Standards 9 01200 Project Meetings................. .: ... 3 01310 Construction Schedules 4 01340 Shop Drawings,Product Data and Samples 01370 Schedule of Values ..........•. ...... . •• •-•••• 01400 Quality Control.................... 6 01500 Construction Facilities and Temporary Controls. .. •... .• 7 01570 Traffic Regulation 3 01600 Materials and Equipment............................ ......_.........................•..,......... ..9 01630 Product Options and Substitutions 4 01631 Form,Request for Substitutions 1 01650 Starting of Systems 7 01700 Contract Closeout 6 01710 Cleaning. 01720 Project Record Documents 01730 Operation and Maintenance Data 6 01810 Geotechnical Data 15 01910 Railroad Crossing Agreement:..............>.. . ,.. 4 1416.02 00005 Table Of Cunt u1 00005-1 Z E L —ENGINEERS— SECTION 00005 TABLE OF CONTENTS DIVISION 16—ELECTRICAL 16010 Electrical-General Provisions., ..10 16050 Basic Materials and Methods 7 16075 Electrical Identification ...2 16110 Raceways ...,..... 14 16120 Conductors 8 16130 Boxes .. . ..>. ....... :.......: .. :» :..:: .....: .:. ......:.. 5 16441 Safety Switches 4 16450 Grounding 3 16461 Dry-Type Transformers. . ......... ..,>. . , .7 16470 Panelboards...... .................. ».....6 16483 Variable Frequency Drive......... -•. 16500Lighting .::.... ;.<..., . ...> ,. LIST OF DRAWINGS DRAWING NO. TITLE GENERAL COVER SHEET - - GO1 AUGUSTA UTILITIES DEPARTMENT NOTES GENERAL–WATER-SEWER G02 ABBREVIATIONS, SYMBOLS AND NOTES CIVIL COl LOW PRESSURE SEWER PLAN&PROFILE STA 0+00 TO STA 5+00 CO2 LOW PRESSURE SEWER PLAN&PROFILE STA 5+00 TO STA 11+00 CO3 LOW PRESSURE SEWER PLAN&PROFILE STA 11+00 TO STA 16+00 C04 LOW PRESSURE SEWER PLAN&PROFILE STA 16+00 TO STA 22+00 C05 LOW PRESSURE SEWER PLAN&PROFILE STA 22+00 TO DISCHARGE STRUCTURE C06 SEWER–PLAN&PROFILE STA 0+00 TO STA 5+50 C07 SEWER–PLAN&PROFILE STA 5+50 TO STA 9+95 • C08 ACCESS DRIVE TO DISCHARGE STRUCTURE C09 PUMPING STATION SITE PLAN C10 PUMPING STATION PLANS C11 PUMPING STATION SECTIONS C12 DISCHARGE STRUCTURE PLAN AND DETAILS C13 MISCELLANEOUS CIVIL DETAILS–1 C14 MISCELLANEOUS CIVIL DETAILS–2 C15 SOIL EROSION AND SEDIMENT CONTROL DETAILS AND NOTES-1 C16 SOIL EROSION AND SEDIMENT CONTROL DETAILS AND NOTES-2 C17 SOIL EROSION AND SEDIMENT CONTROL DETAILS AND NOTES-3 C18 SOIL EROSION AND SEDIMENT CONTROL SITE PLAN STA 0+00 TO STA 18+12 C19 SOIL EROSION AND SEDIMENT CONTROL SHE PLAN STA 18+12 TO END STRUCTURAL SO1 STANDARD STRUCTURAL DETAILS SO2 PUMPING STATION STRUCTURAL DETAILS 1416-02 DOM Tat Of Contents -00005-3 Z E L —ENGINEERS— SECTION 00005 TABLE OF CONTENTS ELECTRICAL E01 ELECTRICAL DETAILS, SECTIONS AND SCHEDULE E02 ELECTRICAL SITE PLANS AND DETAILS E03 ELECTRICAL DETAILS, SCHEDULE,LEGEND AND NOTES E04 PUMPING STATION PUMP CONTROL PANEL-1 E05 PUMPING STATION PUMP CONTROL PANEL-2 E06 PUMPING STATION PCP ELEMENTARY CONTROL DIAGRAM-1 E07 PUMPING STATION PCP ELEMENTARY CONTROL DIAGRAM-2 E08 PUMPING STATION PCP ELEMENTARY CONTROL DIAGRAM-3 E09 PUMPING STATION PCP ELEMENTARY CONTROL DIAGRAM-4 E 1 0 PUMPING STATION PLC/RTU CONTROL PANEL- 1 Ell PUMPING STATION PLC/RTU CONTROL PANEL-2 E12 PUMPING STATION COMMUNICATION WIRING DIAGRAM E13 PUMPING STATION PLC/RTU ELEMENTARY CONTROL DIAGRAM-1 El4 PUMPING STATIONPLC/RTU ELEMENTARY CONTROL DIAGRAM-2 El 5 PUMPING STATION PLC/RTU ELEMENTARY CONTROL DIAGRAM-3 El 6 PUMPING STATION PLC/RTU ELEMENTARY CONTROL DIAGRAM-4 Ell PUMPING STATION PLC/RTU ELEMENTARY CONTROL DIAGRAM-5 E 1 8 PUMPING STATION PLC/RTU ELEMENTARY CONTROL DIAGRAM-6 El9 DISCHARGE STATION RTU PANEL E20 BILL OF MATERIALS INSTRUMENTATION. I01 P&ID LEGEND IO2 LOW PRESSURE SEWER-P&ID • 1416-02 00005 Tabls Of Contents 00005-4 Z E L —ENGINEERS— . Invitation to Bid Sealed bids will be received at this office until Tuesday,May 17,2016@ 3:00 p.m.for furnishing: Bid Item#16-169 Glass Factory Relief Low Pressure Sewer for Augusta Utilities Department Bids will be received by Augusta,GA Commission hereinafter referred to as the OWNER at the offices of: Geri A.Sams,Director Augusta Procurement Department 535 Telfair Street-Room 605 Augusta,Georgia 30901 Bid documents may be examined at the office of the Augusta,GA Procurement Department,530 Greene Street—Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from ARC Southern. The fees for the plans and specifications which are non-refundable are$125.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www,e-arc.com) at no charge through ARC Southern (706 821- 0405) beginning Thursday, March 31, 2016. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre Bid Conference will be held on Tuesday, May 3,2016 @ 10:00 a.m.in the Procurement Department,535 Telfair Street,Room 605. All questions must be submitted In writing by fax to 706 821-2811 or by email toprocbidandcontract@augustaga.govto the office of the Procurement Department by Wednesday, May 4,2016 @ 5:00 P.M. No bid will be accepted by fax,all must be received by mall or hand delivered. No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. A 10% Bid Bond is required to be submitted along with the bidders'qualifications; a 100%performance bond and a 100%payment bond will be required for award. Invitation for bids and specifications.An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed,the timing of the submission,the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving Incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail,fax or email as follows: Augusta Procurement Department Attn: Geri A.Sams,Director of Procurement 535 Telfair Street,Room 605 Augusta,GA 30901 Fax: 706-821-2811 or Email:prpcbidandcontract@augustaga.Rov No bid will be accepted by fax,all must be received by mail or hand delivered. GERI A.SAMS,Procurement Director Publish: Augusta Chronicle March 31,April 7, 14,21,2016 Metro Courier April 13,2016 - SECTION IB INSTRUCTION TO BIDDERS IB-01 GENERAL All proposals,must be presented in a sealed envelope; addressed to,the OWNER. The proposal must be filed with the OWNER on or before the time stated in the mvitataon 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..,itatO will be..returned unopened. Prior to the time stated 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 eXgc71.49r1 of , contract 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 l conformation of the ground,grognd; the .c4ar.aoter, quality and quantity of the facilities needed -, preliinizary to and during the prosecution of the worl4 the general and local conditions, and an other matters Which can inaty Wayaffect 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 NTERPRETAIIONB• No interpretation of the meaning of plans,specifications or other pre-bid documents will be made • to any bidder orally. .. All questions must be submitted in writing addressed to Geri.A. atrks •.Direetitr:fif".P•ibCitteiberit; Procurement Department;Room::00$;•:535 Telf air-Street;Augusta,GA:3.09Q1 by fax:1,toIS.S.217;2$1.1; or by by:eiriaittOprOcbidandoontracOaUguStaZa40V to the OffiCeOf the,ErbenrententDePkt4M-Ptl?.Y •,- W60#0!44-y.,;may 4,:201.6(6) 5:00 P.M. Any and all such interpretations and any supplemental • instructions will be in the form of Written...addenda to tbe Speeificatons'.Wbieb.,:it issued, will-be Sent by facsimile or U.S. mail to all proSpectiVe•bidders:i(at.the respective addresses furnished for • :Snell purposes),not later than five days prior to the date fixed for the opening of bids. Failure pf. • . #1*'bidder It receive eny.Siititaddendomor interpretation shall not relieve such bidder from any obligation under his bid as subthitted, ALL addenda so issued shall become part of the'COntradt :. Documents. IB-04 PREPARAI1ON OF13IDS 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 forth, or in.the special specifications allow for pa:TSAI bids... Failure-to quote on all items may disqualify the hid When quotations on all 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 assuch,and Shall not reveal the total amount of either the original or revised bids. Bids by wholly owned:proprietorships or partrierShipS 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. NOTE: A 10%Bid Bond is required in all cases. 1416-02 00110 Instructions To Bidders IB-1 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 close approximations,they are not guaranteed. It is 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:QUM:Tf'ICATIONS' 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, a FINANCIAL EXPERIENCE AND EQUIPMENT 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 harmless 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 contract 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, 13-08 ItETEClON OF BIDS,. These proposals are asked for in good faith, and awards will be made as soon as 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. 1416-02 00110Ioswuioos To Bidders IB-2 as SECTION 00310 PROPOSAL DATE: May 17, 2016 Gentlemen: In compliance with you invitation for bids,the undersigned hereby proposes to furnish all labor, equipment and materials,and perform all work for the project referred to herein as: BID ITEM 16-169 GLASS FACTORY RELIEF-LOW PRESSURE SEWER- BOND PROTECT NO. UB-2015-008 In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: To TM it a re,11,.r wrAP3-dA erg o r q ha• nd /100 dollars(2;q Oi qO.1. The undersigned hereby agrees that,upon written acceptance of this bid,he will within 10 days of receipt of such notice execute a formal contract agreement with the Owner,and that he will provide the bond or guarantees required by the contract documents. The undersigned hereby agrees that,if awarded the contract,he will commence the work within Ten(10)calendar days after the date of written notice to proceed,and that he will complete the work within TWO HUNDRED FORTY(240)calendar days after the date of such notice. The undersigned acknowledges receipt of the following addenda: Addendum No.Addendum Date 1 May 10, 2016 2 May 11, 2016 _ Enclosed is a bid guarantee consisting of Bid Bond in the amount of Ten Percent(10%) Respectfully Submitted, Legacy Water Group, LLC Firm 10120 Roberts Way, Covington, GA. 30014 Address Baric J.gAeS#511Crc TITLE: President 1416-02 00310 Proposal 1 0,GGUSr. '1,•,.,4,371,=-1 '4,37 1 REVISED SEPTEMBER 2015 CEO RG' AUGUSTA UTILITIES DEPARTMENT - PROJECT SANITARY SEWER STANDARD BID SCHEDULE -' t ++ ems s1 § zu ` 't-141:00.011-11 r i.m- .. t' A� , � � ,.s ':`w � � -,,,i4-0, ��a , # � � 1� 3�`� '�z -£ '',,...7' rk � ' "`-.< � F , :' se z• x 1' 4 ,...,,.,,,d3. _ - u s.I1 ,1,e,, ,,h..',.-,,',„ `-,kl-°Srs SANITARY SEWER 30"Diameter Gravity PVC Sanitary Sewer pipe SDR 26, 0' — — 5-1A -6', Including Type II(NO.57 Stone)Bedding Material. 34 LF 1�� 12 Include removal of existing sanitary sevrer and by-pass pumping . 30"Diameter Gravity PVC Sanitary Sewer pipe SDR 26, 8' -10', Including Type II(NO.57 Stone)Bedding Material. — — S-1 B Include removal of existing sanitary sewer and disposal 212 LF 142- ?� 104 and by-pass pumping. 30"Diameter Gravity PVC Sanitary Sewer pipe SDR 26, S-1C 10'- 12', Including Type II (NO. 57 Stone)Bedding 1 aZ�� Material. Include removal of existing sanitary sewer and 700 LF '47 disposal and by-pass pumping. 12" Diameter Gravity RCP Sanitary Sewer pipe, 10'- 12', — S-ID Including Type II (NO.57 Stone) Bedding Material. Include 20 LF 65 removal of existing sanitary sewer and by-pass pumping. S-1E Slip-Line(CIPP)30"Sanitary Sewer including by-pass 46 LF (010 zoOlod pumping,complete 24" HDPE, DR17 Low Pressure Sewer, Depth 0' to 8' _ S-2A Including jetted sand Bedding and Fittings, Installed by 2,270 LF 83 1654.10 Open Cut , 24"HDPE, DR17 Low Pressure Sewer, Depth 8' to 10' S-2B Including jetted sand Bedding and Fittings, Installed by 166 LF 661- 14 27(0 Open Cut 24" HDPE, DR17 Low Pressure Sewer, Depth 10'to 12' — S-1 C Including jetted sand Bedding and Fittings, Installed by 135 LF 117' 15-7q5 Open Cut _ Railroad Crossing#734121B—36"Steel Casing 0.5"Wall _ S-4A Thickness, including 24" HDPE,DR17 Carrier Pipe. 90 LF (DI zoo Installed by Bore and Jack S-4D Martin Luther King Jr. Boulevard—30"Steel Casing 0.312 35LF 250 0-750-- Wall Thickness, Installed by Open Cut in Trench S-4E _ Old Savannah Road—30"Steel Casing 0.312 Wall 60 LF '-7r' `b 2./ ' Thickness, Installed by Open Cut in Trench _ i 72"Diameter Pre-cast sanitary manhole(#A1-#A6), — — S-6 including manhole, ring and cover, removal of existing 6 EA 9100 54.600 manhole and disposal, complete. 72" Diameter Doghouse manhole(#A7), including — — S-11 manhole, ring and cover, removal of existing manhole and 1 EA II 500 11500 disposal,complete - _ _ S-22 3 EA 12475 37 42S Air Release Valve and Manhole, Complete 1416-0200315 BID SCHEDULE-REVISED 1 OF 4 1 r. ��yGusr,4 -_ � - REVISED SEPTEMBER 2015 OZOIIZG Itemi = rw w ici � 4 e•iF C . ;,..,,.,.44:,,,,, y, f • t,. dt" zVph : , � ie 'ie ' 1,9 $ x �FTIIRIF > vp " 0.i „” Y I 5 ;^C • • ?V, } t. - " d41:..„,,,,z.,:„ ,-,,,:,.. Pumping Station Complete, Including Connection to Existing 84"Brick Sewer, Wetwell,Valve Vault, Piping, , ,�•� S-23 1 LS 1 ii a Ohsot Pumps,Valves, Instrumentation, Electrical,Water Service, and Appurtenant Site Work, Stone Pavement and Fencing. Discharge Structure Complete, Including Connection to Sanitary Sewer, Discharge Vault,Valve Vault, Piping, — S-24 Valves, Gates, Instrumentation, Electrical,Water Service, 1 LS 81350 g t 350— and Appurtenant Site Work, Stone Pavement and Fencing, By-pass pumping included. S-25 Cut and Re-connect Existing Sewer Service Line 3 EA 9'30 2050— Remove and Reconnect 8" Sewer(DIP, Including 10 LF i300 S-27 Couplings, Encase in Concrete as Directed) «® S-28 HDPE Electro Fusion Coupling 6 EA 2400 14 4c Abandon existing 84"Brick Sewer in MLK Jr. Blvd. S-29 including concrete cap and bulkhead, form for blocking 1 LS 11000 12000 existing hole and flowable fill. _ S-30 Repair Manhole Cover at Steiner Avenue and Magnolia 1EA %$35j— 1035_ Lane — S-31 Furnish and Install Manhole Riser Ring , 214 2.1fb0 8 EA PAVEMENT P-1 Asphalt overlay, type F, 1 'As"thick, minimum 2,554 SY 2•`- 51•o 'o Concrete Cap, 8"thick, 12"wider than excavated trench P-2 and asphalt patch 2 "thick, including placement of 645 SY J pp.• 101150— bituminous tack coat _ P-5 4" Sidewalk, Remove and Replace 42 SY 45 1590 1 _ P-8 Curb and/or Gutter 110 LF 30 330b WATER W-16 Remove and Reconnect Existing 6"Water Main 90 LF 1'70 15 300 MISCELLANEOUS M-1 Flowable Fill for Aborted Bores 90 CY 1 co" 9000 M-2 Class A Concrete 20 CY 375- 1500- M-4 500M-4 Select Backfill Material 40 CY '?J 520 M-5 Clearing Woods(Trees&Grubbing), Easement Only 0.5 AC 9{5O 457rj l 1416-0266315 BID SCHEDULE-REVISED 1 2 OF 4 Pt)cu TI (� REVISED SEPTEMBER 2015 �t'lr<z'iii rtatill �EORG� ,.,, a'r"',5 a> 2 s "'' - "{ s t. fi s . % i6�;', &' ` _.I 1 e� �, �` i mss a�, 4*.�4 -��§ � ,{yy.�� '�" a.)•,A',. `�`i'3" s, yv t";- c,% y t 4 K„. r5p i }i ; „ i 44 : I )= yP (+-.t W Ito' , ;faye. :- 4 ,7Y'> j f tt ,Fk flj 75 , p+ `i ;. +, 'fi �� -4 C �y E'' i s 4 t _wF.t'4 A`,4-1.o. , ..�. s r 3r,:"*:.; ��� 'L ,'»tr is 't a..fir. .'�awl� :is.:,-; r�. ,.x,'-w1'. n 't' :14,-4.I.:' . M-6 Remove and Replace Chainlink 100 LF 22 2.300 Remove existing wooden fence XRDOBOXXXXXXXV414 �— ���— M-7 :• : .• t,, ,l' , : : ODtI X 300 LF M-g Foundation backfill, GA DOT Type II,for additional — 100 CY — q-500 unclassified excavation M-10 Borrow Material 100 CV 13 130 M-11 Rip-Rap, Placed 50 SY 42- 2t00 M-12 Aggregate Base 12"Thick, placed 20 CY 40 V M-13 Demolition of Existing Concrete Foundations 16 SF 12, 1112 M-16 Remove and Reset Storm Structure 1 EA 250() 2500 Install AUD Furnished Fiber Optic,Conduit(LABOR 2,685 LF Zg 3350 2— 5 M-17 ONLY), installed in trench with low pressure sewer M-18 Install AUD Furnished Fiber Optic Conduit in trench under 700 LF 5- 3rJ00� access road to Molly Pond Road complete(Labor Only) M-19 Install AUD furnished Fiber Optic Conduit(LABOR ONLY), 185 LF 2L` 370 installed with low pressure sewer in 36" steel casing M-20 Install AUD furnished Fiber Optic Handhole Boxes(LABOR 4 EA 25 ti OO` ONLY) M-21 Install Access Road including 6"GAB and Fabric 1 LS mow 11 sox— As-built As-built GPS survey(X,Y, Z), Electronic and Paper M-22 copies.GPS survey shall include location of all structures, 1 LS 38 — valves,bends,casing ends,fittings, clean-outs and Inverts/ 3650 depths of all structures. M-23 Furnish and Install Bollard (2)and Chain 1 EA 500- -LUMP SUM LS-1 Lump Sum Construction(Includes But Is Not Limited To 1 LS 31pcp•0011 3w,ofp r The Listing Continued Below) LUMP SUM CONSTRUCTION • Mobilization, Demobilization • Bonds, Insurance 141602 00315 810 SCHEDULE-REVISED 1 3 OF 4 K.....,......._0 e4�'1" REVISED SEPTEMBER 2015 1 Wraltdz 170. CEORO • Gabion Retaining Walls • Remove and reset gates, All types • Remove and reset storm sewer, Lengths &sizes vary • X"<material> drain pipe • Remove and reconnect water services,complete • Reconnect sanitary sewer services • Reconstruct<material>wall, Height varies • Remove and reset signs,Type varies • Remove and reset water sprinkler systems, complete • Remove and reset water valve,size varies • Remove and reset yard lamps,Type varies • Remove and reset mailboxes,Type varies • Erosion and sediment control(temporary grassing, construction exits, rip-rap, misc. erosion control structures) • Silt fence,Type"A" • Silt fence,Type"B" • Silt fence,Type"C" • Traffic control • Miscellaneous grading • Permanent Grassing • Raise manholes and valves boxes to grade NOTE TO BIDDERS: FOR A COMPLETE DESCRIPTION OF BID ITEMS REFER TO THE TECHNICAL SPECIFICATIONS. I 40F4 1416-02 00315 BID SCHEDULE-REVISED I i i i SECTION BB BID BOND KNOW ALL MEN BY THESE PRESENTS,that we,the Legacy Water Group, LLC Travelers Casualty and as Principal, Surety Company of America and as Surety, are hereby held and firmly bound unto the Augusta,Georgia Commission of Augusta, Georgia as Owner in the penal sum of Ten Percent(10%)of the Amount of the Bid _ for the payment of which,well and truly to be made,we hereby jointly and severally bind ourselves,our heirs,executors,administrators,successors and assigns. Signed this 17th day of May ,20 16 The condition of the above obligation is such that whereas the Principal has submitted to the Augusta,Georgia Commission of Augusta,Georgia,a certain Bid,attached hereto and hereby made a part hereof to enter into a contract in writing for the BOND PROTECT NO. UB-2015- 008,GLASS FACTORY RELIEF LOW PRESSURE SEWER,for Augusta,Georgia in accordance with plans and specifications of the AUGUSTA UTILITIES DEPARTMENT. 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 Form 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 perform 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. I BB-I 1416-0200410 Bid Bond i i i i The Surety,for value receive,hereby stipulates and agrees that the obligations 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. IN WITNESS WHEREOF,the Principal and the Surety have hereunto set their hands and seals,and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,the day and year first set forth above. Signed and sealed this 17th day of May A.D.20 16. Witness w 1 Legacy Water Group, LLC (tel) 1_y ° , 4 , ic cor,L, ril a t i o.hti. (Principal) Attest .! At 4, ,,,- B . ✓ aI) Y . . o.r - 1 Maio Ky�, (Title) 41 ' r4. CST e i{'%Ar0 f d" ' reSicterxIe Travelers Casualty and Surety G-1� 7- (.vC)--- Company of America Witness (Seal) Eli be�awson (Surety) 1..,A7e:Ailt 1 f Attesti ,_ By (Seal) Diane L.Phelps,Attorn-ln-Fact William A.Kant,- - i e) Attorney-In-Fact p Y � BB-2 14160200M NSW WARNING.THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER f This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty btsurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance I. { Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United Slates F Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: {. ii. RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice (. ;' President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf P ;. of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the ;. Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any I of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is i ; FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may E delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy ; ti thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking t shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice p 1I President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the t; Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power t [ prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is I: y FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any ¢ k certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds t: and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal e. e shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on } the Company in the future with respect to any bond or understanding to which it is attached. ItI t I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance 1 Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,Si.Paul Mercury Insurance Company,Travelers Casualty and tSurety Company,Travelers Casualty and Surety Company of America,and United States Fidelit<and Guaranty Company do hereby certify that the above and foregoing I tt is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. Y 16 1 IN TESTIMONY WHEREOF, have hereunto set my hand and anixed the seals of said Companies this 17th MAY day of 20 1i..• LHughesLSe± {i 2 (r � n� ryic c, ,r� N4 - P ..... gr. H /„Cn ( ��46 n e 9820 ��/� -N�YPoRhi9) : ppI ms 1`��NPR �m +W 'oPORA t.0-i a 9 .: ` n11.f. -- 'of ¢w HARTFORD • 3•FUI ar+ ra 8 6 `�L� . i9S) w ,`i . :,SEA •:L�r So:,SEAL�p ' cm" a �' �. Nog r s, \1t'f •'-" , r40 AIN - f To verify the authenticity of this Power of Attorney,call l-800-421-3880 or contact us at wwwaravelersbond.com.Please refer to the Attorney-In-Fact number,the t F above-named individuals and the details of the bond to which the power is attached. i' l r €. { r t 1 t', E 1: t t t t i' WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER yr ADHERE TO THE BELOW INSTRUCTIONS AND DO NOT SUBSTITUTE FORMS FLE ,cE REL,D t c-.~ .r°°t Eis a consolidated document consisting of: 1. Business License Number Requirement(must be provided) 2. Acknowledgement of Addenda(must be acknowledged, if any) 3. Statement of Non-Discrimination 4. Non-Collusion Affidavit of Prime Proponent/Offeror 5. Conflict of Interest 6. Contractor Affidavit and Agreement(E-Verify User ID Number must be provided) Attachment B Must be Notarized &the 2 Pis Must be returned with your submittal-No Exceptions. Business License Requirement: Proponent must be licensed in the Governmental entity for where they do the majority of their business, Your company's business license number must be provided on Page 1 of Attachment B. If your Governmental entity(State or Local) does not require a business license, your company will be required to obtain a Richmond County business license if awarded a contract. For further information contact the License and Inspection Department @ 706 312-5050. Acknowledgement of Addenda: You Must acknowledge all Addenda. See Page 1 of Attachment B. E-Verify'"User Identification Number(Company I.D.) The recommended awarded vendor will be required to provide a copy of Homeland Security's Memorandum Of Understanding(MOU) f Verifying FIn for r :f' +` r r jt;'Lr, turnr-' `t E;.ei�€t`i{5 b t `;L� �15�i1fi�% �„�'-.�,, s �p.i '='1 c Your Submittal) Return®nlv If Applicable: 1. The Exception Sheet(If applicable) 2. Local Vendor Registration(if applicable) The successful proponent will submit the following forms to the Procurement Department no later than five(5)days after receiving the"Letter of Recommendation" (Vendor's letter will denote the date forms are to be received 1. Georgia Security and Immigration Subcontractor Affidavit 2. Non-Collusion Affidavit of Sub-Contractor WARt$PNG: Please review"Notice to Proponent" regarding Augusta Georgia's Local Small Business Opportunity Program Proponent Requirements. Vendors are cautioned that acquisition of bid documents through any source other than the office of the Procurement Department is not adv'tsable. Acquisition of bid documents from unauthorized sources places the proposer at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Bids are publicly opened. It is your responsibility to ensure that your company has met the Specifications and Licenses'requirements prior to submitting a bid. Rev.8/6/2015 Bid 16-169 Glass Factory Relief Low Pressure Sewer Bid Due:Tuesday,May 17,2016 3:00 p.m. Page 4 of 15 iF- • G E'' ORGIA Attachment B You host Comoieteard Return the 2 rvitaes of Attachment S v> h Your St'bmittat. Document Must Be Noterted. Augusta, Georgia Augusta Procurement Department ATTN: Procurement Director 535 Telfair Street, Suite 605 Augusta,Georgia 30901 Name of Proponent; Legacy Water Group, LLC Street Address: 10120 Roberts Way City,State,Zip Code: Covington, GA. 30014 Phone: (678)712-2132 Fax: (678)625-3366 Email: mja@legacywatergroup.com Do You Have A Business License? Yes: X No: Business License#for your Company(n ., w -' -): Business License#CONSTI6-0022 Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity(State or Local)does not require a business license,your company will be required to obtain a Richmond County business license if awarded a Bid. For further Information contact the License and inspection Department @ 706 312-5050. List the State,City&County that issued your license: City of Covington, GA, Newton Co. Acknowledgement of Addenda:(#1) X :(#2) X :(#3) :(#4) :(#5) : (#6) :(#7)_:(#8) NOTE: CHECK APPROPRIATE BOX(ES)-ADD ADDITIONAL NUMBERS AS APPLICABLE Statement of Non-Discrimination The undersigned understands that it is the policy of Augusta,Georgia to promote full and equal business opportunity for all persons doing business with Augusta,Georgia. The undersigned covenants that we have not discriminated,on the basis of race,religion,gender,national origin or ethnicity,with regard to prime contracting,subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the bid or contract awarded by Augusta,Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below Is the signature of an officer of the proposer/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative actionito provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing in nature and shall remain In full force and effect without interruption; That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract,termination of the contract,suspension and debarment from future contracting opportunities,and withholding and or forfeiture of compensation due and owing on a contract Non-Collusion of Prime Proponent By submission of a bid,the vendor certifies,under penalty of perjury,that to the best of Its knowledge and belief: (a)The prices in the bid have been arrived at independently without collusion,consultation,communications,or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the bid have not been knowingly disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or to any competitor. (c)No attempt has been made,or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. • Bid 16-169 Glass Factory Relief Low Pressure Sewer Bid Due:Tuesday,May 17,2016 @ 3:00 p.m. Page 5of15 • • Conflict of interest By submission of a bid,the responding firm certifies,under penalty of perjury,that to the best of its knowledge and belief: 1.No circumstances exist which cause a Conflict of interest In performing the services required by this RFP,and 2. That no employee of the County, nor any member thereof, not any public agency or official affected by this RFP, has any pecuniary interest in the business of the responding firm or his sub-consultant(s)has any interest that would conflict in any manner or degree with the performance related to this RFP. By submission of a bid,the vendor certifies under penalty of perjury,that to the best of Its knowledge and belief: (a)The prices in the bid have been arrived at independently without collusion,consultation,communications,or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the bid have not knowingly been disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or competitor. c) No attempt has been made. or will be made, by the vendor to induce any other person,partnership or cooperation to submit or not to submit a bid for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at Its discretion to deduct from the price, or otherwise recover, the full amount of such fee,commission,percentage,gift,payment or consideration. Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies Its compliance with 0.C.G.A. § 13-10-91, stating affirmatively that the individual,firm,or corporation which Is contracting with Augusta,Georgia 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),P.L. 99-603], in accordance with the applicability provisions and deadlines established In 0.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, Georgia Board of Commissioners, contractor will secure from such subcontractor(s)similar verification of compliance with 0.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, Georgia Board of Commissioners at the time the subcontractor(s)Is retained to perform such service. Georgia Law requires your company to have an E-Verlfy'rUser Identification Number(Company I.D.)on or after July 1,2009. For additional information or to enroll your company,visit the State of Georgia website: ce teai-dlj and/or testi >:;_r+v,>w.oc.i..1at�,.r uu 'rci;:r�ii E-Verlfy*User Identification Number(Company I.D.) 798569 NC:„' E-,'Lr;icY USER iDENDIF[E!,7i0ta NNL w:p(COMPk.10:t C fiLISTc_ rt;Cti.l.._.,. iit'A;,OrrI,,',.THE r;...._.a+Fs.E.. €D &tFa'ARDED VEN OF:V.'I:._EE e EQU::PED TO PRO k COPY OF 'OMEL&1 D SEES JF.i k Y'S EWC 7j.i :: :,, a t Uri4EP.ETfi'. .fy; The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition,the undersigned agrees to submit all required forms for any subcontractor(s)as requested and or required. I further understand that my submittal will be deemed non- compliant If any part of this process Is violated. Legacy Water Group, LLC Company - BY: Authzed Officer (Contractor Signature) President Title of Authorized Officer or Agent of Contractor Mark J.Accetturo Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 17th DAY OF May ,20 16 + ,4 .`4.2.0-4ten NOTARY SEAL Notary Public Karen M Kimble My Commission Expires: NOTARY PUBLIC Walton County, GEORGIA My Comm. Expires 03/16/19 REV.8/6/2015 Bid 16-169 Glass Factory Relief Low Pressure Sewer Bid Due:Tuesday,May 17.2016 @ 3:00 p.m. Page 6 of 15 r .. of G E' ` 0 R G 1 A Systematic Alien Verification for Entitlements(SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit,Contract or other public benefit as reference in O.C.G.A. Section 50-36-1, I am stating the following with respect to my bid for an Augusta, Georgia contract for Bid#16-169 Glass Factory Relief Low Pressure Sewer 11T8 Project Number and Project Name] Mark J.Accetturo (Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity) Legacy Water Group, LLC _ (Print/Type: Name of business,corporation,partnership,or other private entity) 1.) x I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8§ USC 1641)or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States. In making the above representation under oath, I understand that any person who knowingly and willfully makes a false,fictitious,or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Gear-'• �l .�i1111P .._ •ture of App Mark J.Accetturo Printed Name 'kAlien Registration Number for Non-Citizens SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 17th DAY OF May , 20 16 `Iffrebir;kb-tliNotary Public Karen M Kimble NOTARY PUBLIC My Commission Expires: Walton County, GEORGIA NOTARY SEAL My Comm. Expires 03/16/19 No t ORM fU EE COMPLETED e^€� 'ND RETURNED r- TH Y r `r rS,,Y..TTA IiC:i�.' F?f�.c+ C�� (e •�1 6.4: vFP' �f'Ft�r.,s'EJ r4...ic� t'�s.i iri a C3�vF-. :.. !i rr.:L REV.2/17/2016 Bid 16-169 Glass Factory Relief Low Pressure Sewer Bid Due:Tuesday,May 17,2016 @ 3:00 p.m. Page 7 of 15 Local Small Business Opportunity Program Ordinance participation of local small businesses;and(c)agreement Requirements not to engage in discriminatory conduct of any type. Notice To All Bidders(PLEASE READ CAREFULLY) (8) Proposed Local Small Business Shall apply to ALL Bids regardless of the dollar amount Subcontractor/Supplier Documentation aiiontof Pion. In accordance with Chapter 10B of the AUGUSTA, GA. l businesses.)Documentation of Good Faith Efforts to use CODE, Contractors agree to collect and maintain all records local small necessary to for Augusta, Georgia to evaluate the effectiveness of " `re ¢` �� rn. its Local Small Business Opportunity Program and to make such `) ` "o't r e Requirements,to records available to Augusta, Georgia upon request. The thi Post Contract Award Requiquireme,The contrpurpoactor of requirements of the Local Small Business Opportunity Program can this sub-section is to establish requirements for has been be found at v;r�E� ir.xisyici_,o�°��. In accordance with AUGUSTA,GA. complianceawwith the LSBOP aftero a contractghas been CODE, Contractors shall report to Augusta, Georgia the total dollars ContractsnThis i hIa local smallted into business all Asg goalhas Georgiaee for which a local been paid to each subcontractor, vendor, or other business on each established or negotiated. contract, and shall provide such payment affidavits, regarding (1) Contractors shall have an affirmative, payment to subcontractors,if any as required by Augusta,Georgia. ongoing obligation to meet or exceed the committed local Such utilization reports shall be in the format specified by the small business goal for the duration of the contract. The Director of Minority and Small Business Opportunities,and shall be Augusta,Georgia may deem a contractor to be in violation submitted at such times as required by Augusta,Georgia. Required of the LSBOP and in breach of its contract if at any time forms can be found at v,v-w,r.s^2.,:€vc2.cos. If you need assistance Augusta,Georgia determines that: completing a form or filing information, please contact the LSBO (a)The contractor will not meet the committed Program office at(706)821-2406. Failure to provide such reports local small business goals;and within the time period specified by Augusta, Georgia shall entitle (b) the reasons for the contractor's failure are Augusta,Georgia to exercise any of the remedies set forth,including within the contractor's control,For example,if a contractor but not limited to,withholding payment from the Contractor and/or does not meet the local small business goal because the collecting liquidated damages. contractor terminated a local small business without cause To print a copy of the Prime Contractor Data Collection Form or if the contractor caused and local small business to visit iiiic i/v,v' nua ac,a,ci,'iui if,.r 7141 =16:72 withdraw from the project without justification, then Website: ttl t!a v-,rr_ai rti ,µc' o_'In de ase,s_?+vi`_3 Augusta,Georgia is justified in finding the contractor to be SHALL APPLY TO PROJECTS$100.000&UP (o(h)violation vCompliaannlation the LSBOP. ( ce. Local Small Business Opportunity Program(Continued) (4)The Director of minority and small business Sec.1-10-129.Local small business opportunities program opportunities shall be responsible for evaluating good faith participation. efforts documentation and subcontractor information (a) Sealed Bids The following procedures and contract submitted by bidders in conformance with,the AUGUSTA, requirements will be used to Insure that local small GA.CODE and any State and Federal Laws applicable to businesses are encouraged to participate in Augusta, any bid specifications for competitive sealed bid projects Georgia contracts,including but not limited to construction prior to award of the contract contracts, requests for professional services and the (I)Competitive Bids. performance of public works contracts. The Augusta, Nothing in this Policy Is to be construed to require Georgia user department shall Indicate goals for local Augusta,Georgia to award a bid contract to other than the small business in all solicitations for contracts over lowest responsible bidder, or to require contractors to $100,000 in value: award to subcontractors, or to make significant material (1) Bid conditions for contracts awarded by purchases from local small businesses who do not submit Augusta, Georgia will require that, where subcontracting the best overall pricing to Augusta,Georgia. goal is utilized In performing the contract, the bidder or Sec.1-10-130.Exceptions-federally funded projects. proponent, will make Good Faith Efforts to subcontract In accordance with§1-10-8 and Chapter 108,the LSBOP with or purchase supplies from local small businesses.Bid shall only be utilized with federally funded projects, solicitations or specifications will require the bidder or proponent to keep contracts as authorized by federal (and Georgia) laws, regulations records of such efforts that are adequate to permit a and conditions applicable to such projects.To the extent that there determination of compliance with this requirement, are any conflicts between any such laws, regulations or conditions (2) Each bidder shall be required to provide and the LSBOP, the federal (and Georgia) laws, regulations and documentation of achieving goal or provide documentation conditions shall control. of Good Faith Efforts to engage local small businesses as subcontractors or suppliers, the names of local small NOTE: All forms should be submitted in a separate, sealed businesses and other subcontractors to whom it intends to envelope labeled Local Small Business Required Forms, award subcontracts, the dollar value of the subcontracts, Company's Name&Bid Number and the scope of the work to be performed, rerrded on the form(s)provided or made available as part of the bid For a-€ "1` r"4 r.,r ted,tin-,zI •-11071m°-loti :.base package. If there are no sub-contracting opportunities, corttnnt: bidder shall so indicate on the appropriate form. (6) All bid documents shall require bidders or Mrs.Yvonne Gentry, proponents to submit with their bid the following written Local Small Business Opportunity Program, documents, statements or forms, which shall be made 535 Telfair Street,Room 610, available by the Procurement Department. Georgia eorgia 30901 (I) Non-Discrimination Statement which shall affirm the bidder's: (a) adherence to the policies of ,(706)821-2406. Augusta, Georgia relating to equal opportunity in contracting; (b)agreement to undertake certain measures Website: ham./lww+ .nuoue-ta a.onv.iia,pex.nscY.e fie-33 as provided in this policy to ensure maximum practicable Revised 2-11-16 Bid 16-169 Glass Factory Relief Low Pressure Sewer Bid Due:Tuesday,May 17,2016 @ 3:00 p.m. Page 8 of 15 1 . 33, .tYtx SFS..," "ft eak' June 14, 2016 Mr. Tom Wiedmeier, P.E., Director Augusta Utilities Department 360 Bay Street, Suite 180 Augusta, GA 30901 Re: 1416-02 Glass Factory Relief Low Pressure Sewer System Award Recommendation Dear Mr. Wiedmeier: A single bid on this project was received on May 17, 2016 from Legacy Water Group, LLC. The bid amount was $2,790,690.25 which exceeded the project budget. The Augusta Utilities Department directed us to negotiate with the bidder to assess possible cost savings. The result of that effort has resulted in a cost reduction of$470,690.25 and a proposal from the bidder which now totals $2,320,000.00. The specifics of the cost changes are shown in the attached Revised Bid Schedule and the attached revised drawings and summarized as follows: Item S4D &S4E—Eliminate the casings for 2 roadway crossings. Item S-23—Reduce the size of the Pumping Station Wetwell to 12 x 12 to allow a precast structure and modify the connection detail at the existing 84" brick sewer. Item S-24—Change the discharge structure and valve vault to circular precast structures. We recommend that Augusta accept these changes in the scope, the resultant savings and award this contract to Legacy Water Group, LLC in the amount of$2,790,690.25 reduced by the amount of$470,690.25 for a net Total Award of$2,320,000.00. ZIMMERMAN , EVANS & LEOPOLD , INC 1 r SI:t t I F,,,!)' Os) 7 r 4-E,r Et ,_,1 ! _ i rl _ GA a!!:,!_ tit June 14,2016 Page 2 Please let us know if you need additional information. Very truly yours, ZINIMERMAN, EVANS AND LEOPOLD, INC. 16'74' IVIi�c�S�l+'E. e an`P.E Senior Project anager MEF:slv Enclosures: Bidder's Letter Bidder's Revised Proposal Revised Drawings 001, 002, 009, C10, C11, C12, C14 cc: Bob Leetch 1416-02 Wiedmeier,Bid Rec ltr.docx LE CAGY WATER GROUP, LLG.. ::(D'?ETrwVL.':''.ON SOLUTION` June 14,2016 ZEL Engineers 435 Telfair St. Augusta, GA. 30901 ATTENTION: Mr. Mitch Freeman, P.E. REFERENCE: Glass Factory Relief—Low Pressure Sewer Bond Project#UB-2015-008 Bid Item 16-169 Dear Mr.Freeman: As discussed, based on the Value Engineering changes that have been made on the above referenced project, Legacy Water Group, LLC agrees to modify its proposal by$470,690.25. The attached"Revised Proposal"should serve as the basis for award and contract. Where items are crossed out or bid at $0.00,those items will be deleted from the project. Please accept this letter as our formal proposal and do not hesitate to call with questions or clarifications. Sincerely, LEGACY WATER GROUP,LLC ("11, Mark J.Accetturo President EMAIL: miaf legacvWatergroup.cam MJA:kk Enclosure 10120 Roberts 'Jay Covington,Georgia 30014 678.712.2132 SECTION 00310 PROPOSAL DATE: 7 / !'i j t t Gentlemen: In compliance with you invitation for bids,the undersigned hereby proposes to furnish all labor, equipment and materials,and perform all work for the project referred to herein as: BID ITEM 16-169 GLASS FACTORY RELIEF-LOW PRESSURE SEWER- BOND PROTECT NO.UB-2015-008 In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: -1-'w+0 14.tl:p-e% , 44".4 cc uL 4� 44. -+'-'r and -° /100 dollars( 2,$7-0.c)0.40 ). The undersigned hereby agrees that,upon written acceptance of this bid,he will within 10 days of receipt of such notice execute a formal contract agreement with the Owner,and that he will provide the bond or guarantees required by the contract documents. The undersigned hereby agrees that,if awarded the contract,he will commence the work within Ten(10)calendar days after the date of written notice to proceed,and that he will complete the work within TWO HUNDRED FORTY(240)calendar days after the date of such notice. The undersigned acknowledges receipt of the following addenda: Addendum No.Addendum Date 4` Enclosed is a bid guarantee consisting of 1 o /, .rC- ®w• Pa• '� in the amount of • Respectfully Submitted, Firm 1 a 1'L 0 tA.1 A4 ,Lev d,rr ('A- Address 0 BY: Dp _ p.A A F.K A -6--T"7'vP-CO TITLE: • 1416-02 00310 Proposal 1 I i i i 1,....,G!..__7:4 rtflk:01" REVISED SEPTEMBER 2016 �EORG% AUGUSTA UTILITIES DEPARTMENT- PROJECT SANITARY SEWER STANDARD BID SCHEDULE m,„:rt- -.. ,t."- `'} w --6,,-,::--,z- z, '^7"5 _ 7" :"._•[-'3----.; " a- . -r � u r ' r-]firris t1r d� _ J,7lik {j v�fi s3 -r'j1v71 11 r� -'-'1'1.111 fiii' iC 1I _27:"_— i - -, 1 { ,- 1z SANITARY SEWER 30"Diameter Gravity PVC Sanitary Sewer pipe SDR 26,0' S-1A -6', Including Type II(NO. Stone)Bedding Material. 34 LF Include removal of existing sanitary sewer and by-pass 1,o 6a. 4 ult. pumping . 30"Diameter Gravity PVC Sanitary Sewer pipe SDR 26,8' ' S-1 B -10', Including Type II(NO. Stone)Bedding Material. 212 LF Include removal of existing sanitary sewer and disposal j�2. iv 4. and by-passpumping. 30"Diameter Gravity PVC Sanitary Sewer pipe SDR 26, S-1 C 10'-12', Including Type II(NO.57 Stone)Bedding 700 LF Material. Include removal of existing sanitary sewer and I��•.. �2. 00. disposal and by-pass pumping. - 12"Diameter Gravity RCP Sanitary Sewer pipe, 10'-12', S-1 D Including Type II(NO.57 Stone)Bedding Material. Include 20 LF 65,.• 1300. removal of existing sanitary sewer and by-pass pumping. S-1E Slip-Line(CIPP)30"Sanitary Sewer including by-pass 46 LF 610,0 22 ,otaO. pumping,complete 24' HDPE, DR17 Low Pressure Sewer, Depth 0'to 8' S-2A Including jetted sand Bedding and Fittings, Installed by 2,270 LF 83," laa.410- Open Cut 24"HDPE, DR17 Low Pressure Sewer, Depth 8'to 10' S-2B Including jetted sand Bedding and Fittings, Installed by 166 LF Sto a 14.21 ca.. Open Cut 24"HDPE, DR17 Low Pressure Sewer, Depth 10'to 12' S-1C Including jetted sand Bedding and Fittings, Installed by 135 LF in.,. 16.1/5. _, Open Cut Railroad Crossing#734121 B--36"Steel Casing 0.5"Wall S-4A Thickness, including 24"HDPE,DR17 Carrier Pipe. 90 LF ( €o.' (at:too. Installed by Bore and Jack S-4D Martin Luther King Jr. Boulevard—30"Steel Casing 0.312 35 LF X. X Wall Thickness,Installed by Open Cut in Trench S-4E Old Savannah Road—30"Steel Casing 0.312 Wall 60 LF X. X Thickness, Installed by Open Cut in Trench _ _ 72"Diameter Pre-cast sanitary manhole(#A1-#A6), S-6 including manhole,ring and cover,removal of existing 6 EA g 1 OO'" ,54-,(000. manhole and disposal,complete. _ _ 72"Diameter Doghouse manhole(#A7),including S-11 manhole,ring and cover,removal of existing manhole and 1 EA ., , 11.600- disposal,complete S-22 Air Release Valve and Manhole, Complete 3 EA ('L,�'15" 61414, 1416.02 00316 BID SCHEDULERENSED 1 OF 4 ixoGusr.4 ri�iA; REVISED SEPTEMBER 2015 G4oRG. �2 ,_ °..- ' ^r.-1--`� az �;� f �-�` Yat rte-'�k -10 p t 4s ,r x -4' ,, ,i k 5.d'f f --,,,,,p,:,-,- , 'E Ui ' , kr-,wi"�' - , ty ,rti 4.,- „,,,,,- __.,:t r .r ��'�-'. ����^'.¢� - �:� { `z"x. _ -�'” fr" '!1 t yiJ�,F �,t.a "��r�-•r3��5.- 1 �..�.� "ca> ,z; }s>- �,. xr _ `s`•... i.: S :lf -� tea' Pumping Station Complete, Including Connection to S-23 Existing 84"Brick Sewer, Wetwell,Valve Vault, Piping, 1 LS 1,Ztog,52R.�' Pumps,Valves,Instrumentation,Electrical,Water Service, and Appurtenant Site Work, Stone Pavement and Fencing. I,-r..69 52.41.4< 4 Discharge Structure Complete, including Connection to Sanitary Sewer, Discharge Vault,Valve Vault,Piping, S-24 Valves,Gates, Instrumentation,Electrical,Water Service, 1 LS 16,Awe 15,coo. and Appurtenant Site Work,Stone Pavement and Fencing, By-pass pumping Included. S-25 Cut and Re-connect Existing Sewer Service Line 3 EA c&:5c),•• zgsp. S-27 Remove and Reconnect 8"Sewer(DIP, Including 10 LF Couplings,Encase in Concrete as Directed) 1-60.-. 13D0- 5-28 HDPE Electro Fusion Coupling 6 EA 7}�Oo.' 14.,4,0. Abandon existing 84"Brick Sewer in MLK Jr. Blvd. S-29 including concrete cap and bulkhead,form for blocking 1 LS 12.15v0.4 12.two , existing hole and flowable fill. - 5-3o Repair Manhole Cover at Steiner Avenue and Magnolia 1 EA 1 -. I BS5. Lane 2 2L(oO- S-31 Furnish and Install Manhole Riser Ring 8 EA PAVEMENT P-1 Asphalt overlay,type F, 1 '/Z"thick,minimum 2,554 SY IS,ro S$•Sl o Concrete Cap,8"thick, 12"wider than excavated trench P-2 and asphalt patch 2 "thick,including placement of 645 SY IOD•" (,4.600. bituminous tack coat P-5 4"Sidewalk, Remove and Replace 42 SY 4-5, 1 Z,74lo. P-8 Curb and/or Gutter 110 LF3p,� 9j3oO. WATER W-16 Remove and Reconnect Existing 6"Water Main 90 LF (10. l'a3oo. I - MISCELLANEOUS M-1 Flowable Fill for Aborted Bores 90 CY 100 9000. • M-2 Class A Concrete 20 CV 515."" 750E). M-4Select Backfill Material 40 CY l'f- ^ 'jtp. M-5 Clearing Woods(Trees&Grubbing),Easement Only 0.5 AC 61160:6 45-i 1415-02 00315 BIDS HEDULE•AEVISED 2 OF 4 1,,uGus „4 gbiliWn REVISED SEPTEMBER 2015 CE•RG y{._,.- - ,�.`G`' �� ,yam �' � !S , , L ,'t�+ ,,,3i a�A 2a }-rr'' ��r' �,.r �`` Int G v { ;4' '.�� �' '^..Vf._ `.�,.ofr` L � � � g'«t,Q 'y'' £'�2 `Y t !b` 3f' ,�.,..'--'�'-- l' LiS f'-y +aCFt�� ff 'ra '3. �'':- .. '`,`ate�; ,�..��' 2} Jk' � Ct.. _ r�. M-6 Remove and Replace Chainlink 100 LF 2s z,3ap, Remove existing wooden fence 1Acuiberar$e_sior-__ 300 LF (o." 500- M-7 recce Willi)civin IA fee(viA9al b +rler) otse fer�rae. it.ssa,•,.#.+ 2 - M-9 Foundation backfill,GA DOT Type II,for additional 100 CY 4 ,•- - t�©. unclassified excavation M-10 Borrow Material '100 CY I?j•.. ) vo. M-11 Rip-Rap,Placed 50 SY 4.2.....„ 7..61 oo- M-12 Aggregate Base 12"Thick,placed 20 CY 4 p..- Spa, M-13 Demolition of Existing Concrete Foundations 16 SF IE..' ,CIE.. M-16 Remove and Reset Storm Structure 1 EA Z.500•' Z.'oo . M-17 Install AUD Furnished Fiber Optic Conduit(LABOR 2,685 LF 1, ,Z'5 •2356•`c ONLY),installed in trench with low pressure sewer M-18 Install AUD Furnished Fiber Optic Conduit in trench under 700 LF �,-• 3500. access road to Molly Pond Road complete(Labor Only) M-19 Install AUD furnished Fiber Optic Conduit(LABOR ONLY), 185 LF �.• �j"1 - installed with low pressure sewer in 36"steel casing M-20 install AUD furnished Fiber Optic Handhole Boxes(LABOR 4 EA .Zs,* 00- ONLY) M-21 install Access Road including 6"GAB and Fabric 1 LS 11,600- novo _ _ As-built ovo - As-built GPS survey(X,Y,Z),Electronic and Paper M-22 copies.GPS survey shall Include location of all structures, 1 LS sgy0- 79.50. valves,bends,casing ends,fittings,clean-outs and Inverts/ depths of all structures, M-23 Furnish and Install Bollard(2)and Chain 1 EA X00,- 500, LUMP SUM LS-1 Lump Sum Construction(Includes But Is Not Limited To 1 LS 2.0't),000t240,000 The Listing Continued Below) - LUMP SUM CONSTRUCTION zet. 01.0•-,4-i-,a (4 41114s • Mobilization,Demobilization • Bonds, Insurance 141S-1100315 BID SCHEDULE-REVISED 3 OF 4 �UGUSr, -e-14:4§111 REVISED SEPTEMBER 2015 C$ORGi • Gabion Retaining Walls • Remove and reset gates,All types • Remove and reset storm sewer,Lengths&sizes vary • X"<material>drain pipe • Remove and reconnect water services,complete • Reconnect sanitary sewer services • Reconstruct<material>wall,Height varies • Remove and reset signs,Type varies • Remove and reset water sprinkler systems,complete • Remove and reset water valve,size varies • Remove and reset yard lamps,Type varies • Remove and reset mailboxes,Type varies • Erosion and sediment control(temporary grassing,construction exits, rip-rap,misc. erosion control structures) • Silt fence,Type"A" • Silt fence,Type"B" • Silt fence,Type"C" • Traffic control • Miscellaneous grading • Permanent Grassing • Raise manholes and valves boxes to grade NOTE TO BIDDERS: FOR A COMPLETE DESCRIPTION OF BID ITEMS REFER TO THE TECHNICAL SPECIFICATIONS. 1416.0200316 BID SCHEDULE-REVISED 4 OF 4 Orru? NOTICE OF AWARD DATE: CONTRACTOR: Legacy Water Group,LLC ADDRESS: 10120 Roberts Way Covington GA 30014 City State Zip Code PROJECT: GLASS FACTORY RELIEF LOW PRESSURE SEWER PROJECT NO: BOND PROJECT NO.UB-2015-008 At a meeting of the held on(Date) you were awarded the Contract for the following Project: GLASS FACTORY RELIEF LOW PRESSURE SEWER Enclosed please find 3 copies of the Contract Documents for your execution. Please complete the 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. The Certificate of Insurance must be complete. Power of Attorney must be submitted in triplicate;an original and two copies is permissible. Very truly yours, Project Engineer Reclept of this NOTICE OF AWARD Is hereby acknowledged this,the day of 2016 Legacy Water Group, LLC President Contractor - J.Accettlr• Title Please sign and return one copy of this Notice of Award Acknowledgement to: Augusta Utilities Department Street,Bay Suite 180 Augusta,GA 30901 1416-02 00510 Notice Of Award.Docx ■ i i 1 Auk TRAVELERS J Bond&Financial Products 280 East 96th St.,Suite 300 Indianapolis,IN 46240 Phone: (317)818-0188 Fax: (866)216-5980 July 7, 2016 Augusta Utilities Department 360 Bay Street, Suite 180 Augusta, GA 30901 RE: LEGACY WATER GROUP, LLC PROJECT: UB-2015-008, Glass Factory Relief Low Pressure Sewer BOND NO.: 106537499 To Whom It May Concern: This letter will serve to confirm that as the surety representative of the Travelers Casualty and Surety Company of America, the surety company listed on the above referenced Performance & Payment bonds, it is acceptable to the surety for a representative of either the Augusta Utilities Department or engineer to date the bonds, and corresponding powers of attorney. At the time the bonds were issued, it had been determined a contract date had not been issued; therefore, if there is not a contract date, it is standard industry practice not to date the bonds, and corresponding powers of attorney prior to the contract date. If you have any questions or concerns relating to this matter, feel free to contact our office at the address/telephone number listed below. TRAVELERS CASUALTY AND SURETY COMPANY OF ERICA Willi . tlehner, III, Authorized Surety Representative C/o Garrett-Stotz Company 1601 Alliant Avenue Louisville, KY 40299-6338 PH: (502)415-7000 FAX: (502)415-7002 r I 1 1 i 1 SECTION A AGREEMENT AGREEMENT • This AGREEMENT,made on the 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 Legacy Water Group.LLC, 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.UB-2015-008 GLASS FACTORY RELIEF LOW PRESSURE SEWER 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 14 calendar days after the date of written notice by the Owner or the Contractor to proceed.All work shall be substantially completed within 210 calendar days with all such extensions of time as are provided for in the General Conditions. Substantial completion shall be defined in the General Conditions. Final completion shall be 30 days after substantial completion. It is hereby understood and mutually agreed,by and between the Contractor and the Owner, that the date of beginning,rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS 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 completion of the same,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 Two Thousand and no/loo ($2.00o.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 to substantial completion. 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 1416-02 00520 Agreement.Dooc 1 i — It is further agreed that time is of the essence of each and every portion of this Contract and the specifications wherein a definite portion and certain length of time is fixed for the 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 PAYIVIENT (A) The Contract Sum The Owner shall pay to the contractor for the performance of the Contract the amount as stated in the BID FORM 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 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 Engineer.This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. OA the vendor run following approval of the invoice for payment,the Owner shall after deducting previous payments made, pay to the Contractor 9o% of the amount of the estimate on units accepted in place.The io% retairied percentage may he held by the Owner until the final completion.And acceptance of all work under the Contract. ARTICLE N-ACCEPTANCE AND FINAL PAYMENT (A) Upon receipt of written notice that the work is ready for final inspection acceptance,the Engineer shall within io days made 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 he 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 Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed mdebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in eases 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 Et waiver of all claims by the Contractor except those previously made and still unsettled. (C) If after the work has been substantially completed,full completion thereof is materially delayed through no fault of the COntractor and the Engineer, 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 waiver of claims. 1416.02 00520 Agreement 2 . ,. .... IN WITNESS WHEREOF,the parties hereto have exectlfailifsAgreemenrinticree(31cOunterParts,each of which shall be deemed an original,in the year anti day first mentionelAws. '1'1'1% 9°,0.A,C141 OWNER:AUGUSTA,GEORGIA ArAY e4P-' '"..,,, 4.• 40 — ,; 0 to* ,i. .- •,-,, " or ''',- ,•„. . 1 . '''" • ON, if[4! Vi ..040 `. By SEAL Aeco,,,A.44.2v .... At ., ,Ail Biliik-iiiectrtFPoiTir o , • - g 1,.. The Honorable Hardie Davisor-Anner C; - Mayor lCler o o• e ' - ' : oal 41( Date: Date:/ , . APPROVED AS TO FORM: DEPARTMENT APPROVAL; ., ..,,,,A) •0„,14,,iO4,,,,,,,,,,i.04.4.0,,kvewolrpo,,,,,,t,,,o,V 14•••••••+r, ..• _ By: /_ kitkalioft By:.... S.D_____L,P__-.._ LA'A•-..., Thomas 12 Wiedmeier Attorney Director,Au sta Utilities Department _ Date: 7/2r/IS Date: l 6/1 .6' CONTRACTOR: ATTEST: / SEAL By: A. 0 • 11111 ......... By: .,,E-/ 4' , , - - _ -4140117,%,- Name: Mark J. Acce M-11".7 Name: Gary H. Herber Title: President Title: Secretary Date: Date: I I 141E-02 00520 Agreement 3 I i i 1 U5� r'`n NOTICE TO PROCEED DATE: TO: Legacy Water Group,LLC Attn:Mark J.Accetturo,President 10120 Roberts Way •Covington,GA 30014 PROJECT: GLASS FACTORY RELIEF LOW PRESSURE SEWER PROJECT NO:UB-2015-008 You are hereby notified to commence WORK in accordance with the Agreement dated on or before ,and you are to complete the WORK within 240 consecutive calendar days thereafter. The date of completion of all WORK is therefore Very truly yours, Project Engineer • Receipt of this NOTICE TO PROCEED is hereby acknowledged This,the day of 2016 Contractor: Legacy Water Group, LLC By: Mark J. Accetturo Title: President Please sign and return one copy of this Notice to Proceed Acknowledgement to: Augusta Utilities Department 360 Bay Street,Suite 180 Augusta,GA 30901 1416-02 00550 Notice To Proceed.Docx SECTION PB PERFORMANCE BOND BOND NO.106537499 (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE PB-3,IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND MATERIAL.) KNOW ALL MEN BY THESE PRESENTS: That Legacy Water Group,LLC as Principal, hereinafter called Contractor,and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA a corporation organized and existing under the laws of the State of CONNECTICUT ,with its principal office in the City of HARTFORD ,State of CONNECTICUT ,as Surety, hereinafter called Surety,are held and firmly bound unto AUGUSTA,GEORGIA BY AND THROUGH THE AUGUSTA COMMISSION as Obligee,hereinafter called the Owner,in the penal amount of Two Million,Three Hundred Twenty Thousand and no/100 Dollars ($2,320,000.00)for the payment whereof Contractor and Surety bind themselves,their heirs, executors,administrators,successors,and assigns,jointly and severally,firmly by these presents for the faithful performance of a certain written agreement. WHEREAS,Contractor has by said written agreement dated entered into a contract with Owner for the BOND PROJECT NO.UB-2015-008,GLASS FACTORY RELIEF LOW PRESSURE SEWER in accordance with the drawings and specifications issued by the Augusta Utilities Department and the Augusta-Richmond County Commission,which contract is by reference made a part hereof,and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall promptly and faithfully perform said CONTRACT,then this obligation shall be null and void;otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the CONTRACT, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default,or shall promptly (1) Complete the CONTRACT in accordance with its terms and conditions,or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder,or,if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner,and make available as Work progresses(even though there should be a default a succession of 1416-02 00610 Performance&Payment Bonds Do= PB-i I i i i 1 defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price;but not exceeding,including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof.The term"balance of the contract price,"as used in this paragraph,shall mean the total amount payable by Owner to Contractor under the Contract and arty amendments thereto,less the amount properly paid by Owner to Contractor Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the CONTRACT falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed this day of A.D.20_ Witness 't,SA t€_t- 144 Legacy Water Group,LLC(Seal) Karen M.Kimble (Contractor) Attest / . / ► h(Seal) Gary . ` a r, :e etary President = ro, fie) TRAVELERS CASUALTY AND SURETY Witness r1� COMPANY OF AMERICA (Seal) )trc� ; DIANE L.PHELPS (Surty) ' fart' Attest B (Seal) LIZ D 4JSON WILLIAM A. .NT - II ATTORNEY-II- ACT (Title) COUNT SIGNBY GA EK,I((j/ MAR HUS A 3560 LENOX ROAD NE,SUITE 2400,ATLANTA,GA 30326 1416-02 00610 Performance&Payment Bonds.Docx PB-2 SECTION PB LABOR AND MATERIAL PAYMENT BOND BOND NO.106537499 NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-I,IN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE WORK.) KNOW ALL MEN BY THESE PRESENTS: That Legacy Water Group,LLC as Principal, hereinafter called Contractor,and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA a corporation organized and existing under the laws of the State of CONNECTICUT with its principal office in the City of HARTFORD ,State of CONNECTICUT as Surety,hereinafter called Surety,are held and firmly bound unto AUGUSTA,GEORGIA BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION,as Obligee, hereinafter called the Owner,for the use and benefit of claimants as herein below defined in the amount of Two Million,Three Hundred Twenty Thousand and no/100 Dollars($2,320,000.00) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents. WHEREAS,Contractor has by written agreement dated entered into a contract with Owner for the BOND PROTECT NO.UB-2015-008,GLASS FACTORY RELIEF LOW PRESSURE SEWER in accordance with drawings and specifications issued by the Augusta Utilities Department and Augusta-Richmond County Commission,which contract is by reference made a part hereof,and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition of this obligation is such that, if the Contractor shall promptly make payment to all claimants as hereinafter defined,for all labor and material used or reasonably required to use in the performance of the CONTRACT,then this obligation shall be void;otherwise it shall remain in full force and effect,subject,however,to the following conditions: (1) A claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed as to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT. (2) The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety(90) days after the date on which the last of such 1416-02 00610 Performance&Payment Bonds.Docx PB-3 1 claimant's work or labor was done or performed,or materials were furnished by such claimant,may sue on this bond for the use of such claimant,prosecute the suit to final judgement for such sum or sums as may be justly due claimant,and have execution thereon.The Owner shall not be liable for the payment of any costs or expenses of any such suit. (3) No suit or action shall be commenced hereunder by any claimant, (a) Unless claimant, other than one having a direct contract with the Contractor, shall have given written notice to any two of the following: The Contractor, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located,save that such service need not be made by a public officer. (b) After the expiration of one ( I) year following the date on which Contractor ceased work on said CONTRACT, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project,or any part thereof,is situated,and not elsewhere. (4) The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. I 1416-02 00610 Performance&Payment Bonds.Doca PB-4 i i i Signed and sealed this day of A. D.20 . ` . Legacy Water Group,LLC(Seal) Witness '?� /(� l'rdr,"ker Karen M. Kimble (Contractor) :A f11,A ( PA. (Seal) Attest / 4 .- . .rk J.A..,-t{ ro,"TN Ga '. er,� -�e ary President ' TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA (Seal) Witness DIANE L.PHELPS (S . B (Seal) Attest WILLIAM A.KA TL `,III LIZ D SON ATTORNEY-IN-FACT (Title) 4 COUNTS IGNE/BY: GAR .EKLUND,MA A 3560 LENOX ROAD NE,SUITE 2400,ATLANTA,GA 30326 1416-02 00610 Performance&Payment Bonds.Docx PB-5 1 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS41J110k Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 228860 Certificate No. 006458934 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Deborah A.Yates,Steven M.Garrett,William A.Kantlehner III,Thomas J.Mitchell,Jeffrey A.Brown,Diane L.Phelps,S.Annette Mullet,Roger A. Neal,Stuart P.Peterson,Andrea Cortes,Ryan P Mitchell,and Andrew G.Windhorst,Jr. of the City of Louisville ,State of Kentucky ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. Not limited to a specific dollar amount. 14th IN WITNESS WHEREOF,the Companies 2016 have caused this instrument to be signed and their corporate seals to be hereto affixed,this January day of , Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company tt :.. 1'SI•!I.! mF\RE 4 \�,W INfGp,�1NS�gq `JPS �G9fly Q e�su,< Qo. ......•: fes• ryo.. w `� t pPP.R,r TL Y moi, 4~ 9Z jiCORPORA/F m j W FG�pPORATf:,t^et FNRTF:„ORORATED i '" _._ a HAD, N896 tIt s 4.na m i S :I: .o j CONN. t 9 s 2 0 1977 1951 '` kO._.. c I Z t `' .p,S -o-•.SEALia' m ` ,a Qtis s ��o ted..........0-1 ot.•... .:gid° ey ,_ ‘1/4 „ va -,,ANt �6� �"R�a �tt� e�. '� '"'��;e 1S:.A.�-� '`+s..... , , R State of Connecticut By: I Robert L.Raney, enior Vice President City of Hartford ss. 14th January 2016 before me personally appeared Robert L.Raney,who acknowledged himself to On this the day of be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers ' Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. I rtARIN Q/�J�+ C , -In Witness Whereof,I hereunto set my hand and official seal. Marie C.Tetreault,Notary Public My Commission expires the 30th day of June,2016. * Pinn.�G.fi Ir I 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this dayof ,20 Kevin E.Hughes,Assistant Sec tary `` �FIREb•vy l�.P�oRf ` 4'y°"c \*.....NS` ;..!�1XSU 's TY 4" a4_ C7 t t1 7� 2` ' 4 'P 4 fLiAPVA,F , .4c,...........4,y°; 9J S.L 4 � 4:01Y 4042, 1 982 p � `191/ ���ADRATEp� APPA„.", f e' �, 4� z . �r wr aI ', mrcc Arf1"i a E 1951 e2l� �tgg of t; Keno, F s 1982 did �� � 4 ysftLrof .SEAL. ° � $ 896 • �'�n X�ww` ti,is Va_ �o.;. a 's� a'� \,, ......r� Lj Raa To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. I WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER `'''.....1 LEGAC-1 OP ID: RO A c RL7` CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 07/07/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. 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). PRODUCER CONTACT Garrett-Stotz Company NE Colleen Hickman PHOFAx 1601 Alliant Avenue (A/C,No.Eat):502 415-7034 ,(A/C,No):502-415-7000 Louisville,KY 40299 ADDRESS:cghickman@garrett-stotz.com William A.Kantlehner,III — --_ INSURERS)AFFORDING COVERAGE NAIC# INSURER A:Amerisure Mutual Insurance 23396 INSURED Legacy Water Group, LLC INSURER B: I 10120 Roberts Way INSURER c: . Covington,GA 30014 – _ — INSURER D: INSURER E: __. _. ...... INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'NSR _ .......----- _. _....'_TADDL SUER, _ ........__......----- LTR• TYPE OF INSURANCE POLICY EFF POLICY EXP ---- --- '—�� — {NSR NND I POLICY NUMBER � LIMITS I•GENERAL LIABILITY ' MlOD(YYYY).(MM/DDIYYVY} EACH OCCURRENCE j $ 1,000,000 I06/01/2016106/01/2017 DAMAGE TO RENTED A 1 COMMERCIAL GENERAL LIABILITY X X ,CPP2092785 PREMISES(Ea occurrence) $ _ 100,000 f X 1 CLAIMS-MADE X OCCUR i _... ) j MED EXP(Any one person) $ 5,000 _..- PERSONAL&ADV INJURY $ 1,000,000 I — PRODUCCO_--...... $ 1,0 00,000(GEN LAGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 1,000,000 X PRO-` POLICY I LOC $ 1 AUTOMOBILE LIABILITY I !COMBINED SINGLE LIMIT (Ea acadent) $ 1,000,000 A X 1 ANY AUTO X X CA2092784 06/01/2016 06/0112017 BOOT!Y INJURY(Per person) $ ,ALL OWNED -"'- SCHEDULED ----- , AUTOSAUTOS ! BODILY INJURY(Per accAderf) $ I X HIRED AUTOS X _ NONGOWNED ' -PROPERTY DAMAGE ----- - �_ .._ F iPERACCIDENTI .....-. _ $ `._- I X I UMBRELLA LIAR X OCCUR { I $ I ! tEACHOCCURRENCE �$ 6,000,000 A : EXCESS UAB CLAIMS-MADE' X X 01.12092787 !! 06/01/2016 06/01/2017 i t _t_-.._.._ �_ 3 ,AGGREGATE DED , X 1 RETENTIONS -0- r —.-.- .. 6,000,000 WORKERS COMPENSATION 'AND EMPLOYERS LABILIITY ' ! X WC STATU- I ERH-� $ TORY LIMITS f A ANY PROPRIETOR/PARTNER/EXECUTIVE I /N WC2093486 06/01/2016,06/01/2017 EL.EACH ACCIDENT $ 100,000 OFFICER/MEMBER EXCLUDED9 I N/A ...... (Mandatory in NH) '' ( I E L.DISEASE-EA EMPLOYEE'S 100,000 If yes,describe under : – --- _ - __.-.....-----....... DESCRIPTION OF OPERATIONS below - , E.L.DISEASE-POLICY LIMIT 1 $ 500,000 A Leased/Rented 'IM 2092786 06/01/2016 06/01/2017 Per Item 500,000 Equipment I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Bid Item #16-169 Glass Factory Relief Low Pressure Sewer for Augusta Utilities Department See attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Augusta Pocurement Dept THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Director of Procurement Geri A,Sams 535 Telfair Street, Rm 605 AUTHORIZED REPRESENTATIVE Augusta,GA 30901 ` 'lit .. -2 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD HOLDER CODE LEGAC-1 NOTEPAD. INSUREDS NAME Legacy Water Group,LLC OP ID: Re Date 07/07/2016 4ugusta, GA Commission, Augusta Procurement Department, 535 Telfair St. , Rm 605, Augusta, GA 30901 listed as additional insured on the GL, Auto and Umbrella policies as required in written contract. Coverage is primary and non-contributory. Waiver of Subrogation applies as required by written contract. Agency provides 30 days notice of cancellation except for non-payment of 'premium and at the insureds request. 1 Tv' Ti a1 U) a a w Cc c c 69 69 69 69 69 69 69 69 6A 69 0 E M y d L Z o o o ID a) O 0) a _ a7 a� m Q,. .0 i 9 0. 0 C aJ • w d . d t a ;; do P. LU d w o A5a Q O tic E n Sr 44 ° J 0 w.c 0 d U) N O G w d a tD Q J a) a) �S N, � Z c oW ccZad c 0 d J p w m $ o ST EN to 0 re 03 CO E + I- N u dv y 1.-- tico m 4- 0wx ` -- ° w Wa a Ow d vc ` 0FaV , u ° 1 Q x E lj n 0 ` rom N rz H- u I- wO a OOa n pw e O c ax Spo C.) u m 0 tii E V c < ( 1\ c c Lu LiCI a 11- U ai 8� A w cz zaz E ' fxHa 0 d °N c G o • a, ° p vw a xz O di Li rnV •1110 b, :. 5 r N ri < .6 4s. ti ao Qi _. d y d N C o o _ z. ,�/�1a E Qc 8 s5_c c: $.2 D.I CO CL ?w a} XR. Lm O 0 Q0- L t o D U. 204. a 0om C At P o Q ... O E ■.. , .r.-.'b:0 V c a0 700 co ft- RI ti to V 'o o m Y. 'W m g 8 8 4. ■� O -c c ' QC'y5cc -� "b y�w Cpp.+Al aT c'.MI6 C p .E C a} al - b E:' V UL mca:Zw VQ ° EARa L •c au > 'c = a m I. .. O.. >- 0 w W: raNsc H 0 E U 0 V m' a 0 is.o �... Cb: L c ♦d .. 8 U Z W z I- 2 3z Vi , t - c. > aU m a z = Z sc >. > c O awi. a' 'V 0 0 ob Fd a cQ Q Cco ' a c aa m V H ns 0Sa mQ b m U C o e� ON� O y U' c C0 t.) �o LL. O CQ m N Vo ,m O •� J Q Q. d d A Q. p 0' 1ofiii LL Tiq9 t Cl) c_]°c I O f L O -r, C C.) w N0 = w ' d c O in o = t0 • 0 d� f0 to co 2 0 _. :G- 'c 0o 0 0- 3 2- d a _ E Q (3 ; + o °L) u_{may'` 16 7 N m L 6>. 0 0 0 F- < < ani 0 ns E •MN 0 s N •c W c) v as hi o a gt a ki ¢ 0 to G o L:r O ,g;8 mem 0 0 so mi co 1.13 Lt la 0 a LL -5.13 } VQE p N O 0 co IF)CO 16.via Lu .p w. V 2 7 60 z 0 c -c: 0 u a �p �i a a_ w a4 0 E !9 N 0C W a) m q = mtv 8 vc mm _ a a � 19 E 3 4.0 7, W c� 2 N O 1) c d L 0 E 0 8 -�- 2 v a ti m .. C Vt 0 O 1. O ' O CC (D Ce E w Csi C3to O !��G3 0 O. m m a ; (I) oE� a 4•0 laif 0. g . s 4 p o 2 0 c a a> o l .n .. M Cl) E v. Z o wt .{4* F�p c Q v Q -. E 7.. o to TE in Q 1 E rn O c 0 co 2 o U I- c 0 o. 5 ctI p N 0 m g co 1 O o Cl) Li. a s c Certificate of Substantial Completion Project: Glass Factory Relief Low Pressure Sewer Owner: Augusta Utilities Department Owner's Contract No.UB-2015-008: Contract: Engineer's Project No.:1416-02 This [tentative] [definitive] Certificate of Substantial Completion applies to: ❑All Work under the Contract Documents: ❑The following specified portions of the Work: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor, and Engineer, and found to be substantially complete. The Date of Substantial Completion of the Project or portion thereof designated above is hereby declared and is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. A [tentative] [definitive] list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. The responsibilities between Owner and Contractor for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as provided in the Contract Documents except as amended as follows: 0 Amended Responsibilities ❑Not Amended Owner's Amended Responsibilities: Contractor's Amended Responsibilities: EJCDC C-625 Certificate of Substantial Completion Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 006251 of 2 The following documents are attached to and made part of this Certificate: This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of Contractor's obligation to complete the Work in accordance with the Contract Documents. Executed by Engineer Date Accepted by Contractor Date Accepted by Owner Date EJCDC C-625 Certificate of Substantial Completion Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 00625 2 of 2 Local Small Business . The Local Small Business Opportunity Program provides for Local Small Business goals to be set on all applicable Augusta, Georgia procurements over $100,000 in value.' The Local Small Business goal for this procurement is: 2 % All bidders or proposers shall submit the following with their bid or proposal as required by Augusta, GA Code § 1-10-129:2 1. Non-Discrimination Statement: As required by the Procurement docu et.3 2. Proposed Local Small Business Subcontractor/Supplier Utilization Plan. 3. Documentation of Good Faith Efforts to use local small businesses. 4. Local Small Business Utilization document. Failure to submit the above documentation shall result Inthe iid or Proposal Tieing_ ctectarea Il on w• 1 Even when a solicitation does not contain a Local Small Business goal (or the goal is set at zero), each Bidder must negotiate in good faith with each local small business that responds to the Bidder's solicitation and each local small business that contacts the Bidder on its own accord. Self-performance does not exempt Bidders from Local Small Business Opportunity Program requirements unless the self-performer is a qualified and registered Local Small Business. All of the requirements of the Local Small Business Opportunity Program can be found in Augusta,GA Code,Chapter 10B. 2 Applicable forms are available on Augusta Georgia's Disadvantaged Business Enterprise website:_,*.v, 3 Only one Non-Discrimination statement is required"See Attachment B". Bid 16-169 Glass Factory Relief Low Pressure Sewer 1 Bid Due:Tuesday,May 17,2016 @ 3:00 p.m. Page 9 of 15 Local Small Business Opportunity Program Requirements Augusta, Georgia has adopted a race and gender neutral Local Small Business Opportunity Program (LSBOP). See Augusta, GA Code, Chapter 10B. Bidders are encouraged to carefully review the all of the requirements of the LSBOP which can be found on Augusta, Georgia's Disadvantaged Business Enterprise Department website (www.auqustaga.gav). All of the requirements of the LSBOP become covenants of performance upon award of this procurement. The LSBOP provides for Local Small Business (LSB) goals to be set on all applicable procurements over $100,000 in value and even when a solicitation does not contain a LSB goal, each Bidder must negotiate in good faith with each local small business that responds to the Bidder's solicitation and each local small business that contacts the Bidder on its own accord. Self-performance does not exempt Bidders from the LSBOP requirements unless the self-performer is a qualified and registered LSB. (See Augusta, GA Code§ 1-10-129). I. The pre-award requirements of the LSBOP are material conditions of this procurement. A Bid shall be rejected if it is determined that a Bid fails to meet the required LSBOP requirements, including but not limited to, failing to provide the Required Pre-Award Bid Submittal documents, failing to provide commitments to achieve the applicable Project Specific LSB Goals (or the Bidder's documented Good Faith Efforts to do so). A Contractor's failure to carry out in good faith its Project Specific Goal commitments in the course of the Contract's performance shall constitute a material breach of the Contract and a violation of the AUGUSTA, GA CODE. If the breach is not cured within a reasonable amount of time, it may result in the termination of the Contract or such other remedies afforded by Federal, State or Local law. II. Good Faith Efforts. Pursuant to AUGUSTA,GA CODE SEC. 1-10-125(4) Good Faith Efforts shall be used by a bidder to seek Local Small Businesses to participate as a subcontractor or supplier. Such good faith efforts include, but are not necessarily limited to,the following actions: (a) Including qualified Local Small Businesses in the prime contractor's solicitations for subcontractors and suppliers. (b) Assuring that local small businesses are solicited whenever such business enterprises can perform a commercially useful function. (c) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation of Local Small Businesses. (d) Establishing delivery schedules, where the requirements of the prime contract permit, which encourage participation of Local Small Businesses. (e) Using the services and the assistance of the Director of minority and small business opportunities in the identification of qualified local small businesses and negotiating subcontracts and supply contracts with such enterprises. (f) Requiring each first tier subcontractor to take the affirmative steps outlined within the AUGUSTA,GA CODE with respect to the identification and usage of second or third tier sub-contractors. (g) Placing notices of opportunities for qualified Local Small Businesses to perform subcontracting work on the eligible project in newspapers, trade journals, and other relevant publications, including publications specifically targeted to local small businesses, or communicating such notices of opportunities via the Internet or by other available media or means. (h) Designating portions of the work for Local Small Business subcontracting in trades with available Local Small Business subcontractors. (i) Providing a minimum of five (5)day notice to Local Small Businesses when requesting bids or proposals for furnishing material or services as a subcontractor or supplier. III. Required Pre-Award Bid Submittals. Pursuant to AUGUSTA, GA CODE SEC. 1-10-129 the following procedures and contract requirements will be used to insure that local small businesses are encouraged to participate in Augusta, Georgia contracts: Bid 16-169 Glass Factory Relief Low Pressure Sewer Bid Due:Tuesday,May 17,2016 @ 3:00 p.m. Page 10 of 15 (a) Each bidder shall be required to provide documentation of achieving the LSB goal or provide 'documentation of Good Faith Efforts to engage local small businesses as subcontractors or suppliers, the names of local small businesses and other subcontractors to whom it intends to award subcontracts, the dollar value of the subcontracts, and the scope of the work to be performed. If there are no sub- contracting opportunities, bidder shall so indicate on the appropriate form. Forms may be found on the official website of Augusta, Georgia. (b) Each bidder shall submit with their bid the following written documents, statements or forms, which are available at the Disadvantaged Business Enterprise Department and on the Disadvantaged Business Enterprise Department website: (1) Non-Discrimination Statement which shall affirm the bidder's: (i) adherence to the policies of Augusta, Georgia relating to equal opportunity in contracting; (ii) agreement to undertake certain measures as provided in this policy to ensure maximum practicable participation of local small businesses; and (iii) agreement not to engage in discriminatory conduct of any type, (2) Documentation of Good Faith Efforts to use local small businesses. (3) Proposed Local Small Business Subcontractor/Supplier Utilization Plan. (4) Executed Letter(s)of Intent with entities identified in LSB Utilization Plan. Failure to submit the following documents in accordance with these requirements will cause the Bid or proposal to be declared non-responsive. Augusta, Georgia reserves the right to request supplemental information regarding a Bidder's submissions and the Bidder shall furnish such information in a timely manner. Failure to furnish information or otherwise cooperate may result in the rejection of the Bid. IV. LSB Utilization Plan. The Bidder must submit with its Bid a completed LSB Utilization Plan. The LSB Utilization Plan shall list the Subcontractor or Supplier's name(s), business address(s), telephone number(s), e-mail(s) and the name of the principal contact person(s) of each Subcontractor(s) or Supplier(s) intended to be used in the performance of the Contract, including firms proposed as to meet the Project Specific Goals. Where the solicitation requires the Bidder to submit a base bid and one or more alternates, the LSB Utilization Plan must demonstrate the Bidder's achievement of the Project Specific Goal(s) or its Good Faith Efforts to achieve the Project Spelcific Goal(s)on the base bid. V. Letter(s)of Intent, The Bidder shall submit with its bid completed Letter(s) of Intent (LO1) utilizing the Letter of Intent format provided by the Disadvantaged Business Enterprise Department documents. The LOI must be executed by an authorized representative of the local vendor identified on the Utilization Plan and by the authorized representative of the Bidder. The LOI must accurately and completely detail the work to be performed and/or the materials to be supplied, and the agreed rates and/or prices to be paid. All Utilization Plan commitments must conform to those included in the submitted LOIs, The LOI will become a binding contract covenant upon the Bidder's receipt of a signed contract from Augusta, Georgia. VI. Post Award Requirements. (a) Substitutions,Additions or Deletions of LSB Subcontractors or Suppliers. In accordance with the requirements of the LSBOP, the Contractor shall provide the User Department, the Director of minority and small business opportunities and the Procurement Director written notice prior to replacing or terminating a LSB on a contract and must comply with the Good Faith Efforts requirement to replace the departing local small business with another local small business. Likewise, when new opportunities for subcontracting arise on a contract and Augusta, Georgia sets a supplemental local small Bid 16-169 Glass Factory Relief Low Pressure Sewer Bid Due:Tuesday,May 17,2016 @ 3:00 p.m. Page 11 of 15 business goal, the contractors shall comply with the Good Faith Efforts set in an effort to meet the supplemental local small business goal. (b) Contract Monitoring (1) Monthly Utilization Reports To evaluate the effectiveness of the LSBOP, Augusta, Georgia monitors the participation of Subcontractors and Suppliers on Augusta Georgia contracts. Each Contractor must submit a th Monthly Utilization Report of Subcontract Payments by the 15 of each month. The Monthly Utilization Report must reflect, from project start to date, the Contractor's receipt of payments from Augusta Georgia and the utilization of and payments to all Subcontractors or Suppliers identified in the Utilization Plan. Failure to submit a completed monthly Status Report will be considered a contract breach. Return all Utilization Reports to: Disadvantaged Business Enterprise Department 535 Telfair Street Room 610 Augusta,Georgia 30901 (2) Monitoring Procedures Procedures for monitoring contract compliance may include, but are not limited to, site visits or telephone audits; consideration of requests for substitutions, additions, deletions, or change orders; and review and verification of payments to Subcontractors or Suppliers as documented by the Monthly Utilization Status Reports of Subcontractor/Suppliers Payments. Bid 16-169 Glass Factory Relief Low Pressure Sewer Bid Due:Tuesday,May 17,2016 @ 3:00 p.m. Page 12 of 15 I 1 1 11 1 PROJECT- Glass Factory Relief Low Pressure Sewer LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM LETTER OF INTENT TO PERFORM AS A SUBCONSULTAt4T!SUBCONTRACTOR/SUPPLIER TO: Legacy Water Group,LLC (Name of Proposer) A. The undersigned intends to perform work in connection with the above project in the following capacity (check one): X Individual Corporation Limited Liability Company(LLC) Partnership Joint Venture B. The Local Small Business Opportunity Program (LSBOP)status of the undersigned is confirmed as follows: By attachment of a current Certificate of Certification issued by the Department of Transportation X By attachment of a current letter issued by the Disadvantaged Business Enterprise Office C. The undersigned is prepared to perform the following work in connection with the above project Erosion Control D. The undersigned states that they will be performing %of the total project. E. The undersigned will sublet and/or award %of this subcontract to non-Local Small Business Opportunity Program contractors and for suppliers. The undersigned will enter into a formal agreement for the above described work with the Proposer cited above conditioned upon the execution of a contract for the project cited herein between the Proposer and Augusta- Richmond County. AuqustaQuality Lawn Care Date: 05-12-2016 (LSBO Contractor Firm Name) By: / r (Signature of Authorized epres tive) BId 16-169 Glass Factory Relief Low Pressure Sewer Bid Due:Tuesday.May 17,2016 @ 3:00 p.m. Page 13 of 15 Compliance Department ‘.....,..„.--4G E u Ri .� Yvonne Gentry DBE Coordinator January 6,2016 Ms.Bonnie Gregory Augusta Quality Lawn Care 1540 Keron Way Hephzibah, GA 30815 Dear Ms. Gregory: Your firm has been registered as a Local Small Business Opportunity Program (LSBOP) with the Augusta-Richmond County Disadvantaged Business Enterprise Department (DBE). Your company's registration will last for a period of two (2) years, beginning January 6, 2016. Registration entitles your firm to be included on the LSB website directory and your firm information will be submitted to all contractors bidding on the Augusta-Richmond County projects. Placement on the LSB Directory's list is no guarantee of solicitation for informal or formal invitation to bids/proposals. This is a service of convenience for the vendor and Augusta- Richmond County and not a binding assurance of solicitation. To insure maximum bid participation, vendors should register with DemandStar Service which will allow you to receive the appropriate bid specifications as they are issued. Please call toll-free 1-800-711-1712 or visit www.demandstar.com for more information. As a registered firm, you are required to notify the Disadvantaged Business Enterprise Department of any changes in ownership and/or control of your firm. Failure to provide this notification, in writing, may result in your firm being removed from the Local Small Business Opportunity Program register. We welcome you to the Augusta-Richmond County Local Small Business Opportunity Program. Sincerely, *mow goat* Yvonne Gentry DBE Coordinator YG:tdw cc: Vendor File Compliance Department 535 Telfair Street—Suite 600-Augusta,GA 30901 (706)821-2406—Fax(706)821-4228 Wy✓W.AUGUSTAGA.GOV LOCAL SMALL BUSINESS UTILIZATION The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner(please check the appropriate space): The bidder/offeror is committed to a minimum of %LSBOP utilization on this contract. The bidder/offeror if unable to meet the LSBOP goal of 2_ % will submit documentation demonstrating good faith efforts. Name of bidder/offeror's firm: Legacy Water Group, LLC By Mark J.Accetturo (Print Name) ../4i." 1 OL- May 17, 2016 (ignature 4 r (Date) Bid 16-169 Glass Factory Relief Low Pressure Sewer Bid Due:Tuesday,May 17,2016 @ 3:00 p.m. Page 14 of 15 V • c 0 u 0 N3 W K c O . ,,_ 4 C) O C c L 3 O to E 0 uE E E E E E E E E E= Ci E E E E E E E al a/ a, a1 al al a) al W al al N 0 0.1 v al CU m a m m T 0 C — c N E Y v 0 ._ so c m 0 a .. �, c .c v —o E `c m 03 v E a c en n 't, u w o ° oL u •a u 2 .. Nc 0 m ' ,wo Y d fCa -a a tJ E a] C A a s !-"3 C C �• as C v a > E 'c v 0'i) a a.a y ...c E E E o '^ a m V d i6 N W m Q .5 E 'A 4'. U O .- 2_, a p_ N 00 d o 01 u n ? o m a 0 •c °; c cta « m d m c o c _ R n N- J N la O V N y " O 7 in v > 3 w` a- E a a+ ° E o@ E v E v `o 7.11 `g E m w.E a c - u u v c LLx E 1O ` 1 3 a c — w E a•c ,�5 E c ani o v .0 E o G 'G E 'co al -tn ex.U >''' h 4 J W N ti L U 'on @. C Ou 5, n Oi g n p F2 W W 541 m O t7 t0 t0 tO l0 LD O 0 tOtO W t0 tD ...0t0 O O O O O O O O O O O O O O O O O ` N N N N N N N N.ry V N \ \ \ -N. \ \ \ \ \ NN. N N N N N N VI N VI N all loll V�1 V\1 \ Ul C N. VI VI arl• O C Al V t N m • > 41 ry a • ? c a v c E .L1 c W o m '2 2 p m 0 41 0 v _ W h y W v g a ▪ l7 .r70 3 me _ m v > o 0 0 c o o « $ 3 l7 m• ° a H 5 N ° -9 = 'E° 2 i 12 s 5 0 2 oj LL G _t O! til TS N o D • 6 I aE -i El 8E1 I ci C �,i i d 52i C U 3. �� 3 ^I . 0- v a E m1 cl yl 1 J -1 J� ' J GI 00ut j • r ',1 ry L" 1 ''-'1 -I £ c �� �I m _"� `• -.I El �� b: N_i of >i Po' o! 1 1 o S Q a e 03 C '. T ¢o 19 t7 D rn r o AI co l7 0 ;° 0 0 Lo 0 o m A 3 n L o ooi m o • i o I g m m CO 61 O ID Q L o m m .0 m o v ..-7- o m j CO m m a a`� a r a (0 Q t° t7 G 0 Q < Qto ai 17 U' m 'Y" n eI. l7 .0 3 ¢ l7LL Y .... Y ¢ o '' n 6 C .L oma r^ :D LL Q j > j 00 > > u00 Y < 11 N • a o Doo a m o ai a r' m .w. m `n 'n ¢ Q ) 2 Q c v Y ON Y o C < a! O O Q j n t0 W Q he O 'n C > < x ¢ C !n a o N > > > 2 CO V1 a = • la ,..6 a Vit? q oa o u c o` ¢ N N •a d CI j R G Q m 0 ta-I — al d 6Ce 01 C 6) D N > O O m m tD > O C o -o n 0 v 'a 00 v al u CO -c m m ,, n v o o < m — d a a o ' n E v L q u c rn e n m rn W 7 '..I to to al 1 a o 3 u1 �o m c n 'n c' O a Q : n w o x 'n y u 5, o o n°� L co c N c o w to t in u u • D v m a rn t �'" nD a r9. —__ mC a Ara c v v a aril a m .s.F.) a OD to to al m P-. O 3 C b lZ0 O '�W O H O p '0 O O O co N lD Z n (7 v 0. n d' a f' 1/1 _ 2yy • • o O 6 R o 0 0 O N a 7 O 00 O n co61 D O .m.' a p o o N 0 !a" In M OOi 000 000 S O N — N `A n.m .n N M N n 000 M toil 54 NO .n..,N .3 NI r� ^N C N CO NO 0 N o U In Y E N _VI w N O. N € 9 3 40- 6 £ oc ao m - 12. mt 5 LI , m m m ., �p Y m =m c 'u c - ..0. .4= yv B E 7 cv u o 3 O a m J > w E u m ma 2 '6 t alE > ✓' c J m N E CO c aSy s m E ._ m 0- a a am S u vm E '81 o LI a L. °Yc V o w vro r O. p ¢ = x H c • .c ai QJ r G a J '''s ., c 5a E 5, O CW We L d L ' nC CA > W �' > aa 'a JQ 'N $ Z ¢ o = f0 Q 0 Q CO ,..7 0 5 0 0 C w w 10 2 5 m rj N V fa C O U C a> Sr 2 CD S N- m C O O Na) mu a OC cm • u E \ 3 Euc E= EEE E EEEa to o a, m as a, d a Ql m J LI 15 u9 t ....at., Do t t c o. O 3 u I.- W a o3 N •O " u .A. . C r W aoi Co ac c .0 o w o, N a)C o y c N o`. a c •a >- p.,---.5 m E u t m 0 fn C- o " 3 c m 0 ,.'o c o A .o a o h d 00 C c 15,-511'' Z .O > w "' c .d o m c $ m fa a 0 a! V d F` P N w = r 3 Zi a o u C7 co no no fo to o 0 N 0 0 I- - - N - N V H , r N N N N N NO 0N N Q. \ \ \ N N N N N 0 111 V7 M L!1 0 0 0 1\A \ 07 J la .4- e L _N t) h C ?. GO O C 5 ,- r w` 3 o d E c o u w O w a m = a` o o .2 12 o 2 U Li-. 11'.. E = 2 m _° ii E _� v((6 r g o t 9 U u Y > 3 0 a. o ni ,I `r, o 0, �I i ill 1 '6a E - r,I w '.1 ^ Ct: To =I ,: I ,, El i ti ?J v1 a' r ng I v' .JI �':' -1 I 4!, _! t, to 0 . co G o cn 00 m N cn io {� m o a m m n Qm E eom m t 0 6 0 . l¢7 o I ' 1LL1 Y m m V m j a 6 O ai .3 S .o 0. R C J u C ai � 00 ¢ C N O O Y A2 gMI ¢ n o j n 0 a Q .ra-• .5 fp = Ili' v lD d ,a Epp.^-� D p`yj !n o b m N ¢ L r:--: C b >Qui aJ a, N (T v) 3 m QQQ fo = �o ¢ m X a a n 2 n t N co o O rs co O 00) •-1 C b ~ (�fpp(�f'ff'�� „", -� m N n N m b O 0.N O O N M O cf N M , f, IN to J ..... J u o S ? w O, U o a` «'. v rj cc N C m w u 0 u �i u ., d a o m oTJ (0 y (Q a7 N 'pp c D C O a) O ya'. a5 O 2 c y c ._ C7 u 'c w a w E g ,c fa _+ O ✓ a v` m = m v 3 _ U a w E o , ° v w u N of . w m m u EEi m of c y y o.._ � _ m Z a d H H H In > J m . RevieiOR Date Augoat 200: 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. Apptrcation for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in,requesting progress or final payments and which is to includesuch.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)for the Work to be performed. Bonds i3id,- 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); CONTRACTORS Bid (including documentation accompanying the Bid and.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 deliveredafter 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 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 dayshall 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. GC-1 Page 1 of 55 Revision Date huguet 2001 Defective-An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or 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 (iri accordance: with paragraph 14.8 or 14.10). - Drawin s-The;drawings which show the character and scope of the Work to be performed and which have teen 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-Sections 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 specthed,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 Oh which CONTRACTOR shall start to perform CONTRACTOR'S obligations.tinder`the Contract D:occimerits OWNER-Augusta, Georgia, and the Augusta 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 Architectural/Engineering firm or individual or in-house licensed person designated 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 both 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:WhoIe., or a part, as indicated elsewhere in the Contract Documents. Project Area-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, for the purpose of directing or having in charge the work embraced in this Contract. GC-2 Page 2 of 55 Eh, ' .. + ��:00°� August 2001 Project onbo�x�Theau�odzed representative of PROFESSIONAL as PROGRAM ` p i `' ed�the�'orany��th�e�. / ^' -- ' - illUstratignP,. cl1Pc.lules r10 Ober data: Which ate tPeolficailly ' , -. /~"=~= Charts, in-~-'' '- �� so��, p��on�� zne Supplier and� au r by CONTRACTOR to U|uoVsaemazen� opu. '�q�� e, � Work. d of ��a consisting � ��e =� and workmanship as zaPptied. to the Work and , certain administrative details applicable thereto. / Subcontractor-An individual �rmorcorporation having adirect non�actw�hCONTRACTOR nrwdhany �herSUBCONTRACTOR �for the performance ofapart ofthe Work atthe site. • tibstairilial,C6MI:iletiot&The Work (or a specified part thereof) has progree-eed to cd tvvhera in the ' orC.OiOlation., it is Sufficiently COMpletejivaO0Ordence with the Contract DOcUrnents, so that the Work (or ePecified pl.-0 if "=~ ~~ ''~ --ch --- conoe,omeo forthe which it is intended, 1413 The terms "oub��ntiaUy certificate d�� with 14.13.final ` ---~ Work�d�rtoSubs�ni�|Comp�Uontneneo/. � �Qn�p�mr� 'w'*""�""" "vliji~~~ r -- -s applied. - Supplementary Conditions-The part of the Contract Documents which amends or supplements these / / General Conditions. � Supplier-Amanufadurer.fabricator, supplier, distributor, materialman or vendor. ) Other;. St..i.oll.faCilities .o.r. attathments, and: any encaperrient containing euch..facilities Whitt' have been.. ^ ihetalled undergroUnd to furnish ~ the following sservices ^ ~~~a ' � Oetraleu ' '--- � � telephoneorotheroommunicationo. uaoletalevisinn. sewage and drainage removal, � t�df�ovother contndnyo�me.owater. Unit Price Work-Work to be paid for on the basis of unit prices. the ,�" • ` irqd to tie imbgraDd � Work ~ ~ and .aV • - nuoqu/pnl��w/w "m`�p"�*"~~~~v ~_— �- � _ es required by the ContracDocuments. Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of the ' . A Work the parties: skOett !that Ihe change -directed Or doCumented by a incOrpbratedin bubsequently-lesued:Phange Order following in Article 10. Jfmanyi'n"/«`e Cw'""^t P' °'°Cp` = - -' provided Contract Documents, signed by OWNER and Written Amendment-A written amendment o= the normally dealing with the »o» CONTRACTOR on or after the Effective Date of the Agreement and n mC Contract , � onginoehngornon�echn1ma|rather than obic��VVork'na|a1edaspo� onac�1�a GC-3 Page 3 of 55 ( | / Aeviei:n Date Aum:a[2001 ARTICLE 2-PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the exec uted;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 ianual and drawings and/or.individual. pages or sheets of the. project manual or drawings_willbe,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 Time 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 iri'writing to PROFESSIONAL any conflict, , error, ambiguity,; or discrepancy which CONTRACTOR may- discover and: shall obtain a. written. interpretation or clarification from .PROFESSIONALbefore proceeding with any Work.affected thereby. CONTRACTOR shall be.liable to OWNER for failure to report any conflict, error, ambiguity.or discrepancy in the Contract Documents, if CONTRACTOR knew or reasonably should have known,thereof. 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 by CONTRACTOR at the time of submission, GC-4 Page 4 of 55 I nev:;lon fete Auguel 2001 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. Pre-construction 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 end others as;appropriate :will be held to finaliize the schediles: submitted in accordance with paragraph 2.6: CONTRACTOR shall havean • additional ten (10)calendar- days to make corrections and adjustments and ta:complete and resubmt::the schedules. No progress payment:.shall be made to CONTRACTOR until theschedules 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 ar.progress of this or no.r interfere with or relieve CONTRACTOR Thom full responsibility therefor. The finalized schedule Of.Shop • Drawing submissions and Samplesubmissions will be acceptable to PROFESSIONAL;as .providing a workable arrangement for reviewing and processing the reobirliSions, CONTRACTOR'.sschedule of: values shall be approved by PROFESSIONAL as to form and substance. CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsitlefor maintaining the schedule, including updating,schedule. Schedule 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 55 Revision DS 1e August 2001 ARTICLE 3-CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE e : 3.1. The Contract Docopments comprise the entire agreement between OWNER and CONTRACTORIntntconcerning the The Contract Documents are complementary what is called for b • 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) conttructeds in accordance .with the: Contract Documents:. Any Work,., :materials or: equipment that-may reasonably be inferred from the Contract Doc [inents or from: prevailing custom or trade usage as;being required to produce the intended reedit:will be supplied whether or:not_specifically called for.: When words,.or phrases which have:a•well-known technical•ori 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 Centract:Documents or as maybe provided by amendment or supplement thereto issued;by one of tFe methods ind.icated in 3.6 or 3.7, the::provisions of the Contract Documents shall take precedence in resolving any confl_ict, error, ambiguity • or discrepancy between'the:provisions of the Contract Documents and the provisions of any; fevle ion Date nu?ust 2001 Amending and Supplementing Contract Documents: ditions, deletions 3.6, The Contract Documents and conditions thereof in one provide r moreaofahe following ways: revisions in the Work or to modify the 3.6.1. a formal Written Amendment, 3.6.2. a Change Order(pursuant to paragraph 10.3), or 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 9.5). 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'S written interpretation or clarification (pursuant to 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.titie;to or OWNER.SHIP 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 shell.not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the_ Project or anyother prosect without written consent of OWNER and PROFESSIONAL and specific writtenverification or adaptation by PROFESSIONAL. GC-7 Page 7 of 55 Revision Ilene 11uy0ust 2001 ARTICLE 4-AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS Availability 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 wilt be obtained and expenses,will be borne by OWNER. if CONTRACTOR:and OWNER are unable to agree on entit ement to'or the amount or extent of any adjustments In the:Contract:Price or the Contract Times:as e 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 1.2.:: 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 identification of those.reports of.explorations and tests of subsurface conditions at or coritiguous::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 contiguous to the site (except Underground Facilities)that have been utilized in preparing the Contract Documents. 42 2. CONTRACTOR may rely upon.the general,accuracy of the "technical data" contained in such reports and drawings Such.'technical data"is identified in the Supplementary:Conditions. Except for such reliance on such "technical data," •CONTRACTOR may not rely upon or make any claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to: 4.2 2'f.,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 4.22:3: any 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, excluding 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 provided 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,1f 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'end PROFESSIONAL shall recommend an equitable adjustment In the. Contract Price or Contract Time, or 'both. If the. OWN.ER 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 PROFESSIONALshall notify CONTRACTOR.of the determination in writing, The Work shall be performed after direction la provided by the PROFESSIONAL. GC-8 Page 8 of 55 Re.v1 tall Date August 2001 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 PROFESSIONAL by OWNER'S of such Underground Facil- ities 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 shall have full resporisib.ility 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 dama9e 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 NOV Shown or Indicated;.. If. an Underground Facility is uncovered or revealed:_at or contiguous to thesite 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 performing any Work affected:thereby:except:in an emergency as.;perrriitted: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 determine the .extent to which theContraet Documents: should be modified to reflect and document the consequences of the existence::of the Underground' Facility;:and the:C.ontractDocuments 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 providedn;p iaragraph 0 20 .CONTRACTO:R shall be.eilowed 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 remake:a claim therefor as provided in Articles 11 and 12. • Reference Points: • 4.4 OWNER shall provide Engineer:.ing surveys 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 Requireinents);:shall protect and preserve the>establis fOedrefJ�ER.e points and shall CONTRACTORake shoo changes or relocations without' the prior written appro Val 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. GC-9 Page 9 of 55 Revlaia.',Data Aueuat 2001 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 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:Docunients:: e;within to Oa the scope of the>:Work and which May present a'substantial danger tn:persons or property exposed;thereto.in connection with the Work atths: site. OWNER shallnot::be responsible, for'.ariy such materials brought fo. :the site by CONTRACTOR; Subcontractor;Suppliers or anyone else for whom CONTRACTOR Is,.respo sible. 4 6 CONTRACTOR shall Imrriedietety. (i) stop all work in connection with such hazardous conditiorn and in any area affected thereby(except in::an emergency.as required by`6 22), and (Ii) notify OWNER and PROFESSIONAL (and thereafter confirm such;.notice i.r. writing] OWNER shatl promptly •consult with PROFESSIONAL concerning; the necessity for; OWNER to. .retain a qualified expert to evaluate,such hazardous condition or•take corrective:action it'any CONTRACTOR:shall not be required to resume Work: in connection with such us:.hazardocondition or. in any such affected' i rea until attar OWNER has obtained any required permits related: theretodelivered: to CONTRACTOR _special`: written notice(i.)specifying that such condition and any affected area is or has been rendered safe for 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 exterit:of an' •adjustment; any,iiitontract Price or`C.ontractTimes as a result of such Work stoppage or such special • conditions under whichWorkis: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`resutre;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: +1lork. •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 55 • . • Nevi.1.on Da te Awun t 2D1 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 theContract-PriOe as Security for thefaithful perfo. a-oe,and payment of all CONTRACTOR'S. . obligations under. the Contract-Documents. These lopOs..th0 remain ill effect.et lea0 until one Sot-. ,, . . . .... .:.:... , ... .. alter the date when final payment:becorries,Oue, except as OtherWite provided by Law or Regulatioh,orJby, • the.:-OoritrpOt'Dbeutileritt:: .CONTRACTOR sbalt-itsO:filtrriith:.tUbh otheriScridS.-es,are required by the .. ,.. ,. SUpplerrientarYCoriditiens,.. All:Tiondk.shall be in the:forms preocribed:'.byf:Lavv,or::•Regulation or by the Contract Documents and be executed by such SUretle'S as are:tigetiod,irt-thopurrontlity.:of 4eorr3/40iite . Holdifig'CartifiCafet:'Of Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring .. Coiiiponi0i'! as published: jr)::.-GirpOtor-570 (amended) by the Audit Staff Bureau of Accounts,. U.S. • Treasury Department. All Bonds signed by.6ri. agent be.aCooMpenied by 0,certified copy of tho, • .. . ..... . .. authority to act. • . . • Licensed Sureties and Insurers; Certificates of Insurance • . . . .. .. .. 5.2.1 All,bonds and insurance required by the Contract. Documents, to be .put.dhed:'.-and Maintained by CONTRACTOR shall be obtained from surety or jil$tronpp-:companies that :-are. duty .... tieer1§0d. or authorized in the State of Georgia to issue bonds or lrisurance policies:for flip. limits:-and coverages so required. All borids '1g.riod by an 'iagent must be accompanied by •i Certified copy, Of authority to.'ect..SUchisurety•and.insuren0e:p601J. ni . shall also Meet such additional requirements and . dLialificatioritat may be provided in the Supplementary Conditions. • • • 52.2: CONTRACTOR shall delivey to OWNER, with oopiO ,to o.4.0.odditio0 insured identified . ..- : .. .„. . . - ." .- %.., .:..-....:. . ... in 5.:A.an original or p..00rtified.copy oftne.complete insurance policy for each policy...required,certificates:. of insUranCe ..(ericf.other evidence of Instirande:'requested by.OWNER or fly Otp0 Odjtioriol,insured).: which CONTRACTOR is required to purchaseanand maintain accordance with 5. . • — .• ... • . .,: . ..... . . 5.2.3. ,If thesurety on any Bond furnished by CONTRACTOR isdeclaredbankrupt or becomes Insolvent Or Its right to do business IS terminated in..ey state whorq:anyort,or..#)0 Project fs•lpCated,Cf:It ceases to -enefit:the: requirements:.of paragraph -5A.,. CONTRACTOR shall within five. days thereafter substitute another Bond and Surety, both of which must be accePteble to OWNER. CONTRACTOR'S Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as-Is appropriate- fir.the Work being performed and furnished and as will broteottoo. from claims set forth:below which may arise Out of or result from CONTRACTOR'S performance arid . „ . . .,, futnishing of-the Work and OONTRAOTOR .other obligations under the:COntract Documents,whether it is to be PerforinedorfurniShedbyCONTRACTOR, by'any,$.6bcontrector4 by anyone directly or indirectly .. . . enipitly.e.d by any of them to perform or furnish any of theWork; or by anyone fOr.whose acts any of them may be liable: 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; GC-11 Page 11 of 55 Revialon Mate AUSHIC 2001 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 53.4. 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 person 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 wr€.tten for:not less than the limits of liability and coverage's provided:`€ri the Supplementary:Condltioris, or required by law, whichever is greater The comprehensive general. ..1140114 Insurance shall include completed operations insurance. All of the policies of insurance so-required to be,purchased and maintained.:(dr the: certificates it other evidence thereof)shall contain a provision Cr'endorsement;that>the coverage afforded: Will :not be canceled,.Materially changed or renewal refused .until'et least thirty days::pnor written notice has been given to:OWNER, PROGRAM MANAGER,_and PROFESSIONAL by certified _maill. All such insurance shall retain in effect until final payment and at all times thereafter when:.CONTRACTOR may . be,correcting, removing or replacing defective Work iii accordance with paragraph 13.12.-in addition,. ::' CONTRACTOR'Shall maintain such completed operations insurance for et..least:,;two.years, after final_ payment and furnish OWNER with evidence of continuation of sudh-inSurenc-e,'atfinat payment pod One. year thereafter. Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. OWNER'S Liability 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. GC-12 Page 12 of 55 I Revie ion LMte wugoet 7001 Property Insurance: • 5,6, finlessotherwise provided in the SupplemConditions entary , OWNER shall .purchase: and Ue maintaiuch n property insurance upon.ihe kintthe Stha ite:to the full upplementarynSUrable Co ditionsl or trequ�edf s byJeLawsSand deductible amounts. as, may be provided 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, hall insureatepldagderehr coverage and shall Include "all risk" insurance for phyaanntheftn ser :and malicious mischief, collapse and water damage and such other perils,as may:be provided in the Supplementary Condltions, and shall include damages.;, losses and expenses arising out of or resulting: from any insured:loss or incurred;,in the repaIr or replacement:Ofiithyittitiked property (including but not: limited to fees and charges of PR,OFtSSIONALs, architects, attorneys and other PROFESSIONALS) If not_covered under the:.Fall,risk" insurance s mfilar Or a ?po ertp risuran in on porton slethentary of the Work storitl • e.•on' CONTRACTOR shall purchase and maintainp ._p y ., and :off the site or in transit: when such portions of the Work are>to_be:includedd::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, Subcantractrirs, PROFESSIONAL AND • PROFESSIONAL'S consultants in the Work, all of whom-shall-be lisfed as.insured or additional Insured; parties. 5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchased.and maintained by OWNER in accordance with paregraphs;5 6 and 5 Twill contain a provision or endorsement that the coverage afforded a has beers 9 venl lto CONTRACTOR by certified. t,-nail l and will • until at least thirty days prior written notice 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 CONTRACT©R, Subcontractors. or others inotthe: Work to o heflo s stemwiof any any deductible amounts. that are provided ln. the :Supplerrientary deductible amount will be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of Ahern 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 sts regiiei.n writing=that other special :insurance be included in the property nsurance policy,.OW NER shall, if possible ,.include such insurance, and the cost thereof wilt be charged to:CONTRACTO:R.by appropriate Change Order or:Written Arrie_ndmant 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 teach other for all losses and: damages caused. by any of the perils covered by the policies of insurance, provided In response te. paragraphs 5 6:and 5.7 a.nd other property insurance applicable.to the Work, and also waive all such rights against the Subcontractors PROFESSIONAL; PROFESSIONAL'S consultants and allllOther h rti s named as:Insureds in such policies for:losses and damages-:so caused :As..required by..p ghep: each subcontract between CONTRACTOR and a Subcontractor will:cantain similar.waiver provisions by GC-13 Page 13 of 55 nevioion Date Au?001 2003 the Subcontractor in favor of OWNCONTRACTOR, .PROFES:SIONAL, PROFESS:IONAL's consultants and all other parties named as insureds..None of`:theabove 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 alllosses and damages caused by:the,perils covered thereby. Accordingly,all.such policies:shall contain.provisions to the:.effect that 1n the;:event.-of payment of any loss or damage the.insurer will ave no rights of recovery against any of%the parties.nan ed as insureds: or additional insureds and ifMein'surers require separate:waiver forms to be signed by P:ROF'ESSIONAL or PROFESSIONAL'S cat sultant, OWNER will obfam the same;:and:if •such waiverforms:are required of any Subcontractor, CONTRACTOR will obtain the same, • Receipt and Application of Proceeds: 512 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;rnortgage clause and of paragraph 5:.13:OWNER• shall deposit.in a.::separate account any money so received aiid shall:distribute it in accordance:with.such agreement'as:the-partietiln:interest.:Thoyi 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;:adjustand settle anyi.oss with the i:nsurers:unless one of the parties; in interest shall object in writing'within:fifteen days after ttie>i ccurrence.":of loss to •• OWNER's exercise_of this.,power. If such objection be made,OWNER, as trustee,,.shall make:settlement with the-insurers;in accordance with stJelis agreement. the parties in interest.mayreach. If required in. writing by:.any party in,:interest,..OWNER as trustee shall, upon.the occurrence of an insured toss;:glue bond for the proper performance Of such duties.: • • • Acceptance of Insurance: . 5.14. If-OWNER: has any objection AO'the .coverage afforded by or other provisions of', the Insurance required'.to:be;purchased and;rrtalntained 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 CON-. TRACTOR.in writing thereof Withln!.teri days:of the date of delivery of such;certificates#o.OWNER in accordance.:with:paragraph 2 7. If CONTRACTOR has any objectlon_to.the-coverage afforded.by or other provisions' of .the policies of insurance required. to be: ituftheeed. and: maintained by OWNER .in accordance with paragraphs 5 6 and 6.7;on th:e-tett .albeit°not'complying with the:.Contract::Docut:rients,. CONTRACTOR shall notify OWNER in :writing thereof:within;ten days of the date of delivery, of.such certificates,to CONTRACTOR in accordance with paragraph 27,, OWNER and.CQNTRACTO.R Shall.each provide to.the.other such additional inforrnation iii respect of insurance.proviaed 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 bythe other as complying with the • Contract Documents. GC-14 Page 14 of 55 , .- ,.. - Pevision Date Augvet 2001 Partial Utilization-Property Insurance: 5.15. If OWNER finds it necessary to occupy or Use a portion or portionsofthe Work prior to Substantial Completion of all the Work, such use or occupancy may-beaccoMpliShed in accordance With : paragraph 14.10 Provided that no such use:or occupancy shall'commence before the..insurers providing theproperty insurance have.acknowipdthereof effected the changes in Coverage . . : ged notiCe Of and in writing necessitated thereby.The insurers providing the: property insurance Shall-conse ntby endorsement on the: policy or policies, but the property-insurance shall not be canceled cirlapte:On account of any such partial use or occupancy. Indemnification 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER,PROpkOIVANA , and its eMploYeeS,and agents from and against all tiabilitieSi claims, Suits, demands, damages, Fosses, and expenses,inCluding.attorrieys?..feas; arising.out of or resulting performanceof its Work, provided, that any such liability, claim, suit, demand, damage, losSi or akPenSe.(a) IS:attributableto bodily injury; sickness,--disease or death,trinju.ry to 4;.,r 061tuotiOn of tangible property, including the FOSS Of Use. reS6ItihO.thereffbiri arid (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 Ahern, or.:anyone for whose acts any of : them may be liable; whether or not it is caused in wholeor part byte negligence or other fault of a party indemnified hereunder. 5.16.2. In any and all claims against OWNER or any of its or employees by any employee of CONTRACTOR,any SUBCONTRACTOR, anyone directly or indirectly employed: by any:of.thorn, or enYone.for whose acts any of them maybe liable, the indamnOationobligation under the previous paragraph shall not be limited in any way as to thearnOUrit'ortype of(*magas, compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR Oder. workmen's• coMPensation acts, disability benefit acts,crother employee benefit acts. . 5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or , indirectly employedby it from and against all claiMa, suits,, demands,: damages, losses expenses (including attorneysfees) arising out Of any infringement on patent or copyrights held by othersandshall defend all such claims in connection With any alleged infringement of such rights. • : , • 1 . GC-15 Page 15 of 55 I , Revielen Date AuRat 2001 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 necessaryto 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 thenegligence Of others in the design or specification of a specific means,, method, technique, sequence or procedure ofconstruction which is shown or indicated in and expressly required by the Contract-Documents CONTRACTOR shall be responsible to see that the finished Work complies accuratelywith'.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: 63. CONTRACTOR shall provide competent suitably qualified personnel to survey and`lay out the Work.and perform construction as--required by the Contract Documents:.. :CONTRACTOR shall at ell times maintain gond.discipline and order at the.site Except in connection with the;,:safety or protection.of persons dr the Work Or property at the.site or adjacent thereto, and except as otherwise indicated;in the. Contract Documents, all. Work et the site shall be: performed dUtings regular working: hours, and CONTRACTOR will not permit evening work or the performanceWork on of 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, crater, sanitary facilities, temporary facilities.and all other facilities andincidentals 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 shell be of good quality and new,except as°::otherwise provided in the Contract Documents If.required by P.ROFE.SSIONAL,: CONTRACTOR shall.furnish satisfactory. evidence {including reports of required tests) as.to the kind..and quality of materials .and.:equiprnerit. All materials and equipment shallbe.epplied.installed,:connected,erected, used,:cleaned.and conditioned:in accordance with;:the Instru.ctlons 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 9.15. Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in are ra h 2:9 ad ustments in the::prd ress schedule to reflect't:he impact thereon of new developments; p 9 p 1 . . g these will conform.generally to the progress schedule.then in:effect aria additionally will comply.With any provsions of.the General:Requirements applicable thereto.. GC-16 Page 16 of 55 PtvSB3<m Date ,.kug ist 2001 Substitutes or"Or-Equal"items: 6.7.1. Whenever materials or equipment are specifiedesc ibeierinthe Contr ofDthcumei ••s by using tine name of a proprietary item or the name of es.particularPP • intended to 'establish the type, function. and quality required: Unless:the name ermitted„olaterialS-,Pr eqUipment of other ers may w d by words F6,F: a that A substitute s ii f orrmation.is submitt d by CONTRACTOR:JO allow PROFESSIONAL to: PROFESSIONAL if. sufficient n ual to that named.:The procedure. determine the#the material or equipment proposed is equivalent or eq for review by iPRO.FESSIONAL will include the following as supplemented In the General Requirements. Requests• far review of substitute items of ► Ce`CrQR if .60tobtot win:Opt be CONTRACTOR wishes tocfurnishbor us0 a F,$, (0.04 `from anyone Other titan CONTRA substitute 'item of material or equipment, CONTRACTOR shall make writteoz.. application to: PROFESSIONAL far acceptance;thereof;,certifying that the nera opose ,:bebstiit„similar anll d perform as bstanc : • the functions.and achieve the results called for by the.ge • e that on end and be suitedteproo h o ed substitute will not pr judice.CONT TRACTOR'S achievement of evaluation and acceptance of the p . p Substantial Completion' s time, whether orW ebtance Of in the:provlss orss of tarry oother direot•i~e Wort vwil • squire a•change tri any of the Contract;bocum„ OWNER fear work:on the: Project:) to adapt the design to the:.ptoposocr substitute and whether or not • incorporation or use of thte:substitt:te Sed substitute frlth omt#hat spec fieri will ibis idenrtif ed ofent c anthe lappl cat ori • ar.•rQyaity All variations of the propos . Indloated The and available Maintenance;lteeo allacosts that willnt res:result SerVideVill ly oer i idirectly f om accceiptance of.:. such: contain an itemized substitute;.including.casts of redesign and claims of other.conti`ectore.affectedi by tne.. esultng change all: owhich shall_, •.be c idri , PROFESSIONALl0ating the • • • may require CONT2ACTO •tof rrh,.atCONTRACT©R's expense, additio al data R s about the proposed substitute. 6.7.2. tf a:specific means, method,tecfiiiique,sequence or'proced:ure of construction is indicated in or required by:the.Contract Docum nts, CONTRACTOR e Na R con trio may furnishableutlizePROFESSIONAL;astns, method, :sequence, technique or p CONTRACTOR submitssufficient inforrrmation to allow.;PROFESSiONAL tp.determine that;the substitute proposed:is equivalent to that indicated.dr required by the Cont act Documents `pr c dOre fOr evieW OVAL by,.PROFESSIONAL will;be similar to:that provided Irl paragraph 6;7 as<;app_ by 0..6(31:-8 tiiay.be.supplemerited in:the GeoerayReq • Requirements. • • 6.7,3. PROFESSIONAL will be allowed easonable time within which to evaluate each a' .rwill e IUdge of ty a:rii6 prdeosed stalled o Plized w hout PROFESSIONAL'S pro wr ten acceptance Which will be evil nced . ordered, installed:or utilized i,.. by dither a Change Order or an::approved Shop.Drawing OWNER.may require CONTRACTOR to furnlshi, au:CONTRACTOR'S TONAL will- recoil.0.141. tim QrMante guarantee or other required: by 'ROFESS ONALrety and PROFESSI.ONAL'S . substitute PRbFESS10NAL i .. contred in richt atoccasioned tithereby.. Whether Pr riotROF PROFESSIONAL a OhangeS In. the,proposed 'Centred bstact Cl CONT sObsiitiite,. CONTRACTOR shall reimburse OWNER for the charges. of: PROFESSIONAL and PRO.FESSIONAI.'S consultants for evaluating each proposed substitute. GC-17 Page 17 of 55 nevislon nate huouft 2001 Concerning Subcontractors, Suppliers and Others: 6.8A... CONTRACTOR- shalt not employ any Subcontractor,. Supplier :or other person or organization (including:those acceptable to OWNER:and PROFESSIONAL as indicated in paragraph 6.8;2) whether initially: .or. as iesubstiitute,. Against vhorri OWNER or PROFESSIONAL may have reasonable objection CONTRACTOR shall not be required:to erpploy.any Subcontractor, Supplier or outer.person or;organization to furnish:or perform any`.of the Work:against:whom CONTRACTOR reasonable objection. 68 2 lithe Supplementary Conditions require the identity of certain Subcontractors,, Suppliers:or other persons oganrz.`ations including those who are to fu r.orrnish the principal items.of;irmaterials.and equipment to be,submitted toOWNER l prior to the Effective Date of the Agreenienf for acceptance by OWNER and PROFESSiONAL and if CONTRACTOR has submitted a list thereof in accordance.with the Supplementary Conditions, OWNERS or PRO..i=ESSIONAL's acceptance,(either in Writing or by failing>to make written objection thereto The.date,indicated for.acceptance ar'objection ln::the bidding docu encs: or the Contract;Documerits) 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:whic i .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 beissued • 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 or PROFESSIONAL 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 performing or furnishing W any of-,the Work under.a. direct or indirect contract With CONTRACTOR:.just as CONTRACTOR is responsible;for.CONTRACTOR'S own acts .and emissions. Nothing: in the Contract Documents shah` • create any:contreOtuef relationship between OWNER or PROFESSIONAL and arty 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 as th4:OtherWisei 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 performed 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 terms 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 uncler 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 performance;of the Work or the inoarporation in fhe'.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,:dam:ages, losses end .-menses including attorneys''fees and:court.and arbitration:-costs arising out of any infringement on patents rights or copyrights incident:to the use in the iperfOrmance Of The Workresulting from the incorporatiOry.in the Work of any invention,: design, process, product or device not specified`in the.:Contract Documents,.:and shall defend all such claims to connection with any alleged'Infringement of such rights. GC-18 Page 18 of 55 .--- . . Reviaion Date AuSuer 2001 Permits: . . . . 6.13. CONTRACTOR shall obtain and pay for all construction permilte, tiOensa... gOarnmental.: • charges: and inspection fees,, and all public utility:charges Which areapplicable and necessary for the. execution of the Work. All permit costs shall be included in the base bid.Perrnitd,frany,,that are proyjoad. . ...,. . and paid for tiy..D.wWR are listed iti. the Supplementary Oonditione-, Any delays the • perrnttfing; process will- be.. considered for time extensions- only ,and ho damages or additional. . ... compensation for deley will be:allowed... • Laws and Regulations: • . . ...:. .... . .. . . - • 610, CONTRACTOR shall: give ell notices' : :end .comply with all: Laws. and Regulations .• — . • ,.: .. applideble.:10:fornishing :enci performanceofthe Work. EXOePWhere otherwise eXPresSly reptilred by . , applicable• Laws .and Regulations, t6ftee. .OWNER nor PROFESSIONAL shall be responsible for monitoring. bi'sit.RAOTQ13.'a.,ebropliandaiwitn'any Laws or Regulations. .... 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such es laWk:rifles,„andragqiaions, it will notify The Project Manager promptly In writing. 'Anst.niSdeS'Ofy,.feh6no •: • shall then.be adjusted ate by an abOtopii -t.han0e,Order;:- If•CONTRACTORperforms any Work it . ..,.. • ... knows or Should bave:Town:10.be contrary to such laws, ordinances, rules,.landlegulatient and without such notice to the Project Marlodot,.ithati.bear all related costs. . Taxes: • t* ., .5CONTRACTOR. '. shall p y all sales, consumer, use and other similar taxes required to be . . „ .... ,. :. pold.ini-.0,ddard?ndawitn.Ana:4aws and Regkilations of the place of the Project which are applicable during tilg;performanceoftheWark.. Use of Premises: .. . .. B.16., ,PONTRACTOR.shall confine --construction :equipment. the:. storage of materials ..and. ,. . oquipoipliVan4:t*dperOttons:of workerstathe.PrOjeasite:a.nd land and areas identified in and permitted • by tho Contract Documents and other land andareas.permitted.by Laws and Regulations, rightsof-vvPy; petc.hold'aasernents!,,CONTRACTOR shall not:Ithreasonably-eneumber-the pfernieeo.withaonatrUttleri its equipment or. Other materials or equipment. Any lOss:: or damage .to •CONTRACTOR,S. or any Stibtbritractors-:aqu'ipmant is.. it.tiely'.at the,risk of CONTRACTOR...CONtRAOTQR. shail-taeurne full. feSpOrtibilIty:for any: damage to any'such land.or area, or to the OWNER or occupant thereof or of any jand.:orarp_.pp:configuop.ibpreicit resulting from peckirmenqp-pf•theWorK;'Sntidtd arly...-dtaitnbtl mad against OWNER or PROFESSIONAL by any ttion-:.;OWNE13'or occupant:because of the performance of ;the 'Work, CONTRACTOR' shall promptly ::attempt .to.]:aattle,withsuch other party by agreement or otherwise,resolve the claim by arbitration or at:.low, .CONTRACTOR shall, to the fullest extent permitted by.Laws--,and.:'fagyiatidnp..i jfid'OrOify:aricLhOld CWWEA harmless from and against all claims,,damages, losses and:expertseS(ibciod(no 6ot-hat Milted to, fees of PROFESSIONALS,• ardhitedte-:, attorneys and ... othav:profesaignal -Ano..cot:ot.and arbitration poet):arising directly, indirectly or consequentially of any: action, legal icredylteOle.,,brought by any such other party against OWNER to the extent based on a claim arising out of CONTRACTOR'S performance of the Work.. . . . eAT. During the progress of the Work, CONTRACTORshall keep the prerniSes.free from accumulations of waste materials, rubbish and other debris or contaminants resulting from Etb0 Work, At the•Oompletion-tf:the Work, .Q.QINTRApTOR.thellrenioxie all:-waste materials.. rubbish.and.debris from ... and.alidut the premises; as well as all toole, epOlieneee,:construction equipment and machinery, and surplus materials,.and :Oren leave the,site claan,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 55 • Ree:aian Date huguat 2001 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: 6.1:9. :Contractor shall ,keep at the site and in good: order one record copy of the Contract Documents and all Drawings and Specifications. These documents::sheil be.annotated on a continuin• g basis to sho °all changes made during the •construction process . These _shall be available to Shp*. PROFESSIONAL and the:Project Manager andshall be submitted with the Application for Final Payment: Safety and Protection: 6.20. CONTRACTOR shall 'b;e responsible'for initiating, maintaining and. supervising all safety; precautions and programs ire connection with.the Work, CONTRACTOR shall assume•_all risk of loss for .stored equipment or materials,: irrespective of whether CONTRACTOR has transferred the title of the stored'eqUiprrient or materials to OWNER. CONTRACTOR;shall take all:necessary precautions.for the safety of;andShatii.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.'shell comply. with all: applicable. ,Laws and Regulations;Of-44: .:public body: haying: jurisdiction for the safety of:persons or`property'or to,.protect them-from damage,.injury or loss;and shall, erectand rn&ntain all necessary safeguards for Stich safety and protection. CONTRACTO'R:shell+:notify r. OWNERs of adjacent property end ofUnderground.Facilities::and utilityOWNERs when prosecution.of:the Work mayaffect,them,. and .shall cooperate •with: them. In the :protection, removal, :relocation •and; replacement of their property All damage, injuryor loss.to any property referred to in;paragraph 6.20.2 or 620:.3 caused, directly;orindirectly. iia whole or In part,.by CONTRACTOR, any Subcontractor.,.Supplier or any:other persons or'organization directly or indirectly emplloyed by any of them to perform or furnish` any: of the •Work: or. anyone. for whose acts any: of theta may. 'be liable, shall be remedied :-by CONTRACTOR (except damage-or loss attributable;.to, the:;fault of:Drawings:or Specification`s ar the acts or omissions;of OWNER or PROFESSIONAL or_:anyone.emploYed by either;Of thern.or anyone for wt ose.acts either:*them may be liable,_ and not attributable, .directly or indirectly; in-Whole or in part,to the':fault or negligence of CONTRACTOR)::CONTRACTOR's:duties and responsibilities:ferthe safety arid protection of-the Work shall continue oniir such°time.as all the Work is completed and PROFESSIONAL has:issued a notice to.OWNER and•CONTRACTOR ln::accordance,.with paragraph 14.13.that the Work is. acceptable(except;;as otherwise aXpresslyprovided in connection with Substantial Completion). 6.21. CONTRACTOR shall designate a;responsible:member of its orgeriization Whose°:duty shall be the prevention: of accidents et the site. This: person shall be CONTRACTOR's superintendent unless otherwise.:designated in writing byCONTRACTOR to the Project Manager. GC-20 Page 20 of 55 .,. ,, • . . Revision Date Augtaat 2001 Emergencies: 6:22, In emergencies affecting:the safety or protection of par.:tont or the Work or prOpettyatThe site or adjacent thereto CONTRACTOR without special instruction or authorization 'from* PROFESSIONAL or OWNER, is :-obligated to act to prevent threatened dernage,. injury or loss. CONTRACTOR shall give PROFESSIONAL prompt written.notice if CONTRACTOR believes that any significant thangealti the Work or variations from the cOntraCt Documents haVe.:beerfteusedthereby.lf PROFESSIONAL determines that change In the OpntraetOPCOrnehta.it....re4Uittd.13aCatiae:of the action taken in response to an emergency, a Work Change DireptiVe.:0Change Order be Issued document .. the consequences of the changes or variations. 622.1. 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-Ks).and any other event retuiting,in:property damage:of any , amount within five(5)days of the occurrence. 6.22.2. If PROFESSIONAL determinesthat a change in the Contract Documents is.required 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 subrrilttals, all submittals ... and samples required bylthe'.t.phireCt 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 F will be complete with respect to dimensions, design criteria • materials'and any:Other information necessary id enable PROFESSIONAL to review the sOmittal as required. At the lime,of each r submission, CONTRACTOR shall give notice to PROFESSIONAL of all • deviations that the SUbmittai,orsample may t*e 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 forporiforrnanCe with the design ctiliCept.Otthe Project and compliance with • the information given in the Contract Documents. The.approval of a Separate item as such,will not indicate approval of the:easgmblyln which the item functions. CONTRACTOR will make any corrections required by PROFESSIONAL and reeubrnit:th&,requlted: number Of Corrected copies until approved.; CONTRACTORS stamp of:Approval'on any submittal or sample shall constitute its representation to • PROFESSIONAL and OWNER that CONTRACTOR has detertilined end verified all quantities; dimensions, field construction .criteria, materials, CatalOg, numbers, and similar data, and that each submittal or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 624.1., :No Work requiring• a *submittal or sample subrniSsfpn thAll tornMenbe Until the . . , . . ... spbMiSSiory has been approved by.'PROFESS)0.N4• 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. • - . • • - 624.2 Before submission of each: Shop Drawing or' sample; CONTRACTOR shall have :. . - - - determined and yorified, all quantities dimensions, specified performance criteria, inatellatiOn regi 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 55 Davie ion Date Reguat 2001 4. 6.23. At the time of each submission, CONTRACTOR shall give PROFESSIONAL;specific Written notice of each variation thatthe• Shop Drawings•or samples;nay have from the requirements Of the Contract Documents, and; in addition, shall cause a:specific,:notation to be made on each Shop •Drawingstbmitted to:PROFESSIONAL for review and approval of each such variation. 6.26. PROFESSIONAL will review and approve with reasonable;promptness Shop Drawingsand samples;; but PROFESSIONAL-Es review and approval will:.be only for conformance with the design concept of the Project and for compliance with;the information:given in the CantractDocuments and sha:lf net.i extend to means,.Methods;; techniques 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 .or to;safet } y precautions or programs.:incident therein The.revrew and approvall of goebbrete,..iterti as such will not indicate approval of the assembly in which.,the item functions_ 6.27. PROFESSIONAL's approval of submittals or`samples shall not relieve CONTRACTOR. from irespOlitibility for •any variation; from the requirements of the .Contra.ct. .Documents °unless CONTRACTOR has, in writing, called PROFESSIONAL's attention to each::sich variation at the tin*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. •6.26 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 PROFESSIO:NAL's:review and approval of the pertinent submitt4 will be at the sole expense and responsibility of C ONTRAC TOR. • • • Continuing the Work: • 6 3.6 CONTRACTOR shall carry on the Workand adhere:to theprogress.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. ressulting 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,rnachinery, and surplus.materials and:will leave the Site;clean::and ready for occupancy by•OWN.ER .All disposal shall be in:accordance with applicable: Laws and Regulations. In. addition to any ,other rights available Co 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 D.ocuMents.. GC-22 Page 22 of 55 . .- .. . Revie ion Date Ancuct zom 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 PROFESSIONALScourt and arbitration costs) arising out of or resulting from the,performarice of the Work,P oded that any such claim, damage; loss or is attributable to bodily injury, sickness disease'or death or to injury to ar destruction of other than the Work itselfa)c{orUorriiss on�f Ct?N7RACTGR,na Y bcontrae©rariy tangible in ( ne l'i ent of the Wary paused !n whole at in part. ty.oriy 9 tl oerson r r or wh se actsa of ndarectl beerhpliable egg dleas o whether or ot its cased in pas rt. by a or anyone for whose reu any them ,y imposed by. Law.• and Regulations regard e party anderrinrfled hereunder or arises .by or is irnp negligence.of any such party. • 6.33. In any and all claims against OW:NEemployee O CMANA CONTRACTOR,GER or PROFESSIONAL any ESSIONALorr any of their consultants, agents or employees by any Pa� of them to:perfori'i1 or furriash any:of the Work person or organization directly or indirectly employed by: y' . . or an orae for whose acts any of them may be liable,the hei de unt cat#ype of a ion un ecornpe raat n or Y byan limitation on t benefitsnhat be larrtited in any CONTRACTORay y such Subcontractor or other person or organization payable by or for or'any under workers'or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.34. The obligations of CONTRACTOR under paragraph6.32 shall not llin o out extend the tothe preparation orlity of PROFESSIONAL, PROFESSIONAL'S consultants, agents or employees approval of maps, drawings, opinions, reports,surveys, Change Orders, designs or specifications. • GC-23 Page 23 of 55 ... Revision Date August ?Ohl ARTICLE 7---OTHER WORK Related Work at Site: 71 OWNER may perform other w• ork:related•to the Project at•th•e site by:OW NER'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••Gontract D.ocurr}ents, 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 tithe and the parties are:unable to agree as:to the extent thereof CONTRACTOR'may make a clairrt therefor as provided in Articles 11 and 12. 7::1 2 CONTRACTOR-•sliall 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 introdubtion,:a.nd storage :of`materials-and aqui-0666f and the: execution of such work and shalt properly connect and • coordinate:the Work wlth:theirs..CONTRACTORShall:do all cutting,.fitting and patching of.the Work that. • may be:required :to -make:its several parts corri:e 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 alter their work With the written consent. of PROFESSIONAL and the others. whose Work will be.affected The duties:arid:responsibilities of CONTRACTOR.under this:;paragraph.are for the benefit of:such utility O.WNERs`and other contractors to the exterit:that there are: comparable, • •previsions for the:;beneffit'of CONTRACTOR'in said ,direct contracts•.between:OWNER and such;:•utility OW.NERs.and other contractors. • 7:2,. If any part of'CONTRACTORS--Work depends for.proper•execution or resints:;upon the work of any succi other•contractor.or utility OWNER::tor OWNER).,•_CONT'RACTO.R shalt inspect and promptly • report to :P.,:ROFESSIONAL in writing:any delays, defects or deficiencies in such work .that render:ii •• unavailable or unsuitable fat suel proper.execu#ion and results. Ct3NTRAGTOR's'fallure o:icy report will •• constitute.a:n acceptance:of the••other'work as.:..fit and,proper for integration:with CONTRACT.O:R's Work: except for latent:or non.apparent defects and deficiencies in the other work. Coordination: • • 7.4. If.OWNER contracts.with others forth►e 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 end the specific • rriatters to:be covered by<such authority:and responsib litywill:t e itemized, and-the extent of such,author- ity and..responsibilities•will.be provided in the Supplementary Conditions Unless otherwise provided in the: Supplementary Canditio:ns, neither OWNER nor PROFESSIONAL shalt have any :authority or responsibility in-respect of succi coordination::• • • GC-24 Page 24 of 55 .. ,_. Revision Date Ang;et 2002 ARTICLE B---OWNER'S RESPONSIBILITIES 8.1;. Except as otherwise provided in theseGeneral 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 sproViding;Engineering to surveys to establish reference points are set forth in' paragraphs 4,1 and 44 Paragraph 4:2.refers OWNER'S. dentifying 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 Workor: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 55 Revision Dnte An gust 1C01 ARTICLE 9---PROFESSIONAL'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1, PROFESSIONAL will be OWNER's representative during the constructionperiod 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: 9.2. 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 ContractDocuments PROFESSIONAL will notbe 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 foi•OWNER a:::greater degree of confidence that the completed Work:will Conform to the Contract Documents. On the basis of such visits and onsite 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 inobserving the performance of the. Work,: The duties;. responsibilities:and limitations_of authority of any such Resident Project Representative and assistants Will be as provided inlhe SupplementaryConditions. If OWNER designates another agent tO represen#. 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 and/or Contract lime, 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.o.verall.'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 Tirrie and the'parties are unable to agree as tothe.amount or extent.thereof, CQNTRACTOR.may make a claim therefor as provided in Article 11 or 12. GC-26 Page 26 of 55 Aevieion bete Aupuet 2001 • Rejecting Defective Work: • 9 PRC)FESSIONAL will have aauthont totO drequipre spec alreve eject cnspe on or testing o the Work as believes to be defective and.will also have ,: . provided,in paragraph'139, whether or not the Work is:fabricated, installed or complete Shop Drawings, Change Orders and Payments: 9.7. In connection with PROFESSIONAL'S 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 determine the actual d antiwtth :CONTRACTORatns f Unit S5de:Wors performed= by CONTRACTOR PROFESSIONAL Will re.... . preliminary determinations on such matters before rendering a written decision thereon (.by reco.mmen lication for Payment:or otherwise). P:ROFESSIONA:L's written decisions thereon Will be fdaal a of:an:App._ on OWNER and CONTRACTOR, unless,withtn ten days after the data of any such: deci and binding up decision; either OWNER or CONTRACTOR delivers to the Other . party to the Agreement :arid a. PROFESSIONAL writtennotice of intention to.'appeal from'such a decision, Decisions on Disputes: 9.11. PROFESSIONAL will be the initial: interpreter of the requdi put st o the erCOntract Documents and:judge of the acceptability of the Work there.under,_Claims; relating: tothe acceptabilty of the: Work or the interpretation c# heWaris and ret*ifernefitS Of*ms tinder Anti lthel l and 1 , Documents pertaining to the performance and furnishing . in.respect of.changes to•the Contract Price or Contract Time wit be referred initi PROFESSIONAL NAL i:n•writing with a request fora formal decision:in accordance:with this paragraph, whico P .diner-Matter : will render�n writing within:a reasonable ti ESS OrNAL and the:. ther party to the Ag eemen Lite tprompt y(but. Will be detivered by the claimant;to PROFrise thereto and written • in ;no event later then'thirty days after• the occurrence of the event giving t ) . • supporting data_:wil be..submitted to.PROFESSIONAL and of f mpar as within. ixt i d accafate dath: occurrence unless PROFESS.iONAL allows an:additional period in support of the claim. . 9.12. When functioning as interpreter and judge: under paragraphs', 9.-.10. 0be d el1n PROFESSIONAL will not show partiality to OWNERact{ Thet. be liable s l of n:: connectionecisiowith any int ZONAL!pn or ursuant Ito paagraphs sion rendered ln 9.110oandfaith 9.11 with.respect to any such: ctaim, decision by P:ROFESSlO F the dispute or other matter(a h 14,16)cwi I be a cond tiiondprecdentiokrlranyexercpisenby OWNERaor trent:as provided in par g .rap CONTRACTORof such rights:or remedies as etthermay.otherwise have under.the.C.oritract Documents, or by Laws or`Regulations in respect,of any Such claim, dispute or other matter. GC-27 Page 27 of 55 _ .. ,.r ..:.a ... .... ... Revlelo4 Date Isuguet 2001 Limitations on PROFESSIONAL's 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. x.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 b responsible for CONTRACTOR'S failute: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 55 .- Revision Date Auguee 2001 ARTICLE 10--CHANGES IN THE WORK . . 10.1. Without invalidating the Contract, OWNER may at any-time or from. time to time Order- additiOnsi deletions, or revisions in the Work, The OWNER:Shall'provide CONTRACTOR With a proposal request; Identifying:the Work tobe added, deleted :or revised. Upon ..:rpcoilA CONTRACTOR shall promptlYst.ibmit-a written proposal for the changed work prepared,it-i000rogn.pp'.with.Miaos-11.and IZ. If the prOPOtal request calls only for the deletion of Work,-the..Q.WgER r1,) y.90pr..tilg partial suspension Of'any WOrk.rooted 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 hall be executed under-:the applioable-cOnditionS.Of the Contract Documents. 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, • axdept 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. changes in the Work tO - performed in an i .Da performed, Work .. . emergency as provided in Article 6, and soy other claim of CONTRACTOR for a change n the Contract Time or the Contract Price, PROFESSIONAL will preparei.a v.iiritten Change. Order to bri::.si&i(j-d by PROFESSIONAL and CONTRACTOR and submitted tODWNER'for approval., 10,4, tr1 the absence of ab::0tire.drildint as provided th.10,.$,::•OW.NOS.:TliOY,' t.itts sole discretion,:: • fatue. a Work Change :Directive.to'CONTRACTOR, Priding of the Work Change Directive•will be in accordance with:Sectibni.11..3. The Work Change Directive will specify a price :0rAci..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 diligently with performance of the Work as directed by OWNER, regardless of pending claim actions,unless otherwise 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 is a surety, the gluing of any such .notice will be CONTRACTOR'S . i'eSPon$,ibility,,and the amount:of each applicable Bondswill:be 0014§iec$accordingly.. GC-29 Page 29 of 55 . — Revi e ion Date Aug,. 001 ART|CLE11'CHAN��2 ��FC��NTRACTPRU�E 1� obligationS assigned td Or undertaken by CONTRACTOR Sher beef CONTRACTOR'S eXpensewithout change in the Contract Price. • TheCbritradt Pride May only•Pe,Changed;,py,e....Change Order Written ArriendM eat. (subjeCt 16 Written aUthicrized t ..~~d~°"".Ndifid e-bf the:.arrialrit Of lhe -lei_ with supporting umC / occurrence `__— PROFESSIONAL— _-'- of the claim) and shall be couar , all knownamounts (direct, a result of the occurrence of said event. All ~. determined by PROFESSIONAL cannot otherwise eht the:COntraCtPtice-will.be valid if not submitted in accordance with this paragraph 11.2. • 11.3. The value of any Worcovered 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'end owNER otoghtzef end. __ _ • to,the aCtuet •quantities of items .,=,e" as measured in the field ~6 { �etfu!evwa:t:ouPie,, the Work:as pngqewy7 • defined in the ContracDocuments. 11.3.2. When it is determined by OWNER that an addition, deletion, revision to the Work, defined • ' Proppsal as Unit �"�� - ' |/ '' OMER agreethat the compensation - to PONTRACTCO for i� accordingly by a Ced upon theepplication of th0 appropriate prid£s shown in the Bid Proposal to the Ociantity 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.Loop Bum.When' deterMined by_OWNBR that an additiOrvdeleticin-Ot revision tO,-the �. • Work iS.required'which results in e change in Work designeted in the ai4 PrOposal as.a lOMP Sum item, the parties. ,11..3:,6, If the a ~- - - said ro/ a=~" m*C=Wm/:1..°vn^v*g^ `��^ OpNf04/.9puhol/:peuprmthe mwoocas. directed in the Change Order. • GC-30 Page 000f 55 ��� ' Revision Date August 2001 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 additional 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 identifiedea lumpsim quantities;shalt.be made by OWNER based upon�an analysis of the.scope of CONTRACTOR'S:failure:ta construct to pian or authorized dimensions. • Cost of the Work: 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 ti e Work.Excepi as otherwise may be agreed to in writing by OWNER; such costs shall be Tn amounts inc. higher than those prevailing;in the locality of the Project, shall include.only the following items andshall include any.of the costs itemized in paragraph 115::. 11.41'..Payroll:.costs for employees in'the direct employ of CONTRACTOR in the performance of the Work under schedules of lob classifications agreed upon by OWNER and CONTRACTOR Payroll, costs for vrrmployees not employed full Urns op the Work shall be apportioned on the basis:of their time spent•on the Work. Payroll costs:shall include,:but not,.be limited tori:salaries and wages plus the cost,of fringe be • ne •fits which sha.il include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's eorripensation; 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:performing Work after regular working•hours, on Saturday, Sunday or legal holidays, • shall be includ_ed: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:_ • Alt:cash discounts shall•:accrue:to CONTRACTOR unless OWNER deposits funds::with CONTRACTOR. • with which to make payments, in •which.:case the cash discounts .shall. .ac.crue. to OW.N.ER. Trade •discounts, rebates:and refunds and all returns from sale of surplus materials and equipment shall accrue • to OWNER,and CONTRACTOR shallmake provisions so that they may be obtained. 11 4.3; Payments made by CONTRACTOR to theformed by Subcontractors for Work :per Subcontractors. If required by OWNER,:, CONTRACTO:R. shall obtain competitive bids ifroM 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 Subcoritractor'is to be paid on:the basis•of Cost of the Work Plus,a;Fee; the•Subcontracto(s Cost • of the Work shall be determined in the same manner as CO.NTRACTOR's Cost of 4he.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 ,:.arc limited to engineershitects:, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related" to the Work. 11.4.5. Supplemental costs including the following: • 11.4.5.1. The proportion of .necessary transportation, travel and subsistence expenses of CONTRACTOR's employeet incurred in disclarge:of duties•connected.with the Work. GC-31 Page 31 of 55 Revision D,t- Rugue[4001 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site ;and hand tools not owned by the Workers, which;are consumed in the performance of the Work; and Post 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 id accordance with rental agreements approved byOWNER with the: advice of PROFESSIONAL and 'the costs of transportation:; loading; unloading, installation, dismantiing.and:removal;thereof,all in accordance with terms of said;rental.agreements.The rentalof any such equ`ipment,. 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 for which • CONTRACTOR is liable, imposed by Laws and 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 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 arid damages within the deductible amounts of property insurance established:by OWNER iri accordance:with paragraph&6)provided they have resulted from causes other, than the negligence of CONTRACTOR, any Subcontractor or;anyone directly or indirectl i employed by any of them:or_for whose_:acts any of them may:be!labia,Such.losses include settlements mede.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 demegerequiresrecOnStrualOn 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 shall 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 erriployed by CONTRACTOR.Whether at the site or in CONTRACTOR's:principel or a:braricl office for general adminiStration of the:Work and not specifically included in the agreed upon schedule of job,classifications:referred to in paragraph 11.4A. or specifically covered by paragraph 11 4 4-all of which are to be considered administrative costs covered byCONTRACTOR's Fee. GC-32 Page 32 of 55 FeVi9iOn Date nvg et 2DCt 11.5.2. Expenses of CONTRACTOR'S principal area branch offices other than CONTRACTOR'S office at the site. 11.5.3. Any part.of CONTRACTORS 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 ofP remiums covered:by subparagraph 1:1.4..0 above):: Costs.due to the:negligence of CONTRACTOR,any Subcontractor,:ar anyone directly or indirectly,employed by any of them or for whose ads any of them may be liable., including but notlimited 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 of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. CONTRACTOR'S Feet 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, 41 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,themaximum 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 any one change, the adiustrnent in CONTRACTORS 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. GC-33 Page 33 of 55 � .. . kevieieu Late u..,et 2001 11.7, For.all..changes,:CONTRACTOR.•shalt submit a:n itemized cost breakdown, togeth.er.with. supporting data in:such detail and form as prescribed by the Project Manager. When a credit is due, the amount of'Credit .b.e.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.:in direct cost as•determined,by the.Project Manager, plus the applicable reduction in overhead and profit When both additions and cr•edits are. involved,in any change,::the combined;-overheed and: profit shall be calculated on the basis of the net change,whether an i3ncrease 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 mar-hour and total labor`price, labor burden`, . equipment hours:.and rate;for each piece of equipment,.material byunits of-measure and price p:er unit,: other costsspecificallyitemized,:plus the overhead end profit markup. Cash Allowances: • 11:8 It`is understood`tlat CONTRACTORhas included in the Contract:Price ail:allowances:so named `in the Contract Documents and shall cause the Work=so covered: to be done by "s:iich • Subcontractors:or Suppliers and':for such sums within the limit of the;allowances as may be acceptable to PROFESSIONAL:CONTICTOR agrees that;: 11.8.1. The allowances include:the dist 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.ori the site, labor, installation:costs,. overhead,profit and other:expenses contemplated for allowances have been included in'the Contract: Price and not in the allowances,._:No derriand for additional payment on account.of any_ thereof Will. be; • valid. Prior to final payment,ala appropriate Change Carder will-be issued as recommended by PROFESSIONAL • to `reflect actual .• . 11. due'CONTRACTOR on account of Work covered by allowances:, and the Contract Price shall rte correspondingly`a:djusted. Unit Price Work: •1.1:9 1 Where the Contract Documents provide that all or part of the Work is to be Unit;Price • . Work, initially the Contract 0'090.41 be deemed to include for::all Unit Price Work an amount equal to the. sum of the established: unit prices for each <s.eparately..identified :item of Unit Price Work times the; mated..'.quantity-of each-item as indicated in the•Agreement.The estimatedquant estiities of items of Unit • Price Work are notguaranteed and are'solelyfor the purpose.:of comparison of Bids and determining;an initial.Contract. Price (Determinations of the: actual. quantities:_and, cies-0eations Of Unit.Price .Work. performed by CONTRACTOR will be made by PROFESSIONAL In,accordance with Paragraph 8:..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.sep:arately:identified item. . 11.9.3. Where the quantity of any item of Unit:Price'Work performed by:CONTRACTORdiffers, Materially:and significantlyfirom.the estimated quantity of such item indicated in the Agreement and there na 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 55 Revieior.Dere August 2o 1 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 .submitted by CONTRACTOR for . adjustments; to the Contradt 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. I222 If CONTRACTORis delayed at.;any time in the performance,progress,:commencement, or com:pletion: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 not have been identified or foreseen l y CONTRACTOR using reasonable,d;iligence, or any causes beyond CONTRACTOR's.contr©l or fault, then the. Contract Time shall be extended by Change .Order for such reasonable time as OWNER May determine; CONTRACTOR shalll be entitled to an extension of time for such'causes only for'he numberaf days cif delcauses and only , ay which OWNEtIie le#[oiiR 11-14 i of the Wo k and then onlyrioto be due solely tO �f CONTRACTOR to tie extent such occurrences actually�:delay . P: shall have:strictly:compiled with.ail the requirements of the'Contract Documents.: Provided, however; no:4b.standing :anything in :the Contract Documerfts to the contrary, no interruption; interference; inefficiency; suspension:or delay:in the performance,progress::_commencement or completion of theWork for`any.cause`whatsoever, including those for which.OWNER'or PROFESSIONAL may be responsible in: Whole orin:part3 shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or' additional: compensation frog 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 55 r. ... • Aevia100 Date August 2091 ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: • 131CONTRACTOR.warrants and guarantees to OWNER that all materials and equipment will • oe view unless otherwise spec ed 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.Inspectioris,tests, or approvals referred.;to in this;Article: All unsatisfactoryWork,elf-fat-111Y'Work and all Work not conforming #o::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.slall 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: 13.2 . For;the duration'of the Work, PROFESSIONAL:and its representatives., other desigriefed representatives of:OWNER, and:authorized representatives.of any regulatory;agency shall avail times:be given access-to;the;Work. CONTRACTOR shall''provi:de proper facilities for such access and observation • •of:#ire Work and also for any•inspection rir testingbyothers. • • Tests and Inspections: • 13.3. If the Contract Doc•uments,;laws,• ord.inancest'.rules,. regul•ation•s 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. The'testing firms):(if assigned by OWNER to this Work}.and all such inspections,.tests,.or. approvals provided for by OWNER shall be Identifiediri writing by PROFESSIONAL to CONTRACTOR:. • All other inspections, tests or approvals shall be. at CONTRACTOR's expense including additional i • expenses for Inspection and tests required as:a result of delays: by CONTRACTOR or hou:rsiworked in excess of`40 hours-per week:: For. all required inspections,:tests, and approvals on any Work prepared; performed, 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 a r the`Contract Documents. Materials or Work in place that fall #o pass acteptabil.ty tests shalf 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 CONTRACTOR{or by PROFESSIONAL.f 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 iincover:.ing snail be. at CONT.RACTOR ' e: :u s. expense: CONT•RACTOR .has given PROFESSIONAL timely notice of CONTIRACTOR's intention to cover the • same and PROFESSIONAL has not acted with reasonable promptness In response to such notice. GC-36 Page 36 of 55 •e- .., . - . .-. .... . , ..-• .6 . . , . Revision Date Alines!:2001 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 Contract Documents. •• Uncovering Work: 13.;$,,. If any Work required to be intoeoted,,te$tect:ibrapproyoO is covered prior Inbred 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 pkaF :$$..i(*g, be.uncovered for abterVatiOn, . - -. - , inspection testing or approval and replaced at CONTRACTOR'S expense. .. ., :... . 13.9. If PROFESSIONAL considers it neceSsary,or.0.0$pble,:thet,oOyeredWbrk.be•ObteNed by: PROFESSIONAL or inspected or tested by others, CONTRACTOR,.it PROFESSIONAL'S request, Shalt ... • tffrit-OVeri:expose'er otherWiSe,.MakeaVailable for observation, Inspection or testing as PROFESSIONAL: may require tbat poirtion.of iheWork in":OtjeStion,furnishing all necessary leboi.,:rno:teriat• nd etittiomont If it is founcr.inot.,.$46 Work is 4000*, CONTRACTOR shall bear all direct and consequential costs of • • Liott. uncovering i :e0os4r0,: Observation,: inspection.and *Sting, and, Of ..,SatitfebtorY .reconstruction (including but not limited to feeS and. charges:of PROFESSIONALS.,.pro.hiteot , .attorneys i And rother • PROFES.SION40, nb,bWNER.,shell be entitled 0.1),,epproprip*O0Orep$OIn the Contract Priee:andfif • tho•paltep•orp:,uriable to agree aS to amount thereof,.OWNER may make a claim therefor.aS provided in Article .11.. If, however, such WOrk.it:•:'nOt.fbUnd.to be defective, CONTRACTOR shall be allowed an • • • intreope.inibeContreCt Price or an extension of the contract Time,or both, ctireott9retttiouteiblet.O.Such ( uncovering,exposure. observation, insoectio.6,:'testing and reconstruction, and, if the parties are unable to • • agree as to the amount.orl.oa.prit..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-bri,e010Ment Or-make prompt payments toSuboontraCtOrS for labor, rriaterials, PP . . _ -.qPiprrientorifcoNTF3ApToR:viOlates.:atly:-Prtivjsion5 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 OWNERIdeXerbiSethie-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 Work: 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER and as,:specified by PROFESSIONAL, either correct the defective Work Whetherfabricated, .. .... ., . - - .r. . . installed., :atcompleted, or rettive. it ;from. the site and replace it: with :nOn-defeCtive Work. If CONTRACTOR does not correct such defective Work,or remove and replace SuCh-such within . . a .reasonable time, -ee specified in.a- written notice from. PROFESSIONAL, OWNER may have :the deficiency scorrected. All direct and indirect costs of 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. . .. ..., ..... , . .W. GC-37 Page 37 of 55 • Revision Pete AuoOSt 2" One Year Correction Period: . . . 1.3•12. ft Otor..OPPrcEsial:of final payment and prior to the of one after the Of . . . . . ... ea.... . ... . substantial.:pernpletion:dr such-longer period of may be prescribedby 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 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 non- defective Work. if CONTRACTOR does net promptly comply with the terms Of.tOebinstrObtionti OWNER may have the defectiveWorkcorrected, removed, or replaced, All direct, indirect.anO consequential • Wats.of such removal and replacement (including but not limited fees .and charges Of engineert, . architects, attorneys and other professionals)will be paid by CONTRACTOR. Acceptance of Defective Work: • • . .. .. 13.13. if, instead of requiring correction or reteval'apd.replacement of'defective wor.k,OWNER: . _ ...: ..,... ....-. . -,• (and prier to.:-.PROFESSIONAUS.reoarnhiendatien effinat payment,.:PROFs$10NAtjOrefere to accept .' • .... . .. ., ..... it,OWNER may do so. CONTRACTOR shalt bear all,direct, indirect and.bpneequentiet-abete:attribbleble: to OWNER's evaluation of.ant(deterrniriatiofite accept such defective Work•(tubli PoSitrto:be.appraved.. by•PRQP:E8E1(AAI. p -. to reASonahleriess and 46 inelude.,:hut,-not:be.lirraed to fees!and charges Of .., ... .. . ... . . : ::. ... engineers, architects, ettorneye and other tOrofeeitiOna14 If any,eueh abeeptance.. occurs; prior to PROFESSI.ONAee recommendation of final PaymeriL a Change Order-104:be issued incorporatingThe nebessery.resiObne:in:the-COntrabt:Document With respect to the Work,and OWNER shall:be entitled-,t.C. • arliPPPr9Pilate':cleOrease-in:101.e Contract Price,•,,,Ontradt ribe;ancE4-if the part)es are.•unable to'agreeastothe amount • • • • . • , . • . •,• . ..... . . .... . • thereof,owt.iRJr.ri,gy.make a claim therefor as provided in Article 11.:ifithe acceptance ocairt:afterttich • • recommendation,ar :appr4riatearneUnt..Will bepaidby CONTRACTOR to OWNER. •• :. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proppedto correct defective Work or to remove and replace rejected Werk as :required by PROFESSIONAL in accordance with paragraph 13;11, or if CONTRACTOR falls to perform:the Work in accordance with the Contract Documents, or if CONTRACTOR falls to comply with any othet-;.proVition of the-caritraet:Oopiirnent ,.-:oWNER.Tnayi after seven days'. written notice to CONTRACTOR, correct and remedy any SOCh:defibiertCy,--Itt 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 er..part.cif the Work, and sC1.5PPPO O.PN-rRA... OToKs. services related :thereto., take .possession. of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate iiiihe Work all and',equipment Skied at 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 At may be netessary to enable OWNER to exercise the,ridnteandtat edies under this paragraph.All direct,Indiredt.and consequential costs OWNER- in exercising such i rigTAS:and---rethedies Will ..1?e chirged. .against .CONTRACTOR in. an amount , approved as to redebriableneSS: by PROFESSIONAL,: and ,a ..Change Order will be issued incorporating the necessary revition.e. in: the Contract Documents with respect to the Work, and OWNER shall be elit4ledto an appropriate decrease- Irl,t(le..pontract•Price, and, if the parties are unable agree as to the amount thereof;OWNER may make a claim therefor as prOVIde.dirti Miele 1 f..Such:direct,.indirect and consequential costs Will include,.but , ... :not be limited to, feet and charges of engineers, architects, attorneys and.Other:professionals, all court • GC-38 Page 38 of 55 < . . . a . , Revision Dote Asmuet zoos ed. or rests and all coats of repair ON RACTORreplaceMentdefec ive Work CONTRACTOR shall.not be allowed an removal .or replacement:of CONT .... extension .of the Contract:Time because of any delay in performance of the Work. attributable tothe exercise<b OWNER of OWN ER's:rights and remedies hereunder. Neglected Work by CONTRACTOR 13.15. If CONTRACTOR neglects to execute the: Work in accordance: with the Contract Daduments, including any requirements of the speegire t::ectve acttonROc tiding. but not limited trFESSIONAL: may: t CONTRACTOR to submit a recovery plan and takep ernployirig additional workmen and/or:equipment,and::working:extended hours and:additional days; all at n :cost to OWNER in order to put the Work,back onhed le, If eONe CONTRACTOR of CONTRACTOR s deficiency;.or take.appropriate:corrective':action,OWNERy right to:proceed with.that portion of Work and have the Work done by others The cast of Completion under rprOcediffe :shall be charged against CONTRACTOR A Change Order ll be I ioued d incorporating the necessary revisions :in the Contract Documents, appropriate the Contract Price if '-thd payments- due CONTRACTOR are not..sutii00 ii to'. cover such amount, CONTRACTOR shall paythe diifferenceto OWNER.: 13.16:. Should CONTRACTOR work overtime; weekends or holidays to regain the schedule, all costs to OWNER of associated` inspection, construction management and resident engineers` shall be • identified'to CONTRACTOR and the Cpritract price reduced by a like amount via Change Order.. • • GC-39 Page 39 of 55 Revision One Auguet 2001 ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1 TI1e-schedule of values established asprovided in 2 9:wilt serve as the basis for progress payments;and will be incorporated into a forrrr:of application for.Payment acceptable to Project Manager. Progress.payments on account of Unit Price Work Will be based on.the numrbeof units completed. Application for Progress Payment: 14.2 At,least twenty (20) calendar days before the date established for each progress payment (but Irlqt,rnOre often than (*ce.va Month),...!CONTRACTOR shall submit to PROFESSIONAL for review an • application for Payment:fiilled out and signed by CONTRACTOR covering ilia work cornpleted as of the date of the appiicatiot -and accompanied by such supporting documentation as is required by the Contract-Documents if`:payment is requested.oh:the:basis of materials and,equiprrient not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shallalso be accompanied by a:bill of safe, invoice or other documentation: warranting that OWNER has received the Materials ands 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 Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment,for Payterits 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)iplenclar days after receipt of each Application.for Payment, either indicate:in writing:a recommendation .pay•ment and:presentthe-application to OWNER, •or return:the application to:CONTRACTOR indicating in writing.PROFESSIONAL'S reasons for refusing to recommend payment. In the:latter case, CONTRACTOR may make the necessary correctionss and resubmit the application.: OWNER shall, within'thirty-one calendar days:of presentationto him .of the application for. payment withPROFESSIONALS. recommendation of the. 'amount for payment, pay CONTRACTOR amointrecommended.- 14:,5:: PROFESSIONAL'S recommendation of any payment requested in an Application for Payment will constituterepresentation by.PROFESSIONAL to OWNER, based on PROFESSIONAL's onsite observations of the Work:in progress-es-en.experienced and qualified design PROFESSIONAL and Ort PROFESSIONAL'S review idf the Application for Payment and the accompanying data and schedulesr 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 theWork as a functioning whole prior,to or upon Substantial Completion, to the results.of any subsequent tests called_forin the Contract Documents, to a final:determination of quantities • GC-40 Page 40 of 55 r'. .a ... . —. -- Revision Date m,Jst xeci • and classifications for Unit Price Work under paragraph 91Q,and to any other qualifications stated in the: •byreco emendi.n;and•that payme t.PRO CONAL w I nit thereby be deemed t haved to o8yment:of the e represented by recorirriending:any such payment, PR that exhaustive:or continuous on -site inspections have been made to check the quality or the quantity of the Work beyondthe tsoiPROFESSIONAL'd to or that there maY:not be other,mattesriseteen the patties that might entitle CONTRACTOR to be paid additionally by OWNER:or OWNER 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 Siset forth in paragraph:1:4.13 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 tos make such representations epi sentatenof`sub OWNER. PROFESSIONAL may. also refuse to recommend any a Brit discovered evidence: or the results of subsequent inspections or tests.; :nullify any such p .ym previously recommended, to such extent as may be .necessary in:PROFES;SIONAL`s opinion to protect OWNER from loss because: 14.7.1.. the Work is defective, or completed 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 amount recommended by PROFESSIONAL because • claims have bean made.against OWNER ellen w��the Work orRthereAare' otheS r entitling OWNER mance or furnishing of • the Work.or Liens have been filed in•:connec_ .. to,a•off-set against the amount'recomr€ endedbut 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 TRACTOFt ubstantially laisncompiete) and equesing that-the eritireWorkit s complete(ethatPROF- • ; xcept for items specifically listed by. E.SSIONAL 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 shant IOWNER l be attached shato the e certificate a tentative list.of items to be.completed.; a or.corrected before final.ppay Ment Page 41 of 55 ?eV18IGn 7)eb, Anguvt 2007 :seven days after receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any provisions of the certificate or attached list. If, after considering such objec- tions, PROFESSIO•NAL._ioncIudes,that the Work is, not.substantiaily 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 ofSubstantial Compnletio (: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 an.y 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 divisi• on of responsibilities pending:final• payment between OWNER and CONTRACTO•R:with respect to•security, operation; 'safety, maintenance, heat;: utilities, insurance_and warranties. .Unless.OWNER4n0 CONTRACTOR agree:otherwise in writing and so. Inform PROFESSIONAL prior to PROFESSIONAL's 'issuing the definitive certificate ..of.. Substantial, Completion, PROFESSIONAL'S: aforesaid repommendationi will :be bindingon OWNER and: CON-. TRACTOR 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'soption of any substantially completed part of the Work • which ti)'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 fol- 'its intended •purpose without significant interference with CO:NTRACTOR'.s: performance ;of the remainder:of the:Work, may be accomplished prior to`Substantial Corrpletion::of ell; 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,. CONTRACTORwill certify to OWNER and PROFESSIONAL that`. said part of:the Work is: substantially .complete and request PROFESSIONAL.to.issue a ;certificate of Substan•tial;:.Cornpletion for that.part •of:the Work CONTRACTOR at'any time may no•t•ifyOWNER-and PROFESSIONAL '.in Writing that:CONTRACTOR considers any such part :of :the Work ready for its intended use. and substantially' complete and request PROFESSIONAL. 40 issue, a certificate: of Substantial:Ctimpletion for that.part of:the Work Within a :reasonable time after either such request, OWNER, CONTRACTORand. PROFESSIONAL shall snake 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, giving the reasons therefore If PROFESSIONAL considers that part of the Work`to be..substentially complete, the provisions of paragraphs 14.8 and 14.9 will apply with reepeet.to.certification of Substantial Completion of that part of the:Work'and the division of responsibilit>y in respect thereof and access thereto. y. GC-42 Page 42 of 55 I • Revision Date Avgoet 2001 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take overoperation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to PROFESSIONAL and; within a reasonable time thereafter, OWNER, • CONTRACTOR and PROFESSIONAL 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 thereon before final payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that, such part of ..the Work is riot 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 togetherWith a written recornmendati.on-as to the division of:responsibilities pending filial 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 ov takes. er such operation (unless: they shall have otherwise agreed in writing and sa 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:°listand 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. • Final Inspection: • 141'l. Upon Written'hotice.frorn CONTRACTOR that the entire Work or en:agreed.upon'porton 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 defects-ve. CONTRACTOR shall. immediately take such measures as. arenecessary to remedy such deficiencies. Final Application 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, guarentees,'bonds, certificates or other evidence of insurance required by 5.2, certificates of inspection, marked-up record documents:and other documents;, payment following theprocedure for progress payments_. CONTRACTOR may make applicafl.on for final P. The final Application for Payment shall be accompanied '(except as previously delivered) by (I) all documentation called for in the Contract Docurrierts, 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 or waivers (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 or 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 0).41 payrolls, material and equipment bills and, other indebtedness connected with the Work for which OWNER or OVVNER'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. GC-43 Page 43 of 55 - Revision=. August 2001 14.12byC.1� No ONTRACapplication �rf�a poymmn wN| ba OYVNER un tilapproved as-builtdocume�oTORaneaouepb�d �ndepprovedbyPRDFESS|ONAL 14.12.2. Notwithstanding any other provision of these ntraot documents to the nd OWNER and PROFESSIONAL are under no duty:or obligatiOn whatsoever fo.'44.; yendori: rnaterialt- tp any of thernare or.Will remedy Of nonpayment by filth. CONTRACTOR agrees to-‘defenct and'resOlve all dia.1*.. Made:bYSubcontraCtOrti inOeinnifyit4 OWNER and Pn"rcSS'"e.xAL./* ail claims-arising frOrn.or /eO9'fi'\8foaw« Subcontractor or supplier or material men or laborer services in connection with this project. CONTRACTOR shall Indemnify OWNER.and PROFESSIONAL for any �iincluding Iost profits, resulting !from CONTRACTOR's failure or refusal to perform the work required by these contract documents. Final Payment and Acceptance 14.13. lf, on the basis of PROFESSIONAL's been completed and CONTRACTORs other obligations: under the: 04ntraCt.,DOOUrnentS, have been: final inspection and'PROFESSIONAL'S review of the fine ApplitatiOn-for PaYMent and aaodnipanying documentation as reCUired by the Contract Documents,-PROFESSIONAL is satiSlied that-the WOrk:hat fulfilled, P.ROFSSIONAL Will, Within'. ten (10) working days. after receiPt of the:final Applidatidn '_ —time:PROFESSIONAL will alSogiVe Written notiae.td owNER CONTRACTOR that -the woek. atceptable subject PROFESSIONAL will return the application to CONTRACT .... corrections with - ' ' ' �� --_- recommendation and notice of acceptability;the amount recommended by PROFESSIONAL will becomeand if PROFESSIONAL so confirms., OWNER shall, upon reCelpt Of CONTRACTOR's final Application for: pymeri.f of the.bralanee due fOr that portion Of The Work'tUily-completed and.abcepted., If theterrialning, due and will be paid by OWNER to CONTRACTOR. Payment and -reCorntendation Of PROFESSIONAL and without terniinating: the :Agreernenti: nia4. balance tO be held by OWNER kir Work not fully completed or corroded'is lest than- the: retainage stiPulated In the CbritraCt and if bends have been furnished a.g l'eOuired Ai1ible the Written tonSerit.of , he stirety to the payMent of the balance titiefor.that portion of the WOrk'fbily coMOleted arid-Accepted shell..Oe CONTRACTOR:la PRciFssIoNAL:With the application for.SuCh-paytent Such- payrnent shall-be made.under'the terms and conditions governing final t conntdu�owm�erofo���o. CONTRACTOR'S Continuing Obligation: 14.15. in accordance with the Contract Documents Shall be absolute. Neither recommendation of any progress or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Comp|ebon. GC-44 Page 44 of 55 Revision Date August 2001 nor any payrrient 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 con- stitute an 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 f.1. A walier of all claims by OWNER against CONTRACTOR, except claims arising from unsettled liens, from defective Work appearing after final inspection;pursuant_to 14'i1, fr:.om failure to corn* with the Contract Documents or the terms of any special guarantees$peciffied therein, from CONTRAGTOR's continia rig obl gations.underthe.Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE 15--SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15 i OWNER may, at any and without cause, suspend.:the Work or any portion thereof for a period of"not mere than ninety days`by notice in writing to CONTRACTOR and PROFESSIONAL which will.fixthe date,on which Workwill be resumed. CONTRACTOR shall resurne-the Work on,he 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 any one or more of the following events: 15.2; 1. if CONTRACTOR..comiriences 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 tie.bankrup:tcy or`inso.lvency;: 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 against 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; GC-45 Page 45 of 55 Revision race August 4001 15 24..If trustee, receiver, custodian r 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 propertyOrforthe purpose of,generel:administration of sueh 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 (including, but not limited to,failure to supply.:sufficient skilled workers:or suitable material's.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 iri zany 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 CONTRACTOR from the site and take possession of the Work and of all CONTRACTORS tools:; appliances; construction equipment and machinery at the site and use the:same to the full extent lthey could be used by CONTRACTOR(without liability to CONTRACTOR:for trespass or conversion) incorporate in the Work all materials and..eguipthant 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. to 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.:byPROFE'SSIONAL and incorporated.in a Change Order,:but when exercising any rights or reme:dies 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; GC-46 Page 46 of 55 Revision tete August 2001 15A.2. For expenses sustained prior to the effective date of termination in performing services and furnishing 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 contracts 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 .affectany 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 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.submitted! or OWNER fails for thirty-one days to pay CONTRACTOR any sum finally determined .to:.be duet then CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and provided OWNER Or PROFESSIONAL did. net 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 ether right or remedy; if:PROFESSfONAL hastfailed;.to act On an Application for Paymentwithin 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 b p dile,. CONTRACTOR.riay upon' seven :days' written;notice.to OWNER and PROFESSIONAL stop the.. Werk`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: 1'1 and 12 foran 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 ori the Work in accordance :with the progress:schedule 'arid without:delay: during disputes-and disagreements with OWNER. GC-47 Page 47 of 55 Revio ion Rote Auguot 2001 ARTICLE 16--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 claiiri;s.for alleged breach of contract shell 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 cletrri 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 o€;notice thereof each decisiort_by OWNER will be in writing arid'will be mailed.:to CONTRACTOR by_;registered or certified mail,return receipt requested, directed to his last known address, 16.2 All ciatms, disputes andfother:matters in question between OWNER end 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 thea. Contract consents to jurisdiction and venue in :the Superior;Court.of Richmond Cdunty„ Georgia, and; waives any right to contest same. • GC-48 Page 48 of 55 Fevielon Pate August 2001 ARTICLE 17-MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have:been validly given`.if delivered in person to the individual or to a member of the firm or to 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, it will 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. Genera!: 17.3. Should OWNER or`CONTRACTOR:suffer injury or damage to:.person or property because of any error,omission ar act of the other party or of any:of the other party's employees or agents or others for whose,acts theother party is iegally 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: GeneralConditions and 'the rights arid 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, 13A4, 14.3 and 15.2 and all of the 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:of the Contract Documents, and the provisions of this paragraph will be as effective as:f: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 supportingdocumentation 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.audit, inspect, and copyall 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:. periodof time, shall also have the right to obtain a dopy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid records:and supporting documentation. GC-49 Page 49 of 55 R<vleion Late Mguet 2001 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 withany'provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 17.7. Notwithstanding any provision of the law 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 iinditated 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 wili:submit an Emergency Response Plan .prior to beginning work,. This plan will inude a list of key personnel with 24-hour contact informationwho will respond during an. emergency,situation. The.ERP Will include estimates of mobilizationtime'fora response crew to :arrive: onsite Any changes to the Emergency Response Plan will be subrriitted: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. Bypass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance it 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 (7p0.7:- %6900..and the RESIDENT PROJECT REPRESENTATIVE (contact information will he vprovided 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 appropriate. GC-50 Page 50 of 55 Revloion tate A1:gue[ 2001 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 Department to assess potential mitigation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: 17.10 The PROGRAM MANAGER for the project is Augusta Utilities Department. The presence or duties of PROGRAM MANAGER's personnel at the;construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGERor:PROGRAM MANAGER'S personnel: in any way responsible for those duties that belong to OWNER land TO' 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, procedure s 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, noting, 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-51 Page 51 of 55 ,F . SECTION 00800 INDEX TO SUPPLEMENTARY CONDITIONS SECTION SC-01 Omitted SC-02 Omitted SC-03 Bonds SC-04 Contractor's Liability Insurance SC-05 Omitted SC-06 Protection of the Environment SC-07 Omitted SC-08 Plans and Specifications Furnished SC-09 Record Drawings SC-10 Omitted SC-11 Existing Structures SC-12 Salvage Material SC-13 Omitted SC-14 Omitted SC-15 Omitted SC-16 Omitted SC-17 Consulting Engineers SC-18 Inspection and Testing of Work SC-19 Site Access SC-20 Tree Save SC-21 Georgia Prompt Pay Act SC-22 City Acceptance SC-23 Disputes SC-24 Specified Materials SC-25 Interest Not Earned on Retainage SC-26 Basis of Payment SC-27 Compliance with Laws,Codes,Regulations,Etc;: SC-28 Equivalent Materials SC-29 After Hours Inspection SC-30 Supplement to the Agreement 00800-1 SECTION 00800 SUPPLEMENTARY CONDITIONS -01. OMITTED -02. OMITTED -03.BONDS: The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance and payment bonds. -04.CO.NTRACTOR'S LIABILITY.INSURANCE': 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 $ 1,000,000 General Aggregate $2,000,000 Products $2,000,000 Personal&Adv Injury $ 1,000,000 Fire>Dauage: $ 500,000 Automobile Liability(any auto)Combined Single Limit $ 1,000,000 Excess Liability(any auto)Each Occurrence $5,000,000 Workers Compensation Statutory Limits Employer Liability $ 1,000,000 -05. OMITTED: -06.PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of the exposed earth will be subject to erosion by rainfall'Onvita,and:he will provide means satisfactory to the Engineer to minimize the transportation of salt and other deleterious material from the project area,onto adjacent.propeaties or into adjacent watercour..ses. All:ehenucals used during project construction or furnished for project operation,whether herbicide, pesticide, disinfectant,polymer,reactant or of other classification,must show approval of either EPA or USDA.Use of all.such chemicals and disposal of residues shall be in conformance wilfi printed instructions. -07.-OMITTED: -08.PLANS AND SPECIFICATIONS FURNISHED: The Contractor will be furnished, free of charge, by the Owner up to. faire(S.) sets .cif direct black line prints together with a lake:number of complete bound specifications for construction purposes. Additional. sets of plans and/or specifications will be Thrnmshed to the Contractor at the cost of:reproduction upon:;his written request. 00800-2 - - -09.RECORD DRAWINGS:. The Contractor will maintain in his office:one complete set of drawings (including any Supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the construction lines shown thereon and all changes,ordered1:6r.the Engineer will be shown accurately in red pencil. If necessary, supplemental drawings will be made to show details of deviations or changes, and these will be kept with the marked set: The drawings will be available to the Engineer for inspection during construction and at the completion of construction. Prior to submitting his estimate for final parment, drawings are to be prepared and submitted by the contractor to the engineer. As-built drawings shall include tap locations and Manholes located to a minimum of two separate surface features. -10.OMITTED: -11.EXISTING STRUCTURES: Where sidewalks, Street signs, signs, wl1c, sidewas,:.fences., pipelineg, etc.. areremoved In accomplishing the Nvole, each and evefyitem:will be replaced in the,same. 03:better tharther or condition than that In whicil If was before construction began. The Contractor will protect.and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private property. -12. SALVAGE MATERIAL: All existinginstallations to be removed, inch:dingbut not limited to masonry and concrete rubble, asphalt,pipe,etc.will be disposed of at an approved location by the Contractor. -13. OMITTED:, -14.OMITTED: -15. OMITTED: -16.OMITTED: -17..dONSULTING ENGINEERS: The Owner is the Director of Utilities. The Professional Engineer is Zimmerman, Evans and Leopold, Inc. -18.INSPECTION AND TESTING OF WORK The Owner shall provide sufficient competent personnel for the technical observation and testing of the work. The.. Engineer and hit-representatives shall at all times have access to the work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for inspections. 00800-3 Inspectors shall have the power to stop work on account of a workman's incompetency, drunkenness, or tillfil negligence or disregard of orders. An inspector may stop the work entirely if there is: not a sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any good and sufficient cause. Inspectors may not accept on behalf of the Owner any material or workmanship which does not conform fully to the requirements of the contract and they shall give no orders or directions under any possible circumstances not in accordance with the Specifications. The Contractor shall furnish the inspector with all required assistance to facilitate thorough inspection or the culling over or removal of defective materials or for-any other.purpose requiring discharge of their duties for which service no additional allowance shall be made. The inspectorshall, at all tunes, have full permission to take samples of the materials that may or may not be used in the work. Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances use by the Contractor,nor for the safety of the job. If the specifications, the Engineer's instructions, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be made promptly, and where practicable at the source of supply. If any work should be covered up without review or consent of the Engineer, it must, if required by the Engineer,be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor.If such work is found to be in accordance with the Contract Documents,the Owner shall pay the cost of re-examination and replacement. If such work is not in accordance with the Contract Documents,the Contractor shall pay such cost. The Owner will employ a qualified materials testing laboratory,hereinafter referred to as the Laboratory, to monitor more fully on the Owner's behalf the quality of materials and work, and to perform such tests as may be required under the :Contract Documents as.:coiiditions for,-acceptance of materials and work: The:Laboratory will be solely responsible to and paid separately by-theWner. The timing of the woik of the Laboratory will be coordinated by the Engineer.through the duly authorized inspector; T1- )e Owner will bear the cost of testing a particular material or area of the work once. Where retesting is required following corrective measures or under other circumstances,the Contractor shall reimburse the Owner for the cost of additional testing. 19.=STTE.ACCESS: In order to minimize damage to existing paving and landscaping, access to the site for the contractor's personnel and equipment will be restricted to the routes designated by the Owner. The contractor will be required to use on those routes unless written approval is given by the owner. -20..TREE SAVE Prior to beginning grading operations, the Contractor is to notify the Owner and the Engineer so that those trees which are to be saved can be marked in the field. Once these trees are marked, the Contractor shall take every precaution,including tree protection fence,to save these trees. 00800-4 -21. GEORGIA PROMPT PAY ACT: This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, 0 C G.A. Section 13-1.1-1, et seq. In the event any.provision of this Agreement is inconsistent with anyprovision of the Prompt-Pay Act,the provision of tliis.hgreen ent shall contre3.. -22.CITY ACCEPTANCE. Notwithstanding any other obligations of the Contractor, he shall complete the work to the full satisfaction of the Augusta Utilities Department and the Engineer. This provision shall not relieve the Contractor of his responsibilities for guarantees. -23.DISPUTES::: All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County;_ Georgia: The Contractor, by executing. this Agreement, specifically consents to venue in Richmond County and waives any.right to contest the venue m the Superior Court of Richmond County, Georgia. -24.-SPECIFIED MATERIALS Attention is drawn to the specification of certain brands or manufacturers of construction materials on the drawings. Unless the phrase "or,equal" appears in the specification thereon, no substitution or deviation from the product specified will be allowed. Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. -25.INTEREST NOT EARNED ON RETAINAGE: NotwithS ancli1 g any l rav:sion':of the law to the contrary, the parties agree that no interest shall be due to the Cozitractor. oat any:sum. held as retainage;pursuant to thus.Agreement and Contractor specifically waives any claim to same. -26.BASIS OF PAYMENT As explained in the section"Instructions to Bidders" and in the"General Conditions",payment will be made based on the per cent complete per the contractor's approved breakdown, -27.COMPLIANCE WETFI_LAWS,CODES,REGULATIONS,ETC.: Supplementing the provision -of the GL"NI RAL. CONDITIONS; the successful bidder awarded this contract by signing the contract acknowledges:the following, however, this is not to be construed as all inclusive or being these only: 1. Underground Gas Pipe Law: The Contractor signing the contract acknowledges that he is fully aware of the contents and requirements of "Georgia Laws: 1969, Pages 50 and the following, and any amendments and regulations pursuant thereto", and the Contractor shall comply therewith. 00800-5 2. High Voltage Act: The.C.ontiactor by signing the contract acknowledges that he is fully aware of the contents.and requirements of"Act No 525,.Georgia law 1;960, and.any amendments thereto, and Rules:and: Regulations of the commissioner of Labor pursuant thereto"(the preceding requirement witl in quotation marks being:hereinafter referred to as the "high voltage act"), and the Contractor shall • comply therewith.The signing of Contract shall:also confirm on behalf of the Contractor that he: • A. has visited the premises and has taken into consideration the location of all electrical power • lines on and adjacent to all areas onto which the contract documents require to permit the Contract either to work,to store materials, or to stage operations,and B. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice in writing as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the "personir persons tespou ible;for the.work to be done" as referred to in the high voltage act and that accordingly'the!Contractor is solely"responsibl:e for - the completion of the safety measures which are required by Section:3 of the high voltage act__ before proceeding;with: ar y' work. The Contractor agrees. that prior to the completion of precautionary measures.requited by the:high voltage;act lie: will :neither bring no permit the bringing; of.any equipment onto the site (or onto., any area or:alias onto which The contract • documents require or permit the Contractor to work, to stare:materials, Or t.o stage.:operatioris) with which it is possible to come within eight feet of any high voltage line or lines pursuant to • operations arising,out Of performance of the Ci ntrac3. The foregoing provisions apply to power • - lines located (a) on the situ and {b) on:any area or areas onto which the contract docutiCents require or permit the Contractor either to work; to store:materials, or to stage operations; or(c)' • within working distance for equipment ormaterials,:being used on..:(a) and;.(b) above... 'These. provisions of tb. e Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractor agrees that the foregoing provisions supplement:provisions of the General Conditions. The Contractor agrees and acknowledges that. any:failui e:cin his par(10,adhere to the high voltage act:shall not only be a violation of law but shall, also be. a breach.:of contract .ana specific violation of the provisions of the General Conditions which pertains to safety precautions. 3. Occupational Safety&Health Act: • The Contractor by signing'the contract acknowledges that he is fully aware of the provisionsof the'Williams-Steiger Occupational:Safety;and Health.Act of 1970 and he shall.comply therewith. • -28. EOTIIVALENT MATERIALS:: Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. -29. AFTER HOURRS'INSPECTION If the..Contractor opts to work before or after.normal working;hours; 8 a.m. to 5 p.m., Monday through Friday, or on.Augusta, Georgia Legal Holidays,:Hien the Contractor:must pay for the cost of inspection by Augusta,.Georgia and follow all necessary procedures listed in "Section 15, Right-of-way Encroachment °Gui.delines, Part:E; Outside of Normal. Working Hours," of the Augusta-Richmond County Planning Commission Development Documents dated September, 1999, or latest version. If inspectors of Augusta are needed to work outside normal business hours,Augusta needs to be notified in advance. 00800-6 , -30.SUPPLEMENT:TO THE AGREEMENT a) Defective_pricing To the extent that the pricing provided by CONTRACTOR is erroneous and defective,the parties may,by agreement,correct pricing errors to reflect the intent of the parties. b) Specified excuses for delay.or..non tierformance CONTRACTOR is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and other severe and unexpected acts of nature. In any such event, the contract price and schedule shall be equitably adjusted. c) Termniation of the contract for default Failure of the CONTRACTOR,which has not been remedied or waived,to perform or otherwise comply with a material condition of the Agreement shall constitute default. Augusta, tto Georgiathis tmay erm terminate this contract is part or in whole upon written notice to the CONTRACTORpursuant d) Prohibition against contingent 'fees There shall be no contingent fees allowed under this contract. e) An acknowledgement by all parties contracting-with-Augusta;Georgiaas follows: "Contractor acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor.Under Georgia law,Contractor is deemed to possess knowledge concerning Augusta, Georgia'ssryability ces to Augu tao Georgia undertan unauthorized cont act, and the consequences : of Contractor's provision of goods or e amendment, modification, change order or other similar document, including the possibility that the Contractor may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Contractor agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if the Contractor provides goods or services to Augusta, Georgia in excess of the any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or services provided by Contractor. Contractor assumes ail:risk.of.non-payment for the.provision of any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the provision of any .unauthorized goods or services to Augusta, Georgia, however characterized, including, without limitation, all.remedies at law or equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts. f) Useof:.Augusta, Georgia Landfill. I All contracts for contractors performing demolition and/or construction projects for Augusta, Georgia shall contain a provision requiring that all debris,trash and rubble from the project be transported to and disposed of at the Augusta, Georgia.Solid Waste Landfill.in accordance With local and:state regulations. The contractor shall provide evidence of proper disposal through manifests,which shall include the types and all related fees, of material disposed of,the name and location of the disposal.facility,date of disposal .. 00800-7 I g) Federal Work AuthorizationProgram All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G A, § .I3.10-91, stating affirmatively that the individual, frim or corporation which is contracting with Augusta, Georgia has registered with and is participating in a federal work authorization.program: All contractors and subcontractors must provide their E-Verify number and must be in compliance with the electronic verification of work authorized 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:linedemployees, pursuant to:the. Immigration Reform and.Contr©l:,Act of 19,86 CIRCA),I'L< 99-603, in accordance with the-applicability provisions and deadlines established in O.C.G.A § 13-10-91 and shall-continue:te use the federal` authorization program throughout the contract term. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with Augusta,Georgia the contractor will secure from;such:subcontractar(s)each subcontractor's E-Verify number as evidence of veriftcatioii':of compliance With O CG A. § 1 -1.0- 1 on the subcontractor affidavit provided in Rule 300-10-0f-.0g,or a substantially Similar All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta,Georgia at the time the subcontractor(s)is retained to perform such physical services. 6) Owner Inspections All contracts shall provide that Augusta, Georgia may, at reasonable times, inspect the part of the plant, place.of business, or work site of°a contractor or subcontractor or subunit thereof which is pertinent to the • performance of any contract awarded or to be awarded by Augusta,GeorgiaGeorgia. i) Local Small Business: In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractor expressly agrees to collect and maintain all records necessary to for Augusta,Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia.The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA, GA. CODE § 1-10-129(d) (7), for all contracts where a local small business goal has I been established,the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such:payment affidavits„ regarding paymentto subcontractors as may be requested by Augusta,Georgia. Such documents shall be in the format specified by theThrector of minorityand small business opportunities, and shall be submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any Of the remedies set forth, including but not limited to, withholding payment from the contractor and/or collecting liquidated damages. 00800-8 I CONSTRUCTION CONTRACT CHANGE ORDER CO NUMBER BID ITEM DATE PROJECT TITLE GLASS FACTORY RELIEF LOW PRESSURE SEWER ORIGINAL CONTRACT DATE PROJECT NUMBER UB-2O15-OO$ OWNER AUGUSTA,GEORGIA PO NUMBER The following change is hereby made to the contract for the above project: Description of Change(for amore detailed description see attached proposal): PAYEE TOTAL AMOUNT OF THIS CHANGE ORDER The contract time will be INCREASED by _calendar days as a result of this change. ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDER(INCREASE) $ THIS CHANGE ORDER(INCREASE) $ TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER $ FUNDING NUMBER/ACCOUNT NUMBER DATE: PROPOSED BY: CONTRACTOR DA1't: REQUESTED BY: ENGINEER DATE: SUBMIf1'hD BY: DEPARTMENT..T I MAD DATE: FINANCE ENDORSEMENT: COMPTROLLER DATE: RECOMMENDED BYc ADMINISTRATOR DATE: APPROVED BY MAYOR 1416-02 00941 Change Order SECTION 01010. SUMMARY OF WORK PART 1 GENERAL 1.1 SECTION INCLUDES A. Work covered by contract documents B. Contractor use of site and premises C. Owner occupancy D. Partial Owner Occupancy E. Easements and right-of-way F. Fences G. Protection of public and private property H. Maintenance of access I. Barricades and lights J. Field Engineering K. Lines, Grades and Dimensions L. Regulatory requirements M. Coordination 1.2 WORK COVERED BY CONTRACT DOCUMENTS • A. The Work of this Contract includes the following: 1. Furnishing and installing 2,700 lineal feet of 24"HDPE low pressure sewer installed by direct bury,including appurtenant accessories. 2. Furnishing and installing 950 lineal feet of 30"sanitary sewer including manholes and appurtenant accessories. This portion of the work requires bypass piping to complete the installation. 3. Slip-lining(CIPP) approximately 46 lineal feet of existing 30" sanitary sewer. 4. Installing bore and jack casing installations of steel casing pipe at one location on the project. This work must conform to the reguirements of Norfolk Southern Railroad as outlined in the permits for this work. 5. Construction of a Pumping Station and valve vault at the site located near Steiner Avenue and Hornsby Lane including connection to existing 84"brick sewer at that location. The work at this site also includes the appurtenant Mechanical, Electrical and Instrumentation work. 1416-02 0i 010 Summery Of Work 010104 -ENGINEERS- F'.. ...n :r. ..r: . - .. . .. , .. SECTION 01.010. SUMMARY OF WORK 6. Construction of a discharge structure and valve vault at the tenninus of the project near New Savannah Road including connection to the existing 63"CCFRPM pipe in New Savannah Road. This also includes the appurtenant Civil,Mechanical, Electrical and Instrumentation work necessary to place the system in operation. B. Furnish all materials, equipment, supplies, appurtenances; provide all construction plant equipment and tools; and perform all necessary labor and supervision C. Coordinate the progress of the Work including ooardination between trades, subcontractors, suppliers,public utilities and Owner'to insure the progress of Work D. It is the intent of this contract that Work proceed in the most expeditious manner possible 1.3 CONTRACTOR USE OF SITE AND PREMISES A. Contractor shall limit his use of the premises for Work and storage, to allow for Owner occupancy B. Coordinate use of premises under direction of Engineer C. Assume full responsibility for the protection and safekeeping of products stored on site under this Contract D. Move any stored products,under Contractor's control, which interfere with operations of the Owner E. Obtain and pay for the use of additional storage or work areas needed for operations F. Contractor may use those areas indicated on the drawings for storage and such additional areas as Engineer may designate 1.4 OWNER OCCUPANCY A. Prior to completion of.the work,the QW.ner(by agreem ent with.the Contractor)may take: over the operation and/or use of portions.of the project. Such use:of facilities L ythe Owner shall not he deer ed as acceptance of any work orreliove the Contractor from any.ofthe' requirements of the Contract Documents 1.5 EASEMENTS AND RIGHT-OF-WAY A. Confine construction operations to the immediate vicinity of the location indicated on Drawings and use due care in placing construction tools, equipment, excavated materials, and pipeline materials and supplies, so as to cause the least possible damage to property and interference with traffic - I1416-02 01010 Summery Of work 01010-2 ZE I —ENGINEERS— SECTION 01010 SUMMARY OF WORK B. On Private Property: 1. If use of land outside Owner's easements or Rights-of-Way is desirable or necessary,obtain consent of, and execute a written agreement with,the owner and tenant of the land 2. Do not enter for material delivery or occupy for any purpose with personnel, tools, equipment, construction materials, or excavated materials, any private property outside the designated construction easement without written permission of the owner and tenant C. Within Highway Rights-of-Way: 1. Owner will obtain permits 2. Perform all work and conduct all operations of Contractor,his employees, and his subcontractors in accordance with:the requirements,and under the control (through Owner) of-the highway authority owning,or having jurisdiction over and control of,the right-of-way in each case 3. Reimburse highway authorities,through Owner, for expense of any flag man or protective devices which may be required highway authorities in connection with the Work 1.6 FENCES A. Maintain all fences affected by the Work until completion of the Work. B. Do not relocate or dismantle fences which interfere with construction operations before obtaining written permission from the fence owner with an agreement as to the length of time the fence may be left relocated or dismantled. C. Where fences must be maintained across construction easements install adequate gates. D. Keep gates closed and locked when not in use. E. At the completion of Work across any tract of land restore fences to their original or better condition and to their original location. 1.7 PROTECTION OF PUBLIC AND PRIVATE PROPERTY A. 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. It is the sole responsibility of the Contractor to verify existing utilities. No additional compensation shall be made for utilities or utility locations that may vary from those shown or not shown by the drawings. 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.. 14]6-0?O]OSOSuery Of 01010-3 ZEL mmu —ENGINEERS- SECTION 01010 SUMMARY OF WORK B. Protect, shore,brace, support, and maintain underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by construction operations. C. 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. D. Restoration of property shall commence immediately upon substantial completion of the proposed work at each tract of property along the construction site. E. Use new materials for replacements. F. Do not remove trees outside the permanent easement, except as authorized by Engineer: 1. Where practical,tunnel beneath trees in yards and parkings when on or near the line of trench 2. Employ hand excavation as necessary to prevent tree injury 3. Adequately protect trees left standing against damage by construction operations G. Contractor shall be responsible for all damage to streets,roads,highways, shoulders, ditches, embankments, culverts,location or character,which may be caused by transporting equipment,materials, or personnel to or from the Work or any or site thereof,whether by him or his subcontractors. H. Make satisfactory and acceptable arrangements with the Owner of, or the agency or authority having jurisdiction over, any damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. I. Keep fire hydrants and water control valves free from obstruction and available for use at all times. 1.8 MAINTENANCE OF ACCESS A. Conduct Work to interfere as little as possible with public and school district travel, whether vehicular or pedestrian: 1. Whenever it is necessary to cross, close, or obstruct private roads, driveways and walks,provide and maintain suitable and safe bridges, detours, or other temporary expedients for accommodation of private travel 2. Give owners of private drives reasonable notice before interfering with them 3. In making street or access road crossing, do not block more than one-half the street at a time: a. Whenever possible,widen the shoulder on the opposite side to facilitate traffic flow b. Provide temporary surfacing on shoulders as necessary 1414-020]01OSummary Of Work 01010-4 -ENGINEERS- SECTION 01010 SUMMARY OF WORK 4. Maintenance of traffic is not required if Contractor obtains written permission from the owner and tenant of private property, or from the authority having ;jurisdiction over public property involved,to obstruct traffic at the designated point B. Temporary Budges: 1. Construct temporary bridges at all points where maintenance of traffic near project site across pipeline construction as necessary 2. Bridges erected in private roads and driveways shall be adequate for the service to which they will be subjected 3. Bridges in public streets, roads, and highways shall be acceptable to the authority having jurisdiction there over 4. Provide substantial guard rails and suitably protected approaches 5. Provide foot bridges not less than 4 feet wide with handrails and uprights of dressed lumber 6. Maintain bridges in place as long as the conditions of the work require their use for safety of the public private property, except that when necessary for Ore proper prosecution of the Work it the.immediate vicinity of a bridge the bridge may be relocated or temporarily removed for such period as the Engineer may permit C. Detour: 1. Provide, as required,bridges across trenches,barricades, guardrail approaches, lights, signals, signs, and other devices necessary for protection of the Work and public safety: 2. Where the authority having jurisdiction requires that traffic be maintained over any construction work in a public street,road, or highway, and traffic cannot be maintained on the original roadbed, or pavements, construct and maintain a detour around the Work 1.9 BARRICADES AND LIGHTS A. Protect streets,roads,highways, and other public thorough fares which are closed to traffic by effective barricades with acceptable warning signs B. Locate barricades at the street intersecting public thoroughfare on each,side of the blocked section C. Provide suitable barriers, signs, and lights to the extent required to adequately protect the public D. Provide similar warning signs and lights at obstructions such as material piles and equipment E. Illuminate barricades and obstructions with warning lights from sunset to sunrise F. Store materials and conduct work to cause the minimum obstruction to the Owner and the public 1416-0201010 Summary Of Work 01010-5 ZEL -ENGINEERS- SECTION 01010 SUMMARY OF WORK G. Install and maintain barricades, signs, lights, and other protective devices in conformity with applicable statutory requirements and, as required by the authority having jurisdiction 1.10 FIELD ENGINEERING A. Employ a Land Surveyor registered in the State of Georgia and acceptable to the Engineer B. Contractor to locate and protect survey control and reference points C. Control datum for survey is that shown on Drawings D. The Contractor shall make his own surveys and establish his own working lines and grades from the basic reference lines established by the Engineer. Establish elevations,lines, and levels,utilizing recognized engineering survey practices 1.11 LINES, GRADES AND DIMENSIONS A. Construct all Work to the lines, grades, and elevations indicated on the Drawings: 1. Remove and reconstruct improperly located Work B. Engineer will establish or designate 2 basic horizontal and:vertical control point: 1. Use these points as datum for the Work- 2. Provide,without charge, such competent personnel and tool, stakes, and other materials as Engineer may require in establishing designating..control points,in establishing construction easement boundaries,or in checking layout survey, and measurement work performed by Contractor C. Provide all additional survey,layout, and measurement work required: 1. Work performed by a qualified professional engineer or registered land surveyor aeeeptable to Engineer 2. Locate and protect control points prior to starting site work, and preserve all permanent:reference eference points during:construction:.. a. Make no'changes or relocations without prior written notice to Engineer b. Report to Engineer when any reference point is lost or:destroyed, or requires relocation because of necessary changes in grades or locations c. Require surveyor to replace Project control points which may be lost or destroyed: 1). Establish replacements based on original survey control 3. Establish lines and levels, locate and lay out,by instrumentation and similar appropriate mean: a. Site improvements: 1) Stakes for grading, fill and topsoil placement 2) Utility slopes and invert elevations b. Batter boards for structures c. Controlling lines and levels required for the mechanical and electrical trades 1416-02 01010 Summery°Work 01010-6 -ENGINEERS- SECTION 01010 SUMMARY OF WORK 4. From time to time,verify layouts by the same methods 5. Maintain a complete, accurate log of all control and survey work as it progresses 6. On request of Engineer, submit documentation to verify accuracy or field engineering work D. Dimensions shown in figures or which can be determined by computation from other figures shown, shall take precedence over dimensions scaledfrom the drawings. When the work of the Contractor isaffectedby finished dimensions,these shall be determined by the Contractor at the site and he shall assume the responsibility therefore. 1.12 REGULATORY REQUIREMENTS A. Comply with all federal, state, and local laws,regulations, codes, and ordinances applicable to the Work B. Comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and*Health Act of 1970(PL91.-696)and under See. 107 of the Contract Work Hours and Safety Standards Act(PL91-54). C. Other standards and codes which apply to the Work are designated in the specifications 1.13 COORDINATION A. Coordinate scheduling, submissions, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. Verify all dimensions and location of items installed later B. Verify that utility requirement characteristics of operating equipment are compatible with building utilities C. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment D. Coordinate space itquirements,and installation of mechanical and electrical work,which are indicated diagrammatically On:DraWings. Follow rOuting.Shown for pipes, ducts-,and conduit,as closely as practicable;PlacorOsparallel with line of building. Utilize spaces: efficiently to maximize accessibility for other installations,for maintenance, and for repairs E. In finished areas conceal pipes,ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements F. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion 416-02 01010 Summery&Work 01010-7 ZEL -ENGINEERS- SECTION 01010 SUMMARY OF WORK G. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents,to minimize disruption of Owner's activities PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 1416-02 07010 Swnmary Of Work 01010-8 Z E -ENGINEERS- SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. Format and Data Required B. Preparation of Application for each Progress Payment C. Substantiating Data for Progress Payments D. Preparation of Application for Final Payment E. Submittal Procedure F. Basis of Payment G. Unit Price Items 1.2 FORMAT AND DATA REQUIRED A. Submit applications typed on Application for Payment and Certificate for Payment using form, as included in Section 00620,Application for Payment with itemized data typed on 8-1/2 inch by 11-inch white paper continuation sheets. B. Provide Itemized Data on Continuation Sheet: 1. Format, schedules, line items, and values: Those of the Schedule of Values 1.3 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Submit Applications for Payment to Engineer in accord with the schedule established by Conditions of the Contract and Agreement Between Owner and Contractor B. Application Form: 1. Fill in required information, including that for Change Orders executed prior to the date of submittal application 2. Fill in summary of dollar values to agree with the respective totals indicated on the continuation sheets 3. Execute certification with the signature of authorized officer of the Contractor's firm 4. Notarize signature where required on Certificate for Payment C. Continuation Sheets: 1. Fill in total list of all scheduled component items of Work, with time number and the scheduled dollar value for each item 2. Fill in the dollar value in each column for each scheduled line item when work has been performed or products stored 1416-02 01025 Measurement and Payment Addendum No 1.doc 010254 Z E L —ENGINEERS— SECTION 01025 MEASUREMENT AND PAYMENT 3. List each Change Order executed prior to the date of submission at the end of the continuation sheets: a. List by Change Order number, dollar amount, and description as for an original component item of work 4. Use data from approved Schedule of Values: Provide dollar value in each column for each line item for portion of work performed and for stored products 1.4 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When Owner or Engineer requires substantiating data, Contractor shall submit suitable information, with a cover letter identifying: 1. Project 2. Application number and date 3. Detailed list of enclosures 4. For stored products: a. Item number and identification as shown on application b. Description of specific material B. Submit 1 copy of data and cover letter for each copy of application C. Submit an updated construction schedule with each application for payment D. Submit evidence of payment and release of liens within 60 days of payment to Contractor for Work performed by subcontractors or for equipment and materials delivered to the site during construction 1.5 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in Application form as specified for progress payments B. Use continuation sheets for presenting the final statement of accounting as specified in Section 01700, Contract Closeout 1.6 SUBMITTAL PROCEDURE A. Submit Applications for Payment to Engineer at the times stipulated in the Agreement B. Number: Six (6) copies of each Application C. When Engineer finds the Application properly completed and correct,he will transmit two Certificates for Payment to Owner, with a copy to Contractor. Upon approval by Owner, Owner will transmit payment to Contractor with one copy of Certificate attached 1.7 BASIS OF PAYMENT-UNIT PRICE ITEM S A. Estimated quantities: 1. Estimated quantities in Agreement and Bid Schedule are approximate and used only for: 1416-02 01025 Measurement and Payment Addendum No 1.doc 01025-2 Z E -ENGINEERS- SECTION 01025 MEASUREMENT AND PAYMENT a. Basis for estimating probable cost of Work b. For comparison of Bids submitted for Work 2. Actual work done or materials furnished under Unit Price items may differ from estimated quantities 3. Basis of payment: Actual amount of Work done and materials furnished complete in place in accordance with the description below and details on the drawings 4. Contractor or Owner may request re-negotiation of the Unit Price for an item if the actual field measured Work done for that item differs from the estimated quantity by more than 50 percent 5. Contractor will not submit any claim for damages or loss of anticipated profit for any item for which the actual Work performed is within 50 percent of the estimated quantity 6. Re-negotiated Unit Prices shall be based on actual costs to Contractor of performing the Work plus a reasonable allowance for overhead and profit covered by the renegotiated Unit Price except as provided in 8 below 7. Contractor shall submit to Owner satisfactory data substantiating the actual costs to perform the Work covered by the Unit Price being re-negotiated and substantiating its overhead rate 8. Re-negotiating of the Unit Price shall not increase or decrease the Unit Price by more than 10 percent. No payment will be made if the entire bid item is unused 1.8 UNIT PRICE ITEMS A. SITE PREPARATION 1. No separate payment shall be made for clearing and grubbing or demolition. 2. The cost of moving and reestablishing landscape features, including labor and materials, shall be included in the unit price bid for the item to which it pertains. 3. Construction along Highways, Streets and Roadways: No separate payment shall be made for traffic control or maintaining highways, streets,roadways and driveways. All traffic control shall be included in the unit price bid for Lump Sum Construction. B. EROSION AND SEDIMENTATION CONTROL 1. General a. No separate payment shall be made for temporary and/or permanent erosion and sedimentation controls. All temporary and/or permanent erosion and sedimentation control costs shall be included in the unit price bid for Lump Sum Construction. b. No payment will be made for any portion of the Project for which temporary erosion and sedimentation controls are not properly maintained. C. TRENCH EXCAVATION AND BACKFILL 1. No separate or additional payment will be made for any special or unique method, means,techniques or equipment necessary for the Contractor's compliance with 1416-02 01025 Measurement and Payment Addendum No l.doe 01025-3 Z E I.. —ENGINEERS— SECTION 01025 MEASUREMENT AND PAYMENT these Specifications,regulatory requirements,permits, laws or regulations which govern this Project. 2. Trench Excavation: No separate payment will be made for trench excavation. All costs shall be included in the unit price bid for the item to which it pertains. 3. Sheeting, Bracing and Shoring: No separate payment will be made for providing any sheeting, bracing and shoring. 4. Dewatering Excavations: All costs of equipment, labor and materials required for dewatering shall be included in the price bid for the item to which it pertains. 5. No payment for trench stabilization shall be authorized until after the trench has been dewatered. If the pipe is installed in an inadequately prepared trench bottom,the Engineer shall notify the Contractor in writing of the deficiency and will not authorize payment for that portion of that length of pipe, which was improperly installed. 6. Item M-4— SELECT BACKFILL: Select backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation, stockpiling,removal and disposal charges. The volume of material included shall be the actual measured"in-place"volume. The maximum trench width used to calculate the volume will be 7 feet. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. 7. Item M-1—FLOWABLE FILL: Flowable fill shall be measured in cubic yards and shall include costs for all materials,labor, equipment, and excess materials. No additional payment shall be made for these items. D. WELDED STEEL CASING;OPEN TRENCH AND JACK AND BORE CROSSINGS 1. Item S4D-S4E:The unit price bid for WELDED STEEL CASING IN OPEN TRENCH, including labor,materials, equipment, trench excavation, carrier pipe in casing,traffic control and flagmen and shall be measured to the nearest horizontal Linear Foot(LF)installed. 2. Item S4A: The unit price bid for WELDED STEEL CASING INSTALLED BY JACK& BORE: Jack and bore line items shall be measured in linear feet and shall include costs for casing piping, carrier piping, and installation. Shall also include costs for bore pit excavation,trench protection, dewatering, asphalt cutting, end seals, casing spacers,normal backfill, infiltration and exfiltration testing, and mandrel pulling. CCTV camera inspection will be performed by the Augusta Utilities Department. Lines will not be approved or accepted until the Augusta Utilities Department's Project Manager approves all testing results. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. 3. All costs for flagmen that may be required by the Railroad or Department of Transportation shall be paid by the Contractor. 141602 01025 Measurement and Payment Addendum No l.doe 01025-4 Z E -ENGINEERS- SECTION 01025 MEASUREMENT AND PAYMENT E. REMOVING AND REPLACING ASPHALT OR CONCRE 1'E PAVEMENT 1. Item P 1 ASPHALT OVERLAY: Asphalt ove . -- . •• - - materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. Item P-1 —ASPHALT OVERLAY:Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials, tack coat, and installation, milling of existing asphalt to a depth of I inch, temporary striping and permanent striping(replaced in kind), and markers (both temporary and permanent). The Owner will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. Per Addendum No. 1 2. Item P-2 Concrete Cap (8"thick) and asphalt patch(2"thick) shall be measured in square yards and shall include costs for bituminous tack coat, asphalt, installation, excavation, striping (both temporary and permanent), and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of four(5) feet for payment purposes. The Owner will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. 3. Item P-5—CONCRETE SIDEWAIK: Concrete sidewalk shall be measured in square yards and shall include costs for existing sidewalk removal and disposal, 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items 4. Item P-8 - Curb and/or gutter placement shall be measured in linear feet and shall include costs for concrete, installation, site preparation,formwork, and finishing. The Owner will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. F. PRESSURE/ GRAVITY MAINS AND ACCESSORIES (Gravity Mains: Gravity Sewer and Storm Drainage) 1. Existing Utilities and Obstructions 1416-02 01025 Measurement and Payment Addendum No l.doc 01025-5 Z E —ENGINEERS— SECTION 01025 MEASUREMENT AND PAYMENT a. No separate payment will be made for any delay or extra cost encountered by the Contractor due to protection, avoidance or relocation of existing utilities, mains or services shown or not shown on the Plans. b. Horizontal Conflict: No separate payment shall be made for changing the horizontal alignment of the pressure main to avoid a horizontal conflict, except where authorized for additional fittings and/or pipe. c. Vertical Conflict: No separate payment shall be made for lowering the pressure main alignment to avoid a vertical conflict, except where authorized for additional fittings. 2. Construction along Highways, Streets and Roadways: No separate payment shall be made for traffic control or maintaining highways, streets,roadways and driveways. 3. Location and Grade: No separate payment shall be made for any surveying performed by the Contractor to establish or confirm the location of reference points,right-of-ways or easements or location and grade of the pressure main. 4. ITEMS S-1 (A-E)- GRAVITY SEWER PIPE: All gravity sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire, locating tape, trench excavation,trench protection, dewatering, 57 stone, asphalt cutting,normal joints and gaskets,normal backfill, infiltration and exfiltration testing, and mandrel pulling. CCTV camera inspection will be performed by the Augusta Utilities Department. Lines will not be approved or accepted until the Augusta Utilities Department's Project Manager approves all testing results. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. 5. ITEMS S-2(A-C) -LOW PRESSURE SEWER: All low pressure sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation,locating wire,locating tape,trench excavation,trench protection, dewatering,57 stone,asphalt cutting,normal joints and gaskets,normal backfill, infiltration and exfiltration testing,and mandrel pulling. CCTV camera inspection will be performed by the Augusta Utilities Department. Lines will not be approved or accepted until the Augusta Utilities Department's Project Manager approves all testing results. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. 6. ITEMS S-6—PRE-CAST MANHOLES: Pre-cast manholes shall be measured individually(each) and shall include costs for manholes,ring and cover as specified on the plans,risers, concrete collar, excavation, 57 stone, dewatering, asphalt cutting, collars and boots, grouting and/or other connections,installation, normal backfill, and vacuum testing. Manhole vacuum testing shall include all costs for testing equipment, testing labor,mobilization, demobilization, and reporting. Manholes failing testing shall be re-tested at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. AUD will coordinate 1416-02 01025 Measurement and Payment Addendum No 1 doc 01025-6 Z E L —ENGINEERS— SECTION 01025 MEASUREMENT AND PAYMENT materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. 7. ITEM S-11— DOG HOUSE MANHOLES: Dog house/connector manholes shall be measured individually(each) and shall include the costs for excavation, 57 stone, dewatering, asphalt cutting,pipe cutting and removal, collars and boots, grouting and/or other connections, installation, normal backfill, and vacuum testing as specified. The costs for the manhole, ring and cover as specified on the plans,risers, and concrete collar shall be included within this line item. Additional depth manhole sections shall be included within the appropriate manhole line item Manhole vacuum testing shall include all costs for testing equipment,testing labor, mobilization, demobilization, and reporting. Manholes failing testing shall be re-tested at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. 8. Item S-25 - CUT AND RE-CONNECT SEWER SERVICE LINE: Measurement shall be per each section of sewer service line cut and replaced. The unit price for this item shall include the cost for all labor and materials required to cut and re- connect existing sewer service line. 9. Item S-27—REMOVE AND RECONNECT SEWER: Measurement shall be made per horizontal LF of sewer removed and reconnected including labor and materials,DIP, couplings and concrete encasement. 10. Item S-28—HDPE ELECTRO FUSION COUPLINGS: Measurement shall be per each installed. G. Item W 16 -TIE-IN TO EXISTING LINE: Tie-ins to existing lines shall be measured individually(each) and shall include costs for cutting,removal of any needed existing pipe, concrete anchor block with stainless steel rods to the existing line, and abandoning the existing line. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. H. Item S-22 -AIR RELEASE VALVE W/MANHOLE: Measurement shall be per each installed. The unit price bid for this item shall include the cost of providing the air and/or vacuum valve, gate valve,tapping saddle and fittings, 4 foot diameter precast concrete manhole, frame and cover, crushed stone and all related items as shown on the Plans. I. Item S-23—PUMPING STATION: Measurement shall be made on a Lump Sum basis. The lump sum price bid for this item shall include but not be limited all labor and materials related to connection to existing brick sewer,wet well,valve vault, piping, pumps,valves, instrumentation, electrical, connection to existing water main including tapping sleeve and valve,water service, abandonment, collapsing and filling brick sewer, appurtenant site work, stone pavement and fencing and all related items as shown on the plans. 1416-02 01025 Measurement and Payment Addendum No 1 doc 01025-7 Z E I... i —ENGINEERS— SECTION 01025 MEASUREMENT AND PAYMENT J. Item S-24—DISCHARGE STRUCTURE: Measurement shall be made on a Lump Sum basis. The lump sum price bid for this item shall include but not be limited all labor and materials related to connection to sanitary sewer, discharge vault, valve vault, valves, gates, instrumentation, electrical, connection to existing water main,water service, appurtenant site work, stone pavement and fencing and all related items as shown on the plans. K. Item S-29—ABANDONMENT OF BRICK SEWER WITHIN MLK JR. BLVD: Measurement shall be made on a Lump Sum basis. The lump sum price bid for this item shall include but not be limited all labor and materials related to the abandonment of brick sewer including concrete cap and bulkhead, form for blocking hole and flowable fill. L. Thrust Restraint 1. No payment for thrust collars, concrete blocking and associated costs including concrete,reinforcing,forming and weld-on collars. M. MISCELLANEOUS ITEMS: 1. Item M-1 —FLOWALE FILL: Flowable fill can be measured in cubic yards and shall include the cost for all materials, labor, equipment and excess materials. No additional payment shall be made for these items. 2. Item M-2 - CLASS A CONCRETE- Class A Concrete shall be measured in cubic yards and shall include costs for excavation, labor, equipment, and concrete material placement. 3. Item M-5- Clearing and grubbing shall be measured in acres and shall include costs for vegetation removal, stockpiling, disposal and any required permitting. No additional payment shall be made for these items. 4. Item M-6 -FENCE REMOVAL AND REPLACEMENT-Fence removal and replacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new materials of like quality as necessary for sewer line installation. No additional payment shall be made for these items. I 5. Item M-9 -FOUNDATION BACKFILL -Foundation backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. Quantities shall be verified by trench I volume calculation. No additional payment shall be made for these items. 6. Item M-10 -BORROW MATERIAL -Borrow Material shall be measured in square yards and shall include costs for the backfill and installation as well as all I transportation and stockpiling charges. Quantities shall be verified by trench volume calculation. No additional payment shall be made for these items. 7. Item M-11 -RIP-RAP- Rip-Rap shall be measured in cubic yards and shall I include costs for the placement and installation as well as all transportation and stockpiling charges.No additional payment shall be made for these items. 8. Item M-12 -AGGREGATE BASE -Aggregate base shall be measured in cubic I yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. Quantities shall be verified by trench volume calculation. No additional payment shall be made for these items. I 1416-02 01025 Measurement and Payment Addendum No l.doc 01025-8 Z E —ENGINEERS— I SECTION 01025 MEASUREMENT AND PAYMENT 9. Item M-13 -DEMOLITION OF CONCRETE FOUNDATIONS: Demolition shall be measured in Square feet and shall include costs of demolition as well as for all transportation, stockpiling,removal and disposal charges. The volume of material included shall be the actual measured"in-place"volume.No additional payment shall be made for these items. 10. Item M-16 - STORM STRUCTURE REMOVAL AND REPLACEMENT: Measurement shall be per each. The unit price bid for this item shall include the cost of providing all labor, equipment and materials required to remove and replace the storm structure. 11. Items M-17-M-18—Futurepath Flex Fiber Optic Conduit: Measurement shall be in linear feet.The bid price shall include all costs associated with the installation only of the FIBER OPTIC CONDUIT (as furnished by AUD) including labor,equipment and excavation. 12. Item M-20—HANDHOLE BOX: Measurement shall be per each. The unit price bid for this item shall include all costs associated with the installation only of the fiber optic handhole box(as furnished by AUD). 13. Item M-21—ACCESS ROAD: Measurement shall be made on a Lump Sum basis. The lump sum price bid for this item shall include,but not limited to all labor,materials and equipment, including aggregate and fabric. 14. ITEM M-22—GPS SURVEY: Measurement shall be made on a Lump Sum basis. The lump sum price bid for the item shall include,but not limited to al labor,materials and equipment. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 1416-02 01025 Measurement and Payment AddendumNo I.doc 01025-9 Z E ENGINEERS— 1 I-- SECTION 01090 REFERENCE STANDARDS PART 1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance B. Schedule of references 1.2 QUALITY ASSURANCE A. For products or workmanship specified by association,trade,Federal Standards,or other consensus standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes B. Conform to reference standard by date of issue current on date of Contract Documents C. Should specified reference standards conflict with Contract Documents,request clarification from Engineer before proceeding D. The contractual relationship, duties,and responsibilities of the parties to the Contract or those of the Engineer shall not be altered from the Contract Documents by mention or inference otherwise in any reference document 1.3 SCHEDULE OF REFERENCES • A ABMA American Bearing Manufacturers Association • 1200 19th St.,NW,Suite 300 AA Aluminum Association Washington,DC 20036-2422 900 19th St.,NW wWw.ahrna-dc.ird•. Washington,DC 20006 wvw.aluminu.org ACGIH American Conference of Governmental • Industrial Hygienists AABC Associated Air Balance Council 1330 Kemper Meadow Dr.,Suite 600 1518 K St.,NW Cincinnati,OH 45240 Washington,DC 20005 www.acgih.org www.aabchq.com ACI American Concrete Institute • AAMA American Architectural Manufacturers P.O.Box 9094 Association Farmington Hill,MI 48333-9094 1827 Walden Office Sq.,Suite 104 www.aci-int.org • Schaumburg,IL 60173-4268 www.aamanet_org ACPA American Concrete Pipe Association • 222 W.Las Colinas Blvd.,Ste.641 • AASHTO American Association of State Highway and Irving,TX 75039-5423 Transportation Officials www.concrete-pipe.orl 444 N.Capitol St.,NW,Suite 249 Washington,DC 20001 ADC Air Diffusion Council • www.aashto.org 1000 E.Woodfield Rd.,Suite 102 Schaumburg,IL 60173-5921 V1vw.fl ex i hi Mixt org N16-02 01090 Reference standards 01090-1 ZEL —ENGINEERS— . i 1 SECTION 01090 REFERENCE STANDARDS ADSC The International Association of Foundation AITC American Institute of Timber Construction Drilling 7012 S.Revere Pkwy,Suite 140 9696 Skillman Street,Suite 280 Englewood,CO 80112 Dallas,TX 75243 WW1 i',int �h.1;kn ol. . t>4`wy adsc-i%fcl cons . ALSC American Lumber Standard Committee AF&PA American Forest and Paper Association PO Box 210 1111 19th St.,NW,Suite 800 Germantown,MD 20875-0210 Washington,DC 20036 www.alsc.org v,..+;w.afandpa.oru • AMCA Air Movement and Control Association AFSA American Fire Sprinkler Association,Inc. International,Inc. 9696 Skillman St.,Suite 300 30 W.University Dr. Dallas,TX 75243-8264 Arlington Heights,IL 60004-1893 www:sprniklerne:oore www.amca.org AFSS American Filtration And Separation Society ANSI American National Standards Institute 252 N.Washington St.,Suite A 1819 L Street,NW Falls Church,VA 22046 Washington,DC 20036 A* a ii afssociet;:or . www.ansi.org AGC Associated General Contractors Of America APA/EWA APA-The Engineered Wood Association 333 John Carlyle St.,Suite 200 P.O.Box 11700 Alexandria,VA 22317 Tacoma,WA 98411-0700 www.agc.org www.ruwciod or- AHA American Hardboard Association APFA American Pipe Fittings Association 1210 W.Northwest Hwy. 111 Park Pl. Palatine,IL 60067 Falls Church,VA 22046 www_liurdi oard.ofg: wwv,,.apfa.com AI Asphalt Institute API American Petroleum Institute • Research Park Drive 1220 L Street NW •• P.O.Box 14052 Washington,DC 20005-4070 Lexington,KY40512-4052 www.api.org • �+v.yaspitsltiilstitutc_org. AREMA American Railway Engineering and AIA American Institute of Architects Maintenance-of-Way Association 1735 New York Ave.,NW 8201 Corporate Drive,Suite 1125 Washington,DC 20006 Landover,MD 02785-2230 www2.aia.org/myaia www.arema.org AICE American Institute Of Chemical Engineers ARI Air-Conditioning and Refrigeration Institute 3 Park Ave 4301 N.Fairfax Dr.,Ste.425 New York,NY 10016-5991 Arlington,VA 22203 www.aiche.org www.ari.org AISC American Institute of Steel Construction ARRA Asphalt Recycling and Reclaiming Association One East Wacker Dr.,Suite 3100 #3 Church Circle,PMB 250 Chicago,IL 60601-2001 Annapolis,MD 21401 wvrw.aisc,ore www.arra.org AISI American Iron and Steel Institute ASCE American Society of Civil Engineers 1101 17th St.,NW,Ste. 1300 World Headquarters Washington,DC 20036 1801 Alexander Graham Bell Dr. www,steel.org Reston,VA 20191-4400 www,asct Ora. 1416-02 07090 Refamce Sleuderds 01090-2 ZEL —ENGINEERS— SECTION 01090. REFERENCE STANDARDS ASHRAE American Society of Heating,Refrigerating, B and Air-Conditioning Engineers 1791 Tullie Circle,NE BHMA Builders Hardware Manufacturers Association, Atlanta,GA 30329 Inc. www.ashrae.org 355 Lexington Ave.,'17Th Floor New York,NY 10017 ASME American Society of Mechanical Engineers w�ivti;.Lsiiildusharilware.coin. • 3 Park Ave. New York,NY 10016-5990 BIA Brick Institute of America www.asme.ora 11490 Commerce Park Dr. Reston,VA 22091 ASNT American Society for Non-Destructive Testing www.hia.org Inc. 1711 Arlingate Ln. Columbus,OH 43228-0518 C wwnv.asnt.org CAGI Compressed Air and Gas Institute ASSE American Society of Sanitary Engineering 1300 Sumner 901 Canterbury,Suite A Cleveland,OH 44115 Westlake,OH 44145 www.eagi.ora '.Srw 5;°:flss.e n iambiil+.i)re: CDA Copper Development Association,Inc. . ASTM American Society of Testing Materials 260 Madison Ave.,16th Flr. International New York,NY 10016 100 Barr Harbor Dr. www.copper.org West Conshohocken,PA 19428-2959 www.astm.org CGA Compressed Gas Association 1725 Jefferson Davis Hwy,Suite 1004 AWI Architectural Woodwork Institute Arlington,VA 22202-4102 1952 Isaac Newton Sq.West www.cnanet.com Reston,VA 20190 www.awinet.org CII Chlorine Institute,Inc. 1300 Wilson Blvd. AWPA American Wood-Preservers'Association Rosslyn VA 22209 P.O.Box 5690 www.c12.com Granbury,TX 76049 WWW.ana.com CISCA Ceilings and Interior Systems Construction Association 1500 Lincoln Hwy,Suite 202 St.Charles,IL 60174 www.cisca.org AWS American Welding Society CISPI Cast Iron Soil Pipe Institute 550 NW LeJeune Rd. 5959 Shallowford Rd.,Suite 419 Miami,FL 33126 Chattanooga,TN 37421 www.amweld.org www.cisni.org • AWWA American Water Works Association CLFMI Chain Link Fence Manufacturers Institute 6666 W.Quincy Ave. 9891 Broken Land Pkwy,Suite 300 Denver,CO 80235 Columbia,MD 21046 www..chiniinkinib.org . . CRI Carpet and Rug Institute 310 S.Holiday Ave. Dalton,GA 30722-2048 www.carpet-rue.corn to 16-02 of oso Reference standards 01090-3 -ENGINEERS- SECTION 01090 REFERENCE STANDARDS CRSI Concrete Reinforcing Steel Institute EPA Environmental Protection Agency 933 N,Plum Grove Rd. US EPA/NSCEP Schaumburg,IL 60173-4758 P.O.Box 42419 www.crsi.org Cincinnati,OH 45242 www.ena.gov • CSI The Construction Specifications Inst. 99 Canal Center Plaza,Suite 300 Alexandria,VA 22314 F WWW.csinet.org FAA Federal Aviation Administration CSSB Cedar Shake and Shingle Bureau . 800 Independence Ave.,SW P.O.Box 1178 Washington,DC 20591 Sumas,WA 98295 Www.faa.goy Nt,ww edlirburehu.ort; FGMA Glass Association of North America • CTI Cooling Technology Institute 2945 SW Wanamaker Dr.,Suite A 530 Wells Fargo Drive,Suite 218 Topeka,KS 66614 Houston,TX 77090 :�t=skAi,iila st�.iclisitt.cnril www.cti.org FM FM Global. Corporate Headquarters D-E P.O.Box 7500 Johnston,RI 02919 DASMA Door and Access Systems Manufacturers www.finglobal.com Association International 1300 Summer Avenue FS Federal Specification Unit Cleveland,OH 44115-2851 General Services Administration www.dasma.com Federal Supply Service FSS Acquisition Management Center .. Environmental Programs and Engineering Policy Division DHI The Door and Hardware Institute Washington,DC 20406 • 14150 Newbrook Dr.,"Suite 200 li[Ip:/Ipub fss: ca: ; tf . • Chantilly,VA 20151 www.dhi.org FSSA Fire Suppression Systems Association 5024-R Campbell Blvd. DIPRA Ductile Iron Pipe Research Association Baltimore,MD 21236 245 Riverchase Pkwy E.,Ste.0 ',k'ww.fssa.net • Birmingham,AL 35244 www.dipra.org G-H—I • EIMA EIFS Industry Members Association 3000 Corporate Center Dr.,Suite 270 GA Gypsum Association Morrow,GA 30260 810 First St.,NE,Suite 510 www.eifsfacts.com Washington,DC 20002 www.usg.cormi EJCDC Engineer's Joint Contract Documents unvw.gypsum.org • Committee American Consulting Engineers Council GANA Glass Association of North America •.. (www.acec.com) 2945 Southwest Wanamaker Dr.,Suite A 1015 15th St.,NW Topeka,KS 66614 Washington,DC 20005 v,,ww,el tsswcl site comigana . EJMA Expansion Joint Manufacturers Association 25 N.Broadway Tarrytown,NY 10591 www.eima.ore 1416-02 01090 Reference Standards 01090-4 Z E L: —ENGINEERS— r•. > . , - SECTION 01090 E REFERENCE STANDARDS HI Hydraulics Institute K–L Division of Gas Appliance Manufacturers Association 2,107 Wilson Blvd,,Suite 600 KCMA Kitchen Cabinet Manufacturers Association Arlington,VA 22201 1899 Preston White Dr. wi.A w eatri,tnei 0fl Reston,VA 20191-5435 HMMA Hollow Metal Manufacturers Association Division of NAAMM LPI Lightning Protection Institute 8 South Michigan Ave.,Suite 1000 3335 N.Arlington Heights Rd.,Suite E Chicago,IL 60603 Arlington Heights,IL 60004 • www.naam111.or2 :WSV'.'!lielitniugtnre HPVA Hardwood Plywood and Veneer Association P.O.Box 2789 Reston,VA 20195-0789 www.hnve.org IAS International Approval Services M–N . • U.S.Operations 8501 E.Pleasant Valley Rd. MBMA Metal Building Manufacturers Association • Cleveland,OH 44131-5575 1300 Sumner Ave. tmiwriv.alitirtiValS.bre Cleveland,OH 44115-2851 www.mbtna.com ICBO International Conference of Building Officials 5360 Workman Mill Rd. MFMA Maple Flooring Manufacturers Association Whittier,CA 90601 60 Revere Dr.,Suite 500 www.icbo.org Northbrook,IL 60062 •w:i.�.,iitsplelloonote ICC International Code Council • 5203 Leesburg Pike#708 MIA Marble Institute of America • Falls Church,VA 22041 30 Eden Alley,Suite 301 •• • wwt.,i"nticode.ore• Columbus,OH 43,215 ; svunv.initriile rrist`tt,ltetttrit; • IEEE Institute of Electrical and Electronics • Engineers;Inc. MIL Military Standardization Documents 31Park Ave., 17th Floor Defense Automated Printing Service New York,NY 10016-5997 700 Robbins Ave.,Building 4D www.ieee.org Philadelphia,PA 19111-5094 www:dod€sp dairiit s:ii . IMIAC International Masonry Industry All-Weather Council MSS Manufacturers Standardization Society of the International Masonry Institute Valve and Fittings Industry (www.imiweb.org) 127 Park St.,NE 815 15th St.,NW Vienna,VA 22180-4602 Washington,DC 20005 www.mss-hq.com IES Illuminating Engineering Society of North NAA National Arborist Association America Route 101,P.O.Box 1094 • 120 Wall Street,17th Floor Amherst,NH 03031-1094 New York,NY 10005 www.natlarb.com wwnv.iesna.org • • NAAMM National Association of Architectural Metal ILI Indiana Limestone Institute of America Manufacturers 400 Stone City Bank Building 8 South Michigan Ave.,Suite 1000 Bedford,IN 47421 Chicago,IL 60603 • www.iliai.com cry,:w.naamnt.:org.. - 1416.02 o,090Reference S,�dar:1s 01090-5 ZEL —ENGINEERS— 1 SECTION 01090 REFERENCE STANDARDS NAAMM North American Association of Mirror NELMA Northeastern Lumber Manufacturers Manufacturers Association (Division of GANA) 272 Tuttle Road 2945 Southwest Wanamaker Dr.,Suite A P.O.Box 87A Topeka,KS 66614 Cumberland Center,ME 04021 .- WW W,rlassW b'ite.. Or i www.nelma.org NACA NACE International NEMA National Electrical Manufacturers Association 1440 South Creek Drive 1300 N. 17th St.,Ste.1847 Houston,TX 77084 Rosslyn,VA 22209 www.nace.org w ww.nerna.org NAIMA North American Insulation Manufacturers NETA International Electrical Testing Association Association P.O.Box 687 44 Canal Center Plaza,Suite 310 106 Stone St. Alexandria,VA 22314 Morrison,CO 80465 www.naima.org ww fet7u.arld org: NAPHCC National Association of Plumbing-Heating- NFPA National Fire Protection Association Cooling Contractors One Batterymarch Park 180 S.Washington P.O.Box 9101 . Falls Church,VA 22040 Quincy,MA 02269-9101 www.pbecweb.org www.nfoa.org NBGQA National Building Granite Quarries NFRC National Fenestration Rating Council Association,Inc. 1300 Spring St.,Suite 500 1220 L Street NW,Suite 100-167 Silver Spring,MD 20910 Washington,DC 20005 www.nfrc.org www.nbgoa.com NGWA National Ground Water Association NCMA National Concrete Masonry Association 601 Dempsey 2302 Horse Pen Road Westerville,OH 43081 Herndon,VA 20171-3499 www.mema.org NIBS National Institute of Building Sciences 1090 Vermont Ave.,NW,Suite 700 NCRP National Council on Radiation Protection and Washington,DC 20005-4905 Measurement www.nibs.org 7910 Woodmont Ave.,Suite 800 Bethesda,MD 20814-3095 NIST National Institute of Standards and Technology www.ncrp.com 100 Bureau Dr,MS 2150 Gaithersburg,MD 20899-2150 NDI Nickel Development Institute www.nist.gov 214 King West,Suite 510 Toronto,Ontario NLA National Lime Association Canada M5H 3S6 200 North Glebe Rd.,Suite 800 www.nidi.org Arlington,VA 22203 www.lime.org NEBB National Environmental Balancing Bureau 8575 Grovemont Circle NLGA National Lumber Grades Authority Gaithersburg,MD 20877 11406-First Capital Pl. www.nebb.org 960 Quayside Dr. New Westminster,BC V3M6G2 NECA National Electrical Contractors Association CANADA 3 Bethesda Metro Center,Ste.1100 www.nlea.org Bethesda,MD 20814 wwm.necanet.org 1416.02 01090 Refemocc standards 01090-6 1 ZE L —ENGINEERS— I -, ,. . .. ter. .. . r... - .f.. , • SECTION 01090 . . REFERENCE STANDARDS P NOFMA National Oak Flooring Manufacturers PCA Portland Cement Association Association 5420 Old Orchard Rd. P.O.Box 3009 Skokie,IL 60077 Memphis,TN 38173-0009 W'1A+ portteli]eJlt IN • wu w no rn.i.oi'g • , PCI Precast/Prestressed Concrete Institute NPCA National Paint and Coatings Association 209 W.Jackson Blvd. • • 1500 Rhode Island Ave.,NW Chicago,IL 60606-6938 • Washington,DC 20005 www.paint.org PDCA Painting and Decorating Contractors of America NRCA National Roofing Contractors Association 3913 Old Lee Hwy,Suite 33-B O'Hare International Center Fairfax,VA 22030 10255 W.Higgins Rd.,Ste.600 www.pdca.conl Rosemont,IL 60018 wwW. oantil nc:ora. PDI Plumbing and Drainage Institute 45 Bristol Drive • NSF NSF International South Easton,MA 02375 P.O.Box 130140 littp_IlPDlorline:nrg Ann Arbor,MI 48113-0140 www,nsf,org PEI Petroleum Equipment Institute P.O.Box 2380 NSPE National Society Of Professional Engineers Tulsa,OK 74101-2380 • 1420 King St. ww.pei w :org Alexandria,VA 22314 PMI Plumbing Manufacturers Institute NSPI National Spa and Pool Institute 1340 Remington Rd.,Suite A 2111 Eisenhower Ave. Schaumburg,IL 60173 Alexandria,VA 22314 www.pmihome.org • www.nspi.org PPFA Plastic Pipe And Fittings Association NSWMA National Solid Wastes Management 800 Roosevelt Rd.,Bldg.C,Ste.20 Association Glen Ellyn,IL 60]37 • 4301 Connecticut Ave.NW,Suite 300 www.onfahome.org Washington,DC 20008 . www,nswma.org PPI Plastics Pipe Institute 105 Decker Court • NTMA National Terrazzo and Mosaic Association Suite 825 110 E.Market St.,Suite 200-A Irving,TX 75062 • Leesburg,VA 20176 ..w wz>:t lasticpipe:t r1 www.ntma.com PS Product Standard •• • NUCA National Utility Contractors Association U.S.Dept.of Commerce 4301 North Fairfax Dr.,Suite 360 Washington,DC 20203 Arlington,VA 22203-1627 . www.nuca.com PTI Post Tensioning Institute 1717 W.Northern Ave.,Suite 114 . NWMA National Woodwork Manufacturers Phoenix,AZ 85021 • Association �tn3'w.post-tensiot ine. ork • 205 W.Touhy Ave. Park Ridge,IL 60068 1416-02 01090 Refcrcnce Slmdards 01090-7 Z E 1. —ENGINEERS— SECTION 01090 REFERENCE STANDARDS R SPRI Single Ply Roofing Institute 200 Reservoir St.,309 A RCSC Research Council on Structural Connections Needham,MA 02494 xvw:::boltcouncil:ni._ www.spri.org RIS The Redwood Inspection Service SSMA Steel Stud Manufacturer Association 630 J Street 8 S.Michigan Ave Eureka,CA 95501 Chicago,IL 60603 S SSPC SSPC: The Society for Protective Coatings 40 24th St.,6th Floor SCDOT South Carolina Department of Transportation Pittsburgh,PA 15222-4656 955 Park Street www.ssnc.org Columbia,SC 29201-3959 •www.scdot.org STI Steel Tank Institute 570 Oakwood Rd. SCMA Southern Cypress Manufacturers Association Lake Zurich,IL 60047 400 Penn Center Blvd.,#530 www.steeltank.coln Pittsburgh,PA 15235 w i{ it t vpressm1b erg; SWI Steel Window Institute 1300 Sumner Ave. SDI Steel Deck Institute Cleveland,OH 44115-2851 P.O,Box 25 ati%si w.gte lwinel#atiits ciiiti. Fox River Grove,IL 60021 www.sdi.org SWRI Sealant,Waterproofing,and Restoration Institute SD] Steel Door Institute 2841 Main St. 30200 Detroit Rd. Kansas City,MO 64108 Cleveland,OH 44145-1967 wvu'.w.sw.rtionlmeore 4vw w steeldc or ;NA` SFPA Southern Forest Product Association T 2900 Indiana Avenue Kenner,LA 70065 TCA Tile Council of America,Inc. www.sfpa.org.org 100 Clemson Research Blvd. Anderson,SC 29625 SIGMA Sealed Insulating Glass Manufacturers www.tileusa.corn Association 401 N.Michigan Ave. TIA/EIA Telecommunications Industry Association/ Chicago,IL 60611 Electronic Industries Alliance u'awsiaraaoriiine.orii%sigma 2500 Wilson Blvd.,Suite 300 Arlington,VA 22201 SJI Steel Joist Institute iikw.tiaonhue.nrg 3127 10th Ave.,North Ext. Myrtle Beach,SC 29577-6760 TMS The Masonry Society www tteeljotct:org 3970 Broadway,Suite 201-D Boulder,CO 80304-1135 SMACNA Sheet Metal and Air Conditioning Contractors' wurw lii;isonrYstacieri+u•• National Association 4201 Lafayette Center Dr. TPI Truss Plate Institute Chantilly,VA 20151-1209 583 D'Onofrio Dr.,Suite 200 www.smacna.org Madison,WI 53719 www.tpinst.org SPIB Southern Pine Inspection Bureau 4709 Scenic Hwy Pensacola,FL 32504-9094 www.spib.org 1416.03 01090 Reference Standards 01090-8 ZEL ENGINEERS— SECTION 01090 REFERENCE STANDARDS TPI Turfgrass Producers International WH Intertek Testing Services(Warnock Hersey 1855-A Hicks Road Listed) Rolling Meadows,IL 60008 3210 American Drive www.turf'gnmsnid.org Mississauga,Ontario L4V 1B3 CANADA www.etlsemko.com U—Z WIC Woodwork Institute of California UL Underwriters Laboratories,Inc. 3164 Industrial Blvd. 333 Pfingsten Rd. West Sacramento,CA 95691 Northbrook,IL 60062-2096 www.wicnet.org www.ul.com VMAA Valve Manufacturers Association Of America WWPA Western Wood Products Association 1050 17th St.,NW,Ste.280 522 SW 5`h Ave.,Suite 500 Washington,DC 20036-5503 Portland,CO 97204-2122 www.vnia.org www.wwpa.org WCL1B West Coast Lumber Inspection Bureau • P.O.Box 23145 Portland,OR 97281 • www.wcliz.ora WDMA Window and Door Manufacturers Association 1400 E.Touhy Ave.,Suite 470 Des Plaines,IL 60018 www.mmda.org PART 2 PRODUCTS • Not Used PART 3 EXECUTION Not Used • END OF SECTION • • 1416-02 07 090 Reference Standards 01090-9 ZEL —ENGINEERS— SECTION 01200. PROJECT MEETINGS PART 1 GENERAL 1.1 SECTION INCLUDES A. General requirements B. Preconstruction conference C. Progress meetings 1.2 GENERAL REQUIREMENTS A. Engineer will schedule and administer pre-construction meeting,regularly scheduled progress meetings, and specially called meetings throughout the progress Of the Work: .1,. Prepare agenda for ireetii gs including items req'uested'by Owner and Contractor 1 2. Preside at meetings 3. Record`the minutes;include all significantproceedings and decisions 4. Reproduce and distribute copies of:minutes within 5 days after each meeting: a. To aI.l.particil ants in the meetings b. To Owner • c. Furnish 3 copies of minutes to Contractor B. Owner may attend meetings C. Representatives of contr actors,subcontractors, and suppliers attending the meetings shall be qualified.and authorized to act on behalf of the entity each represents 1.3 PRECONSTRUCTION CONFERENCE IA. Engineer will schedule a conference after Notice of Award I B. Location: A central site, convenient for all parties C. Attendance: 1. Own. er.`s Representative 2. Engineer andhis professional consultants 3. Resident Pro'ect Representative 4. Contractor's Superintendent 5. Major Subcontractors 6. Major Suppliers 7. Others as appropriate D.;. Agenda: 1. Submission of executed bonds and insurance certificates I 2. Distribution of Contract Documents 3. Submission of list of subcontractors and suppliers, list of products, Schedule of Values, and progress schedule I01200-1 Z E I- -ENGINEERS- I 1416.02 01200 P:ojeq Meetings SECTION 01200 PROJECT MEETINGS 4. Designation of personnel representing the parties.in Contract, arid the Engineer 5. Procedures and processing of field decisions,submittals, substitutions, applications for payments, cost proposal requests, Change Orders and Contract closeout procedures 6. Construction scheduling and updates 7. Critical work sequencing 8. Major equipment deliveries and;priorities. 9. Procedures for maintaining Record Documents 10. Use of premises: a. Office,work and storage areas b. Owner's requirements 11. Construction facilities, controls and construction aids 12. Temporary utilities 13. All safety and first-aid procedures are responsibility of the Contractor 14. Security and housekeeping procedures as required by the Owner 15. Procedures for testing 16. Requirements for start-up of equipment 1.4 PROGRESS MEETINGS A. Engineer will schedule and administer meetings throughout progress of the Work at maximum monthly intervals B. Location of the Meetings: The project field office of the Contractor, or other locations arranged for by Contractor, convenient to all parties C. Engineer will make arrangements for meetings,prepare agenda with copies for participants,preside at Meetings,record minutes,.and distribute copies within three(3) days to Contractor, Owner,participants,.and those affected by decisions made D. Attendance: 1. Owner's Representative 2. Engineer, and his professional consultants as needed 3. Resident Project Representative 4. Contractor's Superintendent 5. Subcontractors as appropriate to the agenda 6. Suppliers as appropriate to the agenda 7. Others, as appropriate E. Agenda: 1. Review minutes of previous meetings 2. Review unresolved issues from last meeting 3. Review of Work progress 4. Field observations,problems, conflicts and decisions 5. Identification of problems which impede planned progress 6. Review of submittals schedule and status of submittals . .... 1416.02 01200 Project Meati1gs 01200-2 ZEL -ENGINEERS- SECTION.01200, PROJECT MEETINGS 7. Review of off-site fabrication and delivery schedules 8. Maintenance of progress schedule 9. Corrective measures to regain projected schedules 10. Planned progress during succeeding work period 11. Coordination of projected progress 12. Maintenance of quality and work standards 13. Effect of proposed changes on progress schedule and coordination 14. Other business relating to Work PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 1-016-02 01200 Project MGlings 01200-3 ZEL -ENGINEERS- SECTION 01310 CONSTRUCTION SCHEDULES PART 1 GENERAL 1.1 SECTION INCLUDES A. Requirements B. Format C. Content D. Progress Revisions E. Submittals F. Distribution 1.2 REQUIREMENTS A. Within 10 days after Effective Date of Agreement, Contractor shall prepare and submit to Engineer estimated construction progress schedules for the Work,with subschedules of related activities which are essential to its progress B. Submit revised progress schedules with each pay request C. The Contractor shall provide a written schedule of tasks expected to be done on a weekly basis. The schedule shall be provided on the previous Friday to the RPR D. Owner may require Contractor to add to his plant, equipment,or construction forces, as well as increase the working hours,if operations fall behind schedule at any time during construction period 1.3 FORMAT A. General schedule format: Conform to ©Primavera, Suretrack critical path method(CPM) scheduling format or approved equal: 1. Base schedule on work days and regular working hours,Monday through Friday, as specified in General Conditions 2. Minimum sheet size: 8-1/2 inch by 11 inch 3. Color format B. Row(Listings)—Show: 1. Project Title 2. Major areas of construction 3. Construction activities within major areas of construction 4 Provide a separate bar for each construction.activity. Bars to be annotated with activity description 5. Critical path activities to be clearly identified by color and lines 1416-02 01310 Construction Schedules 01310-1 Z E -ENGINEERS- I SECTION 01310 CONSTRUCTION SCHEDULES 6. List in chronological order by start date each major area of construction and then by each construction activity within its respective area of construction 7. Show project start date, finish date, data date,run date, and revision table 8. Contract milestone dates 9. Legend C. Column(Headings)—Show: 1. Activity ID: Define by number corresponding to major specification sections 2. Activity Description 3. Percent Complete 4. Original Duration 5. Remaining Duration 6. Total Float 7. Early Start 8. Early Finish 9. Time Scale: Identify first day of each week. Allow space for notations 10. Data date line 1.4 CONTENT A. Construction progress schedule: 1. Submit initial construction schedule for full length of Contract time as specified in Section 00520,Agreement Between Owner and Contractor including number of days for float. 2. Initial construction schedule submitted with early substantial and final completion prior to specified Contract time will not be.acceptable 3. Initial construction schedule will be used to evaluate critical path and Contract time extensions requested by Contractor 4. Subsequent construction schedules may reflect an accelerated schedule with early finish that may or may not include reduced number of days for float when compared to the initial construction schedule for full Contract time 5. Show Complete sequenceof construction.by activity or major area of construction= 6. Major areas of construction to include, at a minrmutn, each separate stage of Work as specified in Section 01010,Summary of Work and major items of Work as specified in Divisions 02 through 16. B. Submittals schedule for shop drawings and product data—Show: 1. The dates for Contractor's submittals 2. The dates accepted submittals will be required from Engineer. Extensions of time for delays in submittal approval shall only be allowed as provided in Section 01340, Shop Drawings,Product Data and Samples C. Products delivery schedule—Show delivery dates for: 1. All major items of equipment and materials 2. Products specified under provisions of Section 01020, Allowances. 1916-02 01310 Construction Schedules 01310-2ZE -ENGINEERS- SECTION 01310 CONSTRUCTION SCHEDULES D. Training program schedule—Show'schedule incorporating specific equipment as listed in Sectionr01400 under Manufacturer's field services: 1. Provide duration of each training session with start/finish times 2. Use consecutive 8-hour work days with provisions for 1-hour lunch and two 15-minute breaks 3. Present a minimum of two options for the start/finish dates of training program for Owner selection 4. Duration of each training session is specified in individual equipment specification sections: 5. Coordinate training program schedule with requirements of Section 01650, Starting of System. 1.5 PROGRESS REVISIONS A. Progress:schedules are to ba representative of actual construction progress arsd sequencing of activities. Schedules that do not:accurately represent construction progress will be rejected B. Indicate progress of each activity as of data date C. Show changes occurring since previous submission of schedule: 1. Maio changes in scope- 2. Activities modified since previous submission 3. Revised projections of progress and completion 4. Other identifiable changes D. Provide narrative report as needed:to define: 1 Problem areas,anticipated..delays,,and impact on schedule 2. Corrective action recommended, and its effect I3. Effect on changes on schedules of other prime contractors 1.6 SUBMITTALS A. Submit initial schedules within 10 days after award of Contract: 1; Engineer will review schedules and return review copy within 10 days after receipt I2. Ifrequired,resubmit within 7 days after return of review copy B. Submit revised progress schedules with each Application for Payment C. At each submission.submit the number of opaque reproductions which the.Contractor requires,plus 3 copies which will be distributed by Eng neer. Do not cubit fewer than :. I . 5 copies D. Submit 1 reproducible transparency and 1 opaque reproduction initially,2 opaque Ireproductions for each resubmission I 1476-02 0I310 Ccrosvvction Schalu7cs 01310-3 Z 1 ENGINEERS- i _ SECTION 01310 CONSTRUCTION SCHEDULES 1.7 DISTRIBUTION A. Engineer will distribute copies of accepted schedules to: 1. One copy to Owner 2. One copy to Resident Project Representative 3. One copy to be retained in Engineer's file 4. One copy to Contractor to be kept on file at job site • 5. Remainder to Contractor for his distribution B. Schedule recipients will report promptly to Engineer and Contractor, in writing, any problems anticipated by projections shown in schedules PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used • END OF SECTION I I I • 1416-02 0I310 Construction Schdulrs 013104 ZEL I -ENGINEERS- SECTION 01340 SHOP DRAWINGS,PRODUCT DATA,AND SAMPLES PART 1 GENERAL 1.1 SECTION INCLUDES A. Submission of all Shop Drawings and product data:as-required by:the Contract Documents for all equipment and materials to be furnished under this.contract unless specifically indicated otherwise. 1.2 RELATED SECTIONS A. Sections for Divisions 1 through 16 -Required Submittals 1.3 SUBMITTALS A. Shop Drawings—Drawings shall:be presented in a clear and thorough.mann.er: 1. Identify details by reference to sheet and detail,schedule or xoom numbers shown on Contract Drawings. 2. Identify equipment by reference to equipment name and tag number shown on Contract Drawings. 3. Scale and Measurements.Make drawings-accurate to a scale with sufficient detail to show the kind,size, arrangement and function of component materials and devices. 4. Minimum sheet size: 8-1/2 inch by 11 inch. 5. Fabrication drawing size: 11 inch by 17 inch or 24 inch by 36 inch. B. Product Data—Preparation: 1. Clearly mark each copy to identify pertinent products or models submitted for review. 2. Identify equipment by reference to equipment name and tag number. 3. Catalog cut sheets: Cross-out or delete irrelevant data. 4. Show performance characteristics and capacities. 5. Show dimensions and clearances required for installation and maintenance. 6. Show wiring or piping diagrams and controls. 7. Show external connections, anchorages, and supports required. C. "Certificate of Compliance": 1.• Provided by manufacturer or supplier in lieu of submittal data required. 2. Certifies that product data or item identified in certificate is in total compliance with Contract Document requirements. 3. Specifically identifies project name and that there is no deviation from Contract Documents. 4. Identify equipment by reference to equipment name and tag number. 5. Identify limits of equipment,materials or work provided. _ 6. Provide for specific product data or item only as indicated herein. 1416-02 03340 Shop Drawings Product Data And Sample 01340-1 Z E I -ENGINEERS- SECTION 01340 SHOP DRAWINGS,PRODUCT DATA,AND SAMPLES D. Construction Schedule: Designate in the construction schedule, or in a separate coordinated shop drawing schedule,the dates for submission and the dates that reviewed Shop Drawings and Product Data will be needed. E. Samples—Office samples shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product, with integrally related parts and attachment devices. 2. Full range of color,texture and pattern. 3. Comply with requirements identified in individual specification sections. F. Manufacturer's standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information which is not applicable to the Work by crossing out or omitting irrelevant data. 2. Supplement standard information to provide information specifically applicable to the Work. G. Field samples and rnoek ups: 1. Contractor shall erect, at the Project site, at a location acceptable to the Engineer,. 2. Size or area: That specified in the respective specification section. 3. Fabricate each sample and mock-up complete and finished. 4. Remove mock-ups at conclusion of Work or when acceptable to the Engineer. 1.4 CONTRACTOR RESPONSIBILITIES A. Review shop drawings and product data prior to submission for accuracy and completeness of each submission. B. Approve and stamp each submission before submitting it C. Determine and verify: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with specifications D. Prior to each submission, carefully review and coordinate all aspects of each item being submitted. E. Verify that each item and the submittal for it conform in all respects with specified requirements of the Work and of the Contract Documents with respect:to means, Methods,techniques,sequences, and operations of construction, and safety precautions and programs incidental thereto. F. Make submissions promptly in accordance with Construction Schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. 1416-02 01340 Shop Drawings Product Data And Semp7a 01340-2 ZEL -ENGINEERS- - - SECTION 01340 SHOP DRAWINGS,PRODUCT DATA,AND SAMPLES G. Limit requirements for expedited submittal review by Engineer to no more than 10 percent of total number of submittals: 1. Expedited submittal review period: Less than 21 calendar days H. Notify Engineer in writing, at time of submission, of any deviations in the submittals from Contract Document requirements: 1. Identify and tabulate all deviations in transmittal letter. 2. Indicate essential details of all changes proposed, including modifications to other facilities that may be a result of the deviation. 3. Include required piping and wiring diagrams. I. Provide resubmissions within 30 calendar days following return of reviewed submissions for submittal items with disposition of either"Rejected"or"Revise and Resubmit". Promptly address noted Contract Document requirements,unresolved issues and all other comments of Engineer prior to final review and approval by Engineer of resubmissions. Contractor will be notified by Engineer of any deficient submittal items after the • specified number of calendar days required for resubmissions has expired. 1.5 SUBMISSION REQUIREMENTS A. Make submissions far enough in'advance of scheduled dates for installation to provide time required for reviews, for securing necessary approvals, for possible revisions and resubmissions, and for placing orders and securing delivery B. In scheduling, allow a minimum of 21 calendar days for review by Engineer following receipt of submission in Engineer's office. C. Consecutively number all submissions: 1. Assign unique number to include all shop Drawings,product data and other information required for individual specification sections. 2. Each specification section may still have more than one submittal number for later submissions (i.e., Preliminary O&M Manuals, Final O&M Manuals, etc.). D.. Hard Copy Submittals: 1. Shop Drawings and Product Date: Submit a maximum of 2 copies for Contractor's use,plus a maximum of 4 copies which will be distributed by Engineer when approved, [1 copy for Engineer's subconsultant]. Do not submit more than 6 copies. E. Electronic Submittals: 1. Shop Drawings and Product Data: Transmit to Engineer in electronic(PDF) format. 2. Engineer will return the completed review to the Contractor via e-mail or uploaded to Engineer's FTP site as warranted by file size. 3. Distribution of reviewed submittals to subcontractors or suppliers is the responsibility of the Contractor. 4. Submit paper copies of reviewed submittals at project closeout for record purposes in accordance with Section 01700, Contract Closeout. 1416-02 01340 Shop Drawings Product Data And Samples 01340-3 Z E -ENGINEERS- SECTION 01340 SHOP DRAWINGS,PRODUCT DATA, AND SAMPLES F. Sample and Color submittals: Submit 3 copies of each sample unless specified otherwise in individual section. G. Accompany each submission with letter of transmittal showing all information required for identification and checking. Submittals shall contain: 1. Submittal number 2. Date of submission and dates of any previous submissions 3. Project title and number 4. Owner Contract identification number if applicable • 5. The names of: a. Contractor b. Supplier c. Manufacturer 6. Identification of the product,with specification section number 7. Field dimensions, clearly identified as such 8. Relation to adjacent or critical features of the Work or materials 9. Applicable standards, such as ASTM or Federal Specification numbers 10. Identification of deviations from Contract Documents: a. If Contractor proposes to provide material or equipment of work which deviates from the Contract Documents, indicate so under"deviations"on the transmittal form accompanying the submittal. b. Identify all requested deviations as specified and on copies of Specifications and Drawings required per paragraph 1.5.F.11 c. If deviations from specifications are indicated and, therefore requested by Contractor, the submittal shall be accompanied by a detailed,written justification for each deviation d. Failure to include a copy of marked-up specification sections, along with justification for any requested deviations to specification requirements, with the submittal shall be cause for rejection of the entire submittal with no further consideration by Engineer 11. Confirmation of compliance with Contract Documents: a. Unless a Certificate of Compliance is permitted for material or equipment where specified,provide the following documents to demonstrate compliance with the Contract Documents: 1) Copy of relevant Drawings with all addendum updates that apply to equipment in Divisions 11, 13, 14 and 15 marked to show specific changes necessary for equipment proposed in Contractor's submittal: a) If no changes are required,Drawing(s)shall be marked"no changes required" b) Failure to include copies of relevant drawings with submittal,whether changes are required or not, shall be cause for rejection of entire submittal with no further review by Engineer 747 6.02 0I340 Shop Drawings Product Data And Samples 01340-4 ZEL -ENGINEERS- SECTION 01340. SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES c) Relevant Drawings include as a minimum control diagrams,process and instrumentation diagrams (P&IDs), and Process (P) drawings 2) A copy of each pertinent specification section in Divisions 11, 13, 14 and 15 with all addendum updates included, and all referenced and applicable specification sections,with their respective addendum updates included,with each paragraph check-marked to indicate specification compliance. Otherwise mark to indicate requested deviations from specification requirements per paragraph 1.5.F.10 12. Identification of revisions on resubmissions 13. An 8 inch by 4 inch blank space for Contractor's and Engineer's stamps 14. Stamp cover sheet of each submittal as identified in letter of transmittal 15. Contractor's stamp: Initialed or signed, certifying review and approval of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the Work and of Contract Documents. Use stamp to include wording similar to the following: This submittal has been reviewed by[name of contractor)and approved with respect to the means,methods,techniques,sequences,and procedures of construction,and safety precautions and programs incidental thereto. [Name of contractor]also warrants that this submittal complies with contract documents and comprises no deviations thereto: Section No: Submittal No: DATE: BY: H. Submittal Log: 1. Maintain an accurate submittal log for duration of the Work showing current status of all submissions. 2. Show submittal number, section number, section title, submittal description dates 3. and disposition of submittal. Make submittal log available to Engineer for Engineer's review upon request. I. Unless specified otherwise,make submissions in groups to facilitate efficient review and approval: 1. Include all associated items from individual specification sections to assure that all information is available for checking each item when it is received. 2. Submit a complete initial submittal including all components when an item consists of components from several sources. 3. Partial submittals may be rejected as not complying with provisions of the Contract. 1416-02 01340 Shop Drawings Product Data And Samples 01340-5 -ENGINEERS- I SECTION 01340 SHOP DRAWINGS,PRODUCT DATA, AND SAMPLES 4. Engineer will not be held liable for delays due to poorly organized or incomplete submissions. 5 Do not include items from more than one specification section for any one submittal number. 1.6 DISPOSITION OF SHOP DRAWINGS AND PRODUCT DATA A. "Approved": Approved with No Exceptions Noted: 1. No corrections or comments noted on submittal or in transmittal letter. 2. Issues or miscellaneous comments pertaining to other related items of the Work may be included in transmittal letter. 3. Resubmission not required. B. "Approved as Noted": Approved with Corrections Noted: 1. Comply with corrections or comments as noted on submittal and in transmittal letter. 2. Resubmission not required. C. "Revise And Resubmit": Incorrect or Specific Information Still Required: 1. Submittal is either: incorrectly annotated; specific comments need to be addressed and incorporated in resubmittal; and/or additional information may be required as noted in transmittal letter. 2. Submitted information may not include or address specific item required per the specification as identified in transmittal letter. 3. Specific information related to identified item maybe required for final approval of submittal. 4. Resubmission of entire submittal may be required or resubmission of specific item may be required as identified in transmittal letter. D. "Rejected": Returned for Correction: 1. Contractor required to resubmit complete submittal package in accordance with Contract Documents. 2. Submittal does not comply with provisions of Contract Documents as noted in transmittal letter. 3. Resubmission required 1.7 DISPOSITION OF SAMPLES A. "Approved": Approved with No Exceptions Noted: 1. One sample sent to Owner 2. One sample sent to Resident Project Representative 3. One sample retained in Engineer's file 4. Acknowledgment: Copy of transmittal letter sent to Contractor 5. Resubmission not required B. "Approved Noted": Approved with Corrections Noted: 1. One sample sent to Owner 1416-02 01340 shop Drewaigs Product Data And Samples 01340-6 ZE -ENGINEERS SECTION 01340 SHOP DRAWINGS,PRODUCT DATA,AND SAMPLES 2. One sample sent to Resident Project Representative. 3. One sample retained in Engineer's file 4. Acknowledgment: Copy of transmittal letter Sent to Contractor. 5. Work performed or products furnished to comply with noted in acknowledgment 6. Resubmission not required C. "Rejected" Returned for Correction: • 1. One sample retained:in Engineer's file 2. Remaining samples sent to Contractor for resubmittal and compliance with the Contract Documents as noted in transmittal letter. 3. Copy of transmittal letter sent to Owner 4. Resubmission required 1.8 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in submittals required by Engineer and resubmit until approved. B. Transmit each resubmission under new letter of transmittal. Use number of original submittal followed directly by a capital letter corresponding to the number of times a submittal is resubmitted(i.e., 1, 1A, 1B, etc.). C. Shop Drawings and Product Data: • 1. Revise initial Drawings.or data and resubmit as specified for the initial submittal. : 2. Indicate any changes which have been made other than those requested by Engineer. _ D. Samples: Submit new samples as required for initial submittal E. Reimbursement of Resubmission Review Costs: neer at' 1. Review of first submittal [and one resubmittal] will be performed by Engineer I 2. no cost to the Contractor. Costs for review of subsequent resubmissions will be directly paid by Contractor. 3. Engineer will document work-hours required for review and costs;for Engineer review will be deducted from payments due Contractor as Change Order deducts. 4. Charges for review.o f resubmisstoris Win`:include Engineer at maximum rate of $105 per hour and Submittal Clerk at maximum:rate of$60 per hour. I1.9 ENGINEER'S DUTIES A. Review submittals with reasonable promptness and in accord with approved submission I schedule provided that each submittal has been called for by Contract Documents and is stamped by.:Contractor as indicated above I. In the event that Engineer will require morc than 14 calendar days:to p eiform an expedited submittal review-as requested by Contractor.;Engineer shall so notify Contractor or itrdieate:so on the subni:ission schedule. I1416-02 01340 Ski)Drawings Product Data And Samples 01340-7 ZEL -ENGINEERS SECTION 01340 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES 2. No extensions of time are allowed due to Engineer's delay in reviewing submittals unless all the following criteria are met: a. Contractor has notified Engineer in writing that an expedited review of particular submittal in question is critical to the progress of the Work and Contractor has identified the requested submittal return date. . b. Engineer has failed to retard submittal Within 21:days of receipt of the • submittal or receipt of said notice,whichever is later c. Contractor demonstrates that delay in progress of the Work was directly attributable to Engineer's failure to return submittal within 21 days 3. No extensions of time are allowed due to delays in progress of the Work caused by rejection and subsequent resubmission of data, including multiple resubmissions B. Review drawings and data submitted only for general conformity with Contract Documents: 1. Engineers review of drawings and data: returned marked"Approved"or "Approved as•:Noted"does-not Indicate a thorough review of all dimensions, quantities, and details of maternal,equipment device or items shown. 2, Engineer'•s review does not relieve contractor of responsibility for errors, on issio7 s or deviations nor responsibility for compliance with the Contract Documents. 3. Engineer's review shalt not extend to means,methods,techniques, sequences, operations of construct on, and safety precautions::and-programs:.incidental thereto. No information regarding these stems will be reviewed whether or not included in submittals. C, Assume that no shop Drawing or related submittal comprises a deviation to the Contract I Documents unless Contractor advises Engineer otherwise in writing which is acknowledged by Engineer in writing: 1. Consider and review only those deviations from the Contract Documents clearly I identified as such in submittal and tabulated in the Letter of Transmittal. 2. At tho.discretion of the Engineer,notify Contractor that:re\ ew of specific deviations Will be reviewed under provissor s of Section 0.1630,Product Options and Substitutions. D. Return submittals to Contractor for distribution or for resubmission. I E. Transmit,unreviewed,to Contractor all copies of submittals not called for by the Contract Documents or which have not been approved by Contractor. I F. Engineer will not review uncalled-for shop drawings or product data except by special arrangement. I 1416-02 0130%op Drawings Product Data And samples 01340-8 1. . i -ENGINEERS- I SECTION 01340 SHOP DRAWINGS,PRODUCT DATA, AND SAMPLES G. Affix stamp and indicate approval for submittal or resubmission requirements with the following stamp: f D APPROVED 0 APPROVED AS NOTED 0 REJECTED 0 REVISE AND RESUBMIT Approval Is only for general conformance whh the design concept of the Project end the Information given In the 1 Contract Documents,Contractor Is responsible for dimensions r. to be confirmed and correlated et the Job she;information that i pertains solely to the fabrication process or to the means and methods of construction;coordination of the work of all trades;and performing work Ina sale and satisfactory manner. This approval does not modify Contractors dory to comply with the Contract Documents, ZIMMERMAN,EVANS AND LEOPOLD,INC. Date By. ....- 1.10 SUBMITTAL SCHEDULE A Unless indicated otherwise,provide all submittals required by individual sections of the Contract Documents to establish compliance with the specified requirements. B. Contractor may provide"Certificate of Compliance"in lieu of product data submittal as required above for the following sections: Section Number Section Title Product Data or Item 02936 Grassing 03600 Grout Stainless Steel and Miscellaneous Metal (Anchor I05120 Bolts &Expansion Anchors—only) 15100 Valves, Cocks, and Hydrants I15140 Supports and Anchors 16075 Electrical Identification IPART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used IEND OF SECTION I ;416.02 0]340 Shop Drawings Product Dau And Samples 01340-9 z E L —ENGINEERS— I i i i i i i i i SECTION 01370 SCHEDULE OF VALUES PART 1 GENERAL 1.1 SECTION INCLUDES A. Schedule of Values B. Subschedule of Unit Material Values C. Cash Flow Projection 1.2 SUBMITTALS A. Submit to Engineer a Schedule of Values allocated to the various portions of the Work, within 10 days after Effective Date of Agreement B. Upon request of Engineer, support the values with data which will substantiate their correctness • C. An unbalanced Schedule of Values providing over payment of Contractor on items of the Work which will be performed early will not be accepted D. Revise and resubmit the Schedule of Values until acceptable to Engineer. No Applications for Payment shall be submitted until Schedule of Values is accepted E. The Schedule of Values, when accepted by Engineer, shall be used only as the basis for the Contractor's Applications for Payment 1.3 FORM AND CONTENT OF SCHEDULE OF VALUES A. Type schedule on 8-1/2 inch by 11 inch white paper; Contractor's standard forms and automated printout will be considered for approval by Engineer upon Contractor's request. Identify schedule with: 1. Title of project and location 2. Engineer and project number 3. Name and address of Contractor 4. 5. Contract designation Date of submission B. Schedule shall list the installed value of the component parts of the Work in sufficient detail to serve as a basis for computing values for progress payments during construction C. Follow the Table of Contents of this Project Manual as the format for listing component items: 1. Identify each line item with the number and title of the respective major section of the specifications D. For each major line item list sub-values of major products or operations under the item 1416.02 01370 Scha9ule Of Values 01370-1 -ENGINEERS- SECTION 01370 SCHEDULE OF VALUES E. List such items as bond and insurance premiums, temporary construction facilities, monthly field overhead,mobilization and demobilization separately F. For the Various Portions of the Work: 1. Each item shall include a directly proportional amount of the Contractor's overhead and profit 2. For items on which progress payments will be requested for stored materials, break down the value into: a. The cost of the materials, delivered and unloaded,with taxes paid b. The total installed value,including Contractor's overhead and profit G. The sum of all values listed in the schedule shall equal the total Contract Sum 1.4 SUBSCHEDULE OF UNIT MATERIAL VALUES A. Submit a Subschedule of Unit Costs and Quantities for: 1. Products on which progress payments will be requested for stored products B. The form of submittal shall parallel that of the Schedule of Values,with each item identified the same as the line item in the Schedule of Values C. The unit quantity for bulk materials shall include an allowance for normal waste D. The Unit Values for the Materials Shall be Broken Down Into: 1. Cost of the material, delivered and unloaded at the site, with taxes paid 2. Installation costs, including Contractor's overhead and profit E. The installed unit value multiplied by the quantity listed shall equal the cost of that item in the Schedule of Values 1.5 CASH FLOW PROJECTION A. Submit estimated cash flow projection for the project: 1. Estimate monthly pay applications 2. Coordinate with Schedule of Values and Construction Schedule B. Resubmit a revised cash flow projection with any pay application which brings the aggregate of all pay applications to date to value which differs from the projected value by more than+20 percent. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 1416-02 01370 Schedule Of Values 01370-2 ZEL -ENGINEERS- SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance and control of installation B. Field samples and mock-up C. Inspection and testing laboratory services and qualifications D. Laboratory duties and limitations of authority of testing laboratory E. Contractor's responsibilities F. Manufacturer's field services and reports G. Shop testing H. Field testing I. Testing and services schedule 1.2 REFERENCES A. Conform to reference standard by date of issue current on date of Contract Documents B. Obtain copies of standards when required by Contract Documents C. Where specified reference standards conflict with Contract Documents,request clarification fr m Engineer before;proceeding. D. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document 1.3 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Provide copies of written reports for materials, equipment or systems as scheduled at the end of this section. Reference each report by respective section number C. Laboratory qualifications—Provide statement of qualifications from testing fine and testing firm personnel for review and acceptance by Engineer D. Field personnel qualifications Provide statement of qualifications for review and acceptance by Engineer for the following: 1. ACI certification 2. Independent special inspector and testing as specified 1476-02 01400 Quality Control 01400-1 Z E 1.. -ENGINEERS- SECTION 01400 QUALITY CONTROL E. Laboratory test reports—Provide written reports of each test and inspection to Engineer. Each report shall include: 1. Date issued 2. Project title and number 3. Testing laboratory name, address and telephone number 4. Name and signature of laboratory inspector 5. Date and time of sampling or inspection 6. Record of temperature and weather conditions 7. Date of test 8. Identification of product and specification section 9. Location of sample or test in the Project 10. Type of inspection or test 11. Results of tests and compliance with Contract Documents 12. Interpretation of test results when requested by Engineer • F. Shop test reports: Provide reports:detailing results of tests and certification from manufacturer to verify Compliance with specifications G. Field test reports: Provide reports detailing results of the tests. Indicate compliance or non-compliance with Contract Documents. Identify corrective action for materials and equipment which fails to pass field tests H. Manufacturer's field services: 1. Provide qualifications of observer to Engineer 30 days in advance of required observations. Observer subject to acceptance of Engineer/Owner 2. Provide reports to Engineer through Contractor certifying that: • a. Equipment is properly installed and lubricated b. Equipment is in accurate alignment • c. Equipment is free from any undue stress imposed by connecting piping and anchor bolts d. Equipment has operated satisfactorily under full load conditions 1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers,manufacturers,products, services, site conditions, and workmanship to produce Work of specified quality B. Comply fully with manufacturer's instructions,including each step in sequence C. Should manufacturer's instructions conflict with Contract Documents,request clarification from Engineer before proceeding D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship E. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration,physical distortion or disfigurement 1416.02 01400 Quality Control 01400-2 ZEL -ENGINEERS- _ SECTION 01400 QUALITY CONTROL F. Inspections and testing required by laws, ordinances,rules,regulations, orders or approvals of public authorities: Conditions of the Contract G. Certification of products: Respective sections of specifications H. Testing, adjusting and balancing of equipment: Respective sections of specifications I. Laboratory tests required and standards for testing: Respective sections of specifications 1.5 FIELD SAMPLES A. Install field samples at the site as required by individual specifications sections for review • B. Acceptable samples represent a quality level for the Work C. Where field samples are specified in individual sections,remove, and clear area after field sample has been accepted by Engineer 1.6 MOCK-UP A. Tests will be performed under provisions identified in this section B. Assembleand erect specified items,with specified attachment and anchorage devices, flashings, seals, and finishes 1.7 INSPECTION AND TESTING LABORATORY SERVICES A. Contractor shall employ and pay for the services of an independent testing laboratory to perform all specified services and testing related to the design of mixes,products and equipment,to Engineer's review of proposed materials and equipment before, during and after incorporation in the Work and to retest materials and equipment which fail original tests: 1. Employment of the laboratory shall in no way relieve Contractor's obligations to perform the Work of the Contract B. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. 1.8 QUALIFICATION OF LABORATORY A. Perform all tests to determine compliance with Contract Documents by an independent commercial testing firm acceptable to Engineer B. Testing firm's laboratory: Staffed with experienced technicians,properly equipped and fully qualified to perform tests in accordance with specified standards C. Meet basic requirements of ASTM E329, "Standards of Recommended Practice for Inspection and Testing Agencies for Concrete and Steel as Used in Construction" as applicable 1416-02 01400 Quality Control 01400-3 I _ENGINEERS- SECTION 01400 QUALITY CONTROL D. Authorized to operate in the State in which the Project is located E. Testing equipment: 1. Calibrated at reasonable intervals by devices of accuracy traceable to either: a, National Bureau of Standards b. Accepted values of natural physical constants 1.9 LABORATORY DUTIES A. Cooperate with Engineer and Contractor;provide qualified personnel after due notice B. Perform specified inspections, sampling, and testing of materials and methods of construction: 1. Comply with specified standards 2. Ascertain compliance of materials with requirements of Contract Documents C. Promptly notify Engineer and Contractor of observed irregularities or deficiencies of work or products 1.10 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release,revoke, alter or enlarge on requirements of Contract Documents 2. Approve or accept any portion of the Work 3. Owner employed laboratory shall not perform any duties of the Contractor 1.11 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel and provide access to Work B. Secure and deliver to the laboratory adequate quantities of representative samples of materials proposed to be used and which require testing C. Provide to the laboratory the preliminary design mix proposed to be used for concrete and other material mixes which require control by the testing laboratory D. Furnish copies of product test reports as required E. Furnish incidental labor and facilities: 1. To provide access to Work to be tested 2. To obtain and handle samples at the project site or at the source of the product to be tested 3. To facilitate inspections and tests 4.. For storage and curing of test samples 1.12 MANUFACTURER'S FIELD SERVICES A. Comply with provisions under Section 01650, Starting Y of Systems 141e•02 01400 Qualsi}•Control 01400-4 ZEL -ENGINEERS- SECTION 01400. QUALITY CONTROL B. Contractor shall coordinate and pay for the services of manufacturers'representatives to perform the specified services C. When specified in individual specification Sections,require material or Product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, startup of equipment, testing, adjusting and balancing of equipment and, as applicable,to initiate instructions when necessary D. Individuals to report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturer's written instructions E. Qualification of Manufacturer's Representative:Authorized representative of the manufacturer; experienced in the application and installation of the subject equipment • F. Inspect, check and adjust equipment as required and approve installation G. Be present when equipment is placed in operation H. Revisit the site as often as required to correct all problems and until equipment installation and operation are acceptable to Engineer I. Instruct Owner's personnel in operation and maintenance of the equipment in accordance with Section 01730, Operation and Maintenance Data and respective sections of these specifications 1.13 SHOP TESTS A. Contractor shall coordinate and pay all costs associated with specified shop tests of equipment, including retesting of items which fail original tests specifically identified in the technical specifications B. Where the specifications call for a shop test to be witnessed by a representative of the Engineer,notify Engineer not less than 14 days prior to the scheduled test date: 1. Owner is to pay for all costs of Engineer's first visit 2. When subsequent visits by Engineer are required because of incomplete tests, retesting or subsequent tests, Contractor shall reimburse Owner for all costs of the subsequent visits 1.14 FIELD TESTING A. Contractor shall pay all costs associated with field testing of materials and equipment as required in respective sections of the specifications B. Provide all required materials, labor, equipment, water, and power required for testing C. Perform all tests in presence of Engineer or Owner and provide one copy of field test results to Engineer same day of tests 1416-02 07400 Quality Control 01400-5 . ZEL I -ENGINEERS- SECTION 01400 QUALITY CONTROL D. Repair with no additional compensation all materials and equipment which fail during testing 1.15 TESTING AND SERVICES SCHEDULE A. Testing laboratory services shall be provided for,but shall not be limited to, the following: Specification Type of Material, Equipment Section or System 02200 Excavation,Filling and Backfilling 03 000 Concrete 04200 Masonry 1.16 SHOP TESTING A. Shop testing shall be provided for the following: Specification Type of Material,Equipment Section .. or System 11310 Submersible Pumps 1.17 MANUFACTURER'S FIELD SERVICES A. Manufacturer's field services shall be provided for,but shall not be limited to,the following: Specification Type of Material, Equipment Section or System 11310 Submersible Pumps 13400 Instrumentation and Controls 16483 Variable Frequency Drive 1.18 FIELD TESTING A. Field testing shall be provided for,but shall not be limited to, the following: Specification Type of Material,Equipment Section. or System Section 02200 Excavation, Filling and Backfilling Section 03000 Concrete PART 2 PRODUCTS •Not Used PART 3 EXECUTION Not Used END OF SECTION 141ea2 o;aoo Qpai;tY Control 01400-6 ZEL -ENGINEERS- SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting,heating,ventilating,telephone service, water, and sanitary facilities B. Temporary Controls: Barriers, enclosures and fencing and protection of the Work C. Construction Facilities: Access roads,parking,progress cleaning,storage, and temporary buildings 1.2 GENERAL REQUIREMENTS • A. Furnish, install and maintain all temporary utilities to assure continuous service required for the Work, except as allowed herein, and remove on completion of Work. Modify and extend systems as work progress requires B. Furnish,install and maintain all construction aids required for the Work, except as allowed herein, and remove on completion of the Work C. Furnish,install and maintain fences and bathers as required for protection of the public, property and the Work D. Contractor may use existing roadways for access and parking to the extent practical. Provide any additional access and parking required for Contractor's personnel or operations E. Provide storage sheds as required by the Contractor F. Products may be new or used,but must be serviceable, adequate for the intended purpose, and must not violate the requirements of any applicable codes or standards G. Clean and repair damage caused by temporary installations or use of temporary facilities H. Provide a project identification sign 1.3Q UALITY ASSURANCE A. Requirements of Regulatory Agencies: 1. Comply with applicable Federal and State rules and regulations,local codes and ordinances 2. Comply with utility company requirements 1.4 TEMPORARY ELECTRICITY A. Contractor shall arrange for and pay all costs associated with power service to the Contractor's storage sheds and pay all costs for energy used 1416-02 01500 Construction Facilities And Temporary Controls 01500-1 Z E -ENGINEERS- SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS B. Construction equipment larger than 15 amps, 120 V, single phase, arrange for and pay all costs associated with temporary power service either from the local utility or a portable engine-generator C. Provide power outlets for construction operations, with branch wiring and distribution boxes located at the site. Provide flexible power cords as required D. Provide main service disconnect and overcurrent protection at convenient location E. Permanent convenience receptacles may not be utilized during construction F. Provide adequate distribution equipment,wiring, and outlets to provide single phase branch circuits for power and lighting: 1. Provide 20 ampere duplex outlets, single phase circuits for power tools 2. Provide 20 ampere, single phase branch circuits for lighting G. Pay all costs for installation and removal of temporary electrical service 1.5 TEMPORARY LIGHTING A. Provide and maintain incandescent lighting for construction operations B. Provide and maintain lighting to exterior staging and storage areas after dark for security purposes as required C. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required D. Maintain lighting and provide routine repairs 1.6 TEMPORARY HEATING A. Provide and pay for all temporary heat as required to maintain adequate environmental conditions to facilitate progress of the Work,to meet specified minimum conditions of the installation of materials and to protect materials and finishes from damage due to temperature or humidity B. Portable heaters shall be standard approved units complete with controls C. Pay all costs of installation,maintenance, operation and removal and for fuel consumed D. Maintain minimum ambient temperature of 50 degrees F in areas where construction is in progress,unless indicated otherwise in specifications E. Provide temporary heating for all subcontractors as required 1416-0:O1 S00 Conswc:Uon Facilities And Tem,ovary Controls 01500-2 ZEL -ENGINEERS- SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1.7 TEMPORARY VENTILATING A. Ventilate enclosed areas to assist cure of materials,to dissipate humidity,and to prevent accumulation of dust, fumes,vapors,or gases B. Provide and pay for temporary ventilation equipment as required to maintain adequate ' environmental conditions to facilitate progress of the Work,to meet specified minimum conditions for the installation of materials and to protect materials and finishes from damage due to temp or humidity C. Provide adequate forced ventilation of enclosed areas for curing of installed materials,to disperse humidity,and to prevent hazardous accumulations of dust,fumes,vapors or gases D. Portable ventilators shall be standard approved units complete with controls E. Pay all costs of installation,maintenance, operation and removal and for power consumed 1.8 TEMPORARY WATER SERVICE A. Provide all water required for construction purposes B. Provide all drinldng water required by construction personnel. Pay all costs C. There is no existing potable water service to the site 1.9 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities: 1. As required by laws and regulations 2. Not less than 1 facility B. Service, clean, and maintain facilities and enclosures 1.10 CONSTRUCTION AIDS A. Provide construction aids and equipment required by personnel and to facilitate the execution of the Work: Scaffolds staging,ladders, stairs,ramps,runways,platforms, railways,hoists, cranes, chutes, and other such facilities and equipment B. Relocate construction aids as required by progress of construction,by storage or work requirements, and to accommodate legitimate requirements by Owner C. Completely remove temporary materials, equipment, and services at completion of the Project D. Clean,repair damage caused by installation or by use of temporary facilities: 1. Remove foundations and underground installations for construction aids 1416-02 01500 Construction nullities And Tcmpornty Controls 01500-3 E L. -ENGINEERS- >q . SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 2: Grade the areas for the site affected by temporary installations to required elevations and slopes and clean the area 1.11 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage from construction operations and demolition B. Protect non-owned vehicular traffic, stored materials, site and structures from damage • C. Install facilities of a neat and reasonable uniform appearance, structurally adequate for the required purposes D. Relocate barriers as required by progress of construction E. Completely remove barriers,including foundations,when construction has progressed to the point that they are no longer needed F. Clean and repair damage caused by installation, fill and grade the areas of the site to required elevations and slopes and clean the area 1.12 TEMPORARY FENCING A. Construction: Commercial grade chain link fence B. Provide 6 foot high fence around construction site; equip with vehicular gates with locks C. Provide additional fencing to protect stored materials &products or to insure public safety D. Provide Owner two (2)keys to lock(s) 1.13 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion 1.14 EXTERIOR ENCLOSURES A. Provide temporary insulated weather-tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification Sections, and to prevent entry of unauthorized persons. Provide access doors with self-closing hardware and locks 1416-02 01500 Construction Facilities And l=Nutty Controls 01500-4 ZEL -ENGINEERS- t'•. .,a .. .. .,�"_. ..s .y r .. SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS B. Provide temporary roofing as required to protect work and equipment 1.15 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage C. Provide protective coverings at walls,projections,jambs, sills, and soffits of openings D. Protect finished driving surfaces, floors, and other surfaces from traffic, dirt,wear, damage, or movement of heavy objects,by protecting with durable sheet materials E. Prohibit storage upon waterproofed or roofed surfaces. If activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer F. Prohibit traffic from landscaped areas 1.16 SECURITY • A. Provide security and facilities to protect Work from unauthorized entry,vandalism, or theft B. Coordinate with Owner's security program 1.17 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to service construction area B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow C. Provide and maintain access to fire hydrants, free of obstructions D. Provide means of removing mud from vehicle wheels before entering street or clean streets as required by owner E. Existing on-site roads may be used for construction traffic 1.18 PARKING A. When site space is not adequate for construction personnel,provide additional off-site parking. B. Do not allow vehicle parking on existing pavement or public streets. 1416.02 01500 Constructionpccilnies And Tanporay Controls 01500-5 I.. I _ENGINEERS- i r SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1.19 PROGRESS CLEANING A. Maintain areas free of waste materials,debris, and rubbish. Maintain site in a clean and orderly condition B. Remove debris and rubbish from remote spaces prior to enclosing the space C. Remove waste materials, debris, and rubbish from site periodically and dispose off-site in accordance with local and state regulations 1.20 FIELD OFFICES AND SHEDS A. Construction: 1. Structurally sound,weathertight, with floors raised above ground 2. Temperature transmission resistance: Compatible with occupancy and storage requirements 3. At Contractor's option,portable or mobile buildings modified for office use may be used 4. Fill and grade sites for temporary structures to provide surface drainage 5. Construct temporary field offices and storage sheds on proper foundations, provide connections for utility services: a. Secure portable or mobile buildings when used b. Provide steps and landings at entrance door 6. Mount thermometer at convenient outside location,not in direct sunlight 7. Provide periodic maintenance and cleaning for temporary structures, furnishings, equipment and services 8. Remove temporary field offices, contents, and service at a time they are no longer needed 9. Remove storage sheds when they are no longer needed 10. Remove foundations and debris; grade the site to required elevations and clean the areas B. Storage Shed: 1. To requirements of the various trades, as required 2. Dimensions: Adequate for storage and handling of products 3. Ventilation: Comply with specified and code requirements for the products stored 4. Heating: Adequate to maintain temperatures specified in the respective sections for the products stored C. Existing facilities at the site shall not be used for field offices or storage D. New permanent facilities shall not be used for field offices or for storage 1.21 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities,materials,prior to Final Application for Payment 141602 01500 Construction Fecilaies And Temporary Controls 01500-6 Z E 1,.. -ENGINEERS- SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated C. Clean and repair damage caused by installation or use of temporary work D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION • 1416-02 01500 Construction Facilities And Temporary Controls 01500- -ENGINEERS- SECTION.01570.. TRAFFIC REGULATION PART 1 GENERAL 1.1 SECTION INCLUDES A. General Requirements B. Regulatory Requirements C. Construction Parking Control D. Flagmen E. Flares and Lights F. Haul Routes G. Roadway Usage Between Operations H. Traffic Signs and Signals I. Removal 1.2 GENERAL REQUIREMENTS A. Unless otherwise authorized,keep at least one lane of traffic open at all times B. Maintain vehicular and pedestrian access to ALL businesses and institutions during the time during the time they are open and to all residential and other occupied buildings and facilities at all times. C. When work is not in progress,keep all traffic lanes open D. All traffic lanes shall be open during hours of darkness,weekends, and holidays E. Plan and pursue operations so as to minimize the time direct entrances are blocked. 1.3 REGULATORY REQUIREMENTS A. Conformance: "Manual on Uniform Traffic Control Devices,"U.S. Department of Transportation, or applicable statutory requirements of authority having jurisdiction B. Operations on or about traffic areas and provisions for regulating traffic will be subject to Ithe regulation of governmental agencies having jurisdiction over the affected areas 1.4 CONSTRUCTION PARKING CONTROL IA. Control vehicular parking to prevent interference with public traffic and parking, access by emergency vehicles, and Owner's operations I 1416-02 01570 Traffic Regulation 01570-1 ZEL _ENGINEERS- SECTION 01570 TRAFFIC REGULATION B. Monitor parking of construction personnel's vehicles. Maintain vehicular access to and through parking areas C. Prevent parking on or adjacent to access roads or in non designated areas 1.5 FLAGMEN A. Provide trained and equipped flagmen to regulate traffic when construction operations or traffic encroach on public traffic lanes 1.6 FLARES AND LIGHTS A. Use flares and lights during hours of low visibility to delineate traffic lanes and to guide traffic 1.7 HAUL ROUTES A. Consult with authority having jurisdiction in establishing public thoroughfares to be used for haul routes and site access B. Confine construction traffic to designated haul routes C. Provide traffic control at critical areas of haul routes to regulate traffic,to minimize interference with public traffic 1.8 ROADWAY USAGE BETWEEN OPERATIONS A. At all times when work is not actually in progress,make open,passable, and maintain to traffic such portions of the Project and temporary roadways or portions thereof as may be agreed upon between Contractor and Owner and all other authorities or parties having jurisdiction over properties involved 1.9 TRAFFIC SIGNS AND SIGNALS A. At approaches to site and on site, install at crossroads, detours,parking areas, and elsewhere as needed to direct construction and affected public traffic B. Install and operate traffic control signals to direct and maintain orderly flow of traffic in areas under Contractor's control, and areas affected by Contractor's operations C. Relocate as Work progresses,to maintain effective traffic control D. Protect all roadways by effective barricades on which are placed warning signs E. Provide barricades and warning signs for open trenches, other excavations and obstructions F. Illuminate by means of warning lights all barricades and obstructions form sunset to sunrise )4)6.0201570 Traffic Regulation 01570-2 ZEL -ENGINEERS- SECTION 01570 TRAFFIC REGULATION 1.10 REMOVAL A. Remove equipment and devices when no longer required B. Repair damage caused by installation C. Remove post settings to a depth of 2 feet PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 1416-0:01!70 Traffic Reginal ion 01 570-3 Z E -ENGINEERS- SECTION 01600 MATERIALS AND EQUIPMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. General requirements for materials and equipment B. Definitions C. Quality assurance and qualifications D. Delivery, storage and handling E. Product Qualifications F. Product Certification G. Warranty H. Material and fabrication requirements I. Preparation, installation and field quality control requirements 1.2 GENERAL REQUIREMENTS A. The section applies to all equipment provided under this contract IB. The requirements of detailed specifications take precedence over this section in the event of an apparent conflict C. Provide all new materials and equipment, except as specified or required by testing D. Except as specifically indicated or specified,materials and equipment removed from the I existing structure shall not be used in the completed Work I E. Contractor to coordinate equipment with other parts of the Work,including verification f or compatibility of structures,piping,wiring and equipment components F. Contractor is responsible for all alterations in the Work to accommodate equipment differing in dimensions or other characteristics from that contemplated in the Contract Drawings or specifications G. Do not use any material or equipment for any purpose other than that for which is Idesigned or specified I ............... . 1416-02 01600 Materials And Equipment 01600-1 Z E I -ENGINEERS- I 4 . SECTION 01600 MATERIALS AND EQUIPMENT H. Provide materials, equipment and/or systems suitable for its intended purpose and/or function as confirmed and supported by the supplier and/or manufacturer where only routine maintenance and care is required for its operation. Do not use material, equipment or a system that will become damaged,require excessive maintenance, fail to perform and not function as required. Materials, equipment and systems provided are expected to function and operate when exposed to the wide range of environmental conditions encountered for this type of facility. Damaged,unsuitable or defective materials, equipment and/or systems identified by the Engineer shall be replaced at no cost to the Owner. 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 1.3 DEFINITIONS A. Special tools, instruments, devices, or accessories: Any tools,instruments, devices or accessories required for repair, adjustment or maintenance of equipment which are designed especially for the equipment in question or which are not normally kept in stock by local tool suppliers 1.4 QUALIFICATIONS A. Installers Qualifications: Equipment and material shall be installed and placed in service by or under the guidance of qualified personnel having the knowledge and experience necessary for proper results. Where Contractor's or subcontractor's employees are not properly qualified, such personnel shall be field representative of the equipment supplier 1.5 DELIVERY, STORAGE AND HANDLING A. Arrange deliveries of products in accord with construction schedules, coordinate to avoid conflict with work and conditions at the site B. Deliver products in undamaged condition, in manufacturer's original container or packaging, with identifying labels intact and legible, all in accordance with manufacturer's instructions C. Immediately on delivery,inspect shipments to assure compliance with requirements of Contract Documents and accepted submittals and that products are properly protected, undamaged and correct quantities D. Provide equipment and personnel to handle products by methods to prevent soiling or damage to products or packaging E. Box, crate, or otherwise completely enclose and protect all equipment 1416-02 01600 Materiels And Equipment 01600-2 Z E -ENGINEERS- SECTION_01600 MATERIALS AND EQUIPMENT F. Protect painted surfaces against impact, abrasion, discoloration or other damage G. Include complete packing lists and bills of material with each shipment H. Deliver anchor bolts together with templates sufficiently early to permit setting when structural concrete is placed I. Package materials and equipment to facilitate handling and protect against damage during transit handling or storage J. Protect equipment from exposure to the elements and keep thoroughly dry and dust free at all times K. Grease or oil all bearings and similar items L. Store and protect products in accordance with manufacturer's instructions,with seals and labels intact and legible. Store sensitive products in weather-tight, climate controlled enclosures M. For exterior storage of fabricated products,place on sloped supports, above ground on blocking or skids to prevent soiling, staining or other damage N. Provide off-site storage and protection when site does not permit on-site storage or protection O. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation • P. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter Q. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage R. Arrange storage of products to permit access for inspection. Periodically inspect to assure products are undamaged and are maintained under specified conditions S. Store immediately upon delivery T. Store electrical equipment and equipment with bearings in weathertight structures maintained above 60°F U. Protect electrical equipment, controls, and insulation against moisture,water, and dust damage V. Connect and operate continuously all space heaters furnished in electrical equipment 1474-02 01400 iJ,nla'isis And Eauipmcnt 01600-3 ZEL -ENGINEERS- I SECTION 01600 MATERIALS AND EQUIPMENT W. Provide substarit.al coverings-as necessary to protect;.installed products from(Image: from:traffic And:subsequent construction operations, Remove When no longer needed X. Provide permanent,labeled,packings for spare parts 1.6 PRODUCT CERTIFICATION A. All materials or products which come into contact with drinking water must be certified as meeting the specifications of the American National Institute/National Sanitation Foundation Standard 61, Drinking Water System Components—Health Effects. Certifications shall be provided with product submittals. B. All chemicals and products added to a public water supply as part of the treatment process shall be certified as meeting the specifications of the American National Standards Institute/National Sanitation Foundation Standard 60,Drinking Water 5 Treatment Chemicals—Health Effects. The certifying party shall be accredited by the American National Standards Institute. 1.7 WARRANTY A. Warranty all materials and equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, leakage,breakage or other failure PART 2 PRODUCTS 2.1 MATERIALS A. Suitable for the service conditions B. Structural and miscellaneous fabricated steel in equipment shall conform to AISC standards, except as otherwise specified 2.2 ELECTRIC MOTORS A. Designed and applied in accordance with NEMA, ANSI, IEEE,ABMA, and NEC standards for the duty imposed by the driven equipment B. If driven equipment is subject to frequent starting duty,provide motors suitable for that duty C. Nameplate horsepower based on continuous duty at 40 degrees C ambient, unless recognized and defined by the standards and codes for intermittent duty as a standard industry practice. Temperature rise about 40 degrees C ambient on continuous operation not to exceed the NEMA limit for 1.0 service factor and Class B insulation or Class A insulation if used I 7476.02 O7600 Materials And Equipment 01600-4 I ZEL -ENGINEERS- I SECTION 01600 MATERIALS AND EQUIPMENT D. Designed for satisfactory operation at any voltage within plus or minus 10 percent of rated voltage E. Designed for full voltage starting F. Bearing life based on the actual operating load conditions imposed by driven equipment G. Sized for the altitude at which the equipment is installed H. Nameplate horsepower sized for continuous operation is 40 degree C anbient at least 15 percent more than the max continuous load imposed by the driven equipment,whether service factor is 1.0 or higher I. If driven equipment specification calls for encapsulated winding,provide a sealed insulation system designed for a more severe environment than usual varnish treatments can withstand, General Electric"Polyseal",Allis-Chalmers "Poxeal",U. S. Motors "Ever- seal" or equal. Motors with encapsulated windings may be single voltage rated J. Clamp-type pounding terminal inside the motor conduit box K. Oversized motor conduit boxes,with 3/4 inch NPT minimum unless indicated otherwise L. Totally enclosed outdoors M. Dripproof or totally enclosed indoors, suppliers option except where specified otherwise 2.3 DRIVE UNITS A. Input horsepower rating not less than nameplate horsepower of the driving motor B. Designed for 24 hr continuous duty C. Gearmotors:Rated AGMA Class II,AGMA nameplate D. Gear reducers—Totally enclosed,oil lubricated, antifriction bearings throughout: 1. Rating: a. Wormgear reducers 1.2a service factor b. Shaftmounted gear`reduceis:. AGMA Class II c. All others: 1.50 service factor 2. AGMA nameplate E. Mechanical variable speed drives-1.75 service factor at maximum speed: 1. If belt driven,provided with a spare belt 2. Bracket type mounting not acceptable F. V-belt drives: 1.60 service factor, sliding base or other suitable tension adjustment 1416.02 01600 Materiels And Equipment 01600-5 ZE 1.. -ENGINEERS-- SECTION 01600 MATERIALS AND EQUIPMENT 2.4 ACCESSORIES A. Safety guards: 1. 16 USS ga or heavier galvanized or aluminum- coated steel or 1/2 inch mesh expanded metal 2. Miscellaneous accessories`and supports, including Galvanized steel 3. Provide for all belt or chain drives,fan blades, couplings or other moving:or rotatory parts 4. Cover rotating parts on all sides 5. Designed for easy installation and removal 6. Provided with all necessary supports and accessories 7. If outdoors, designed to prevent the entrance of rain and dripping water B. Equipment anchor bolts: 1. Furnished with equipment 2. Provided with at least 2 nuts per bolt 3. Minimum diameter: 3/4 inch 4. Long enough to permit 1-1/2 inch of grout below baseplate,if equipment is baseplate mounted, and to provide adequate anchorage into structural concrete C. Baseplates: 1. Cast iron or welded steel 2. Provide for pumps, compressors and similar equipment 3. Neat design 4. Pads for anchoring 5. Adequate grout holes 6. Provide pump bases with a means for collecting leakage and a threaded drain connection D. Special tools and accessories: I 1. Provide all special tools,instruments and accessories required for proper maintenance 2. Provide all special lifting and handling devices required 2.5 FABRICATION A. Design, fabricate, and assemble in accordance with the best modern manufacturing and i shop practices B. Manufacture parts to standard sizes and gages I C. Two or more items of the same type shall be identical by the same manufacturer and interchangeable I D. Design structural members for shock and vibratory loads: 1. Use 1/4 inch minimum thickness for all steel which will be submerged,wholly or I partially, during normal operation 1416412 01600 Materials And Equipment 01600-6 ZEL 1 -ENGINEERS- r •- SECTION 01600. MATERIALS AND EQUIPMENT R Lubrication system: 1. Require no more than weekly attention during continuous operation 2. Require no attention during equipment startup and shutdown 3. No lubricant wasting 4. Convenient and accessible: a. Oil drains and fill plugs easily accessible from the normal operating area or platform b. Drains located to allow convenient om its normal inson of oil talled position uring oil ges without removing the equipment 5. Provide constant level oilers or oil level indicators for oil lubrication systems 2.6 CHEMICALS A. All chemicals used during project construction or furnished for project operation,whether herbicide,pesticide, disinfectant,polymer,reactant or of other;classi cation:;;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 2.7 SOURCE QUALITY CONTROL AND TESTS A. Observation of performance tests: 1. Where specifications require the presence of Engineer for testing of equipment, Owner is to pay for all costs of Engineer's first visit 2. If subsequent visits by Engineer are required because of incomplete tests, retesting or subsequent tests, Contractor shall reimburse Owner for all costs PART 3 EXECUTION 3.1 EXAMINATION A. spect'equipmenf_for signs of pitting,lust decay,or other deleterious effects of storage. Do not install,any equipment showing such.effects Replace damaged equipment with I identical new equipment. 3.2 PREPARATION A, Install equipment anchor bolts during placement of structural concrete 3.3 INSTALLATION A. Install all equipment on bases 4 inch minimum height B. Anchor baseplates to the concrete base and fill space beneath with grout C. Provide lubricants as:recommended by the equipment manufacturer in sufficient quantity to fill all lubricant reservoirs and to replace all consumption during testing,:startup and I operation prior to acceptance of equipment by Owner 1416-02 01600 Materiels And Equipment 01600-7 ZEL I -ENGINEERS- • SECTION 01600 MATERIALS AND EQUIPMENT D. For material and equipment specifically indicated or specified to be reused in the Work: 1. Use special care in removal,handling, storage, and reinstallation to assure proper function in the completed Work 2. Arrange for transportation, storage, and handling of products,which require off- site storage, restoration, or renovation. Pay all costs for such Work E. Handle,install, connect, clean, condition, and adjust products in strict accord with manufacturer's instructions and in conformity With specified requirements: 1. Obtain and distribute copies of such instructions to parties involved in the installation in the manner detailed in the submittal section 2. Maintain one set of complete instructions at the job site during installation and until completion 3. Perform Work in accord with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents 4. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Engineer for further instructions 5. Do not proceed with Work without clear instructions F. No shimming between machined surfaces is allowed 3.4 FIELD QUALITY CONTROL A. Provide a qualified manufacturer's field representative when specified in Section 01650 or in the detailed specifications to provide the services specified B. Where installation assistance is specified,manufacturer's representative is to observe, guide, instruct and direct Contractor's erection or installation procedure C. Where an installation check is specified,manufacturer's representative is to verify equipment is properly installed as detailed in the Section 01650 D. Field representatives are to revisit the site as often as necessary to attain installation satisfactory to Engineer E. Acceptance of Work in connection with the installation of equipment furnished by others is subject to acceptance by the field representative. Such acceptance by the field representative or Engineer does not relieve Contractor of responsibility for planning,. supervising,andexecuting the installation of Work or of responsibility for defective. Work 3.5 ADJUSTING A. Perform under provisions of Section 01650, Starting of System B. Perform all required adjustment tests, operation checks, and other startup activities required wa-oz 01600 Mstainis And Equipment 01600-8 ZEL -ENGINEERS- SECTION 01600 MATERIALS AND EQUIPMENT 3.6 CLEANING A. Perform under provisions of Section 01710, Cleaning. B. Repaint all painted surfaces which are damaged prior to equipment acceptance to Engineer's satisfaction END OF SECTION 1416-02 01600 Materiels And Equipment 01600-9 -ENGINEERS- i i i i i _ .. SECTION 01630 PRODUCT OPTIONS AND SUBSTITUTIONS PART 1 GENERAL - 1.1 SECTION INCLUDES A. Product options available to Contractor B. Procedures for securing acceptance of proposed Substitutions for a product which is specified in Contract Documents by reference to one or more of the following: 1. Name of manufacturer 2. Name of supplier 3. Trade name 4. Catalog model number _ 1.2 GENERAL REQUIREMENTS A. The Contract is based on standards of quality established in Contract Documents: 1. In agreeing to terms and conditions of Contract, Contractor has accepted a responsibility to verify that specified products will be available and to place orders for all required materials in such a timely manner as is needed to meet construction schedule 2. Neither Owner nor Engineer has agreed to substitution of materials or products called for in Contract Documents, except as they may specifically be stated otherwise in writing 1.3 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only—Any Product meeting those standards or description: 1. Products specified by reference to standard specifications such as ASTM and similar standards - 2. Products specified by manufacturer's name and catalog model number B. Products Specified by Naming One or More Manufacturers—Products of manufacturers named and meeting specifications, no options or substitutions allowed: 1. Where materials and/or products are specified by naming one single manufacturer and/or model number,without stating that Substitutions will be considered,only the material and/or products named are approved for incorporation into the Work C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions—Submit a request for substitution for any manufacturer not named in accordance with this section: 1. Where materials and/or products are specified by name and/or model number, followed by words "Or accepted substitution": a. The material and/or product specified by name establishes required standard of quality I 1416-02 01630 Product Options And Substitutions 016304 ZEL -ENGINEERS- SECTION 01630 PRODUCT OPTIONS AND SUBSTITUTIONS b. Materials and/or productproposed by Contractor to be used in lieu of materials and/or products sa specified by name shall in all ways equal or exceed the qualities of named materials and/or products c. [Proposed substitutions shall be presented at the pre-construction meeting] D. Where phrase"oraccepted substitution"occurs in contract documents, do not assume that materials, equipment or products will be accepted as substitution unless item has been specifically so reviewed for this Work by Engineer 1.4 SUBSTITUTIONS A. Engineer will consider requests for Substitutions only within 30 days after date of Owner-Contractor Agreement B. Written requests for substitution considered: 1. After award of Contract 2. Only when submitted through Contractor C. Substitutions will not be considered when they are indicated or implied on shop Drawing or product data submissions, without separate written request D. Substitutions may be considered when a Product becomes unavailable through no fault of Contractor: 1. Should the Contractor demonstrate to satisfaction of Engineer that specified material or product was ordered in a timely manner and will not be available in time for incorporation:into this Work, Contractor shall submit to Engineer such data on proposed substitute materials and/or product as are needed to help Engineer determine suitability of proposed Substitution E. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents F. A request constitutes a representation that Contractor: 1. Investigated proposed product and determined that it meets or exceeds quality 1 level of specified product and that it will perform function for which it is intended 2. Will provide same warranty for Substitution as for specified Product 3. Will coordinate installation and make changes to other Work which may be required for Work to be complete with no additional cost to Owner 4. Will provide'a complete operating installation including any andall changes and additions in structure,piping,building,mechanical and electrical work,:controls; I and accessories necessary to accommodate proposed Substitution 5. Waives claims for additional-Costs or time.extension which may subsequently become apparent I 6. Will reimburse Owner for review or redesign services associated with review by Engineer and re-approval by authorities I 1416-02 01630 Protium Options And Substitutions 01630-2 I ZEL —ENGINEERS— I SECTION 01630 , PRODUCT OPTIONS AND SUBSTITUTIONS 1.5 PROCEDURE FOR REQUESTING SUBSTITUTION A. Submit three copies of request for substitution for consideration in a manner similar to provisions for submission requirements under Section 01340 1. Substitutions will be considered as "deviations"to the Contract Documents 2. Submit with transmittal letter describing.the deviation and justifications for accepting Substitution. 3. Submit shop drawings,product data, and certified test results attesting to proposed substitution equivalence 4. Burden of proof is on the proposer B: Limit each request to one proposed Substitution C. Transmittal Contents: 1. Identification of proposed Substitution: a. Manufacturer's name b. Telephone number and representative contact name c. Specification section or drawing reference of originally specified product including discrete name or tag number 2. Manufacturer's literature clearly marked to show compliance of proposed Substitution with Contract Documents 3. Itemized comparison of original product and proposed Substitution addressing characteristics including but not necessarily limited to: a. Size b. Composition c. Weight d. Electrical or mechanical requirements e. Installation and maintenance requirements 4. Product experience: a. Location of previous projects utilizing product in similar situation per Contract Documents b. Name and telephone number of persons knowledgeable of proposed product associated with referenced projects c. Available field data and test reports associated with proposed product 5. Identify any changes to construction schedule or cost required to implement proposed substitution 6. Samples: a. Provide in similar manner under provisions of Section 01340 as requested by Engineer b. Provide full size sample if requested by Engineer c. Samples will be retained by Engineer until substantial completion d. Engineer is not responsible for loss or damage to samples 1.6 ACCEPTANCE OR REJECTION A. Engineer will notify Contractor in writing of decision to accept or reject request for Substitution 7416.02 01630 Product Options And substitutions 01 63 0-3 ZEL 1 -ENGINEERS- SECTION 01630 PRODUCT OPTIONS AND SUBSTITUTIONS B. Engineer reserves the right to require proposed Substitution to comply with all aspects of specified product to secure design intent C. If request for Substitution results in change of Contract Amount or Contract Time, adjustments will be applied under provisions in General.Conditions D. Substitutions will be rejected if: 1. Submission is not through Contractor with Contractor stamp of approval 2. Requests for Substitution are not made in accordance submission procedures outlined herein 3. Acceptance will require substantial revision of the original design as determined by Engineer 4. Substitution is not equal to original product specified or will not adequately perform intended function as determined by Engineer 1.7 REIMBURSEMENT OF SUBSTITUTION REVIEW COSTS A. In the.event Substitutions are proposed to Engineer after awardof cotttraet, EngLueer will record all time usedby Engineer and Engineer's consultants inevaluating each proposed Substitution B, Contractor shall reimburse Owner for all charges of Engineer and Engineer's consultants for time spent in evaluating proposed Substitution,whether or not the Engineer approves a proposed Substitution 1. Costs for Substitution review will be deducted from payments due Contractor as change order deducts 2. Charges for review of proposed Substitution will include Engineer at maximum rate of$175 per hour plus costs of Engineer's consultants 1.8 DELAYS A. Delays in construction arising by virtue of the nonavailability of a specified material and/or product will not be considered by the Engineer as justifying an extension of the agreed time of Substantial and/or Final Completion PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 1416-02 01630 Product options dna substitutions 01630-4 ZEL -ENGINEERS- SECTION 01631 REQUEST FOR SUBSTITUTION PROJECT; OWNER: TO: Zimmerman,Evans&Leopold,INC. SPECIFIED ITEM: Section Page Paragraph/Article Description The Contractor hereby requests consideration of the following: PROPOSED SUBSTITUTION: Attached data includes product description,specifications,drawings,photographs,performance,and test data adequate for evaluation of the request;applicable portions of the data are clearly identified. Attached data also includes a description of changes to the Contract Documents that the proposed substitution will require for its proper installation. The Contractor certifies that the following paragraphs,unless modified by attachments,are correct: 1. The proposed substitution does not affect dimensions shown on Drawings. 2. The Contractor will pay,for changes to the buildng design,including engineering design,detailing,and construction costs caused by the requested substitution. 3. The proposed substitution will have no adverse affect on other trades,the construction schedule,or specified warranty requirements. 4. Maintenance and service parts will be locally available for the proposed substitution. The Contractor further states that the function,appearance,and quality of the proposed substitution are equivalent or superior to the specified item Submitted by: Signature: For use by the Engineer C Accepted 17] Accepted as noted Firm ( Rejected r Received too late Address Date By Date Telephone Remarks Attachments I 1416.02 61631 Fame Request For Sututaution 01631-1 ZEL _ENGINEERS- I i i i i i i i SECTION 01650 STARTING OF SYSTEMS PART 1 GENERAL 1.1 SECTION INCLUDES A. Start-up,pre-demonstration and demonstration of facility, systems or equipment B. Personnel training C. Testing, adjusting, and balancing D. Related systems start-up and demonstration period requirements 1.2 DEFINITIONS A. Project System: Specific system, consisting of an independent arrangement of equipment, structures, components,piping,wiring,materials or incidentals that performs an identifiable function which is both operational and safe B. Pre-Demonstration Period: Period of time, of unspecified duration after initial construction and installation during which Contractor,with assistance from manufacturer's representative,performs the following activities in sequence: 1. Initial equipment start-up 2. Correction of all discrepancies or functions prior to Demonstration Period i C. Demonstration Period: Period of time, of specified duration, following Pre- I Demonstration Period, during which Contractor completes personnel training including review of approved O&M Manuals with Owner and initiates process flow or product through facility or Project System, starts up and operates facility or project system without exceeding specified downtime limitations,to prove functional integrity of Imechanical and electrical equipment and components and control interfaces to satisfaction of Engineer as evidence of Substantial Completion ID. Related System: Equipment or subsystem whose function is necessary for the start-up, testing and operation of the project system as a whole IE. Substantial Completion: Reference General Conditions 1.3 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Submit in chronological order listed below prior to completion of Pre-Demonstration IPeriod: 1. Master operation and maintenance training schedule: a. Submit 30 days (minimum)prior to first training session for Owner's personnel • 7416.o2 ol6so slctms Or Systems 01650-1 - Z E L. -ENGINEERS- 1 SECTION 01650 STARTING OF SYSTEMS b. Schedule to include: 1) Target date and time for Owner witnessing initial start-up of each system 2) Target date and time for Operation and Maintenance training for each system,both field and classroom 3) Target date for initiation of Demonstration Period c. Submit for review and approval by Owner d. Include holidays observed by Owner e. Owner reserves the right to insist on a minimum 7 days'notice of rescheduled training session not conducted on master schedule target date for any reason f. Resubmit schedule until approved 2. Substantial Completion Submittal: a. File Contractor's Notice of Substantial Completion,Request for Inspection and documentation under provisions of Section 01700 • b. Approved Operation and Maintenance manuals received by Engineer minimum 1 week prior to scheduled training c. Written request for Owner to witnesseach system pre-demonstration start- up. Request to be received by Owner minimum 1 week before scheduled training of Owner's personnel on that system d. Equipment installation and pre-demonstration start-up certifications e. Letter verifying successful completion of all pre-demonstration start-up activities including receipt of all specified items from manufacturers or suppliers as final item prior to initiation of Demonstration Period f. Letter verifying successful completion of Demonstration Period start-up activities 1.4 COST OF START-UP A. Contractor to pay all costs associated with facility, systems or equipment start-up PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.1 START-UP—GENERAL A. Coordinate schedule for start-up of various equipment and systems B. Notify Engineer 7 days prior to start-up of each item C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or other conditions which may cause damage 14164201650 Starting Of Systems 01650-2 ZEL ' -ENGINEERS- SECTION 01650 STARTING OF SYSTEMS D. Verify that tests,meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer E. Verify wiring and support components for equipment are complete and tested F. Execute start-up under supervision of responsible manufacturer's representative in accordance with manufacturers'instructions G. When specified in individual specification Sections,require manufacturer to provide authorized representative to be present at site to inspect, check and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation H. Submit a written report in accordance with Section 01400, Quality Control that equipment or system has been properly installed and is functioning correctly I. Start-up divided into two periods: 1. Pre-Demonstration Period including: a. Completion of Work to prepare facility, systems or equipment for Demonstration Period b. Start-up of equipment c. Complete filing of all required submittals 2. Demonstration Period including: a. Demonstration of functional integrity of facility or system b. Training of personnel c. Review of approved preliminary O&M Manuals with Owner d. Filing of Contractor's Notice of Substantial Completion and Request for Inspection J. Operation and Maintenance Manuals for equipment or system scheduled for start-up and training: 1. Prepare and submit manuals in accordance with Section 01730, Operation and Maintenance Data prior to delivery of equipment or system 2.. Confirm approved preliminary operation and maintenance manuals are available prior to commencing any equipment or system training activities 3. Start-up and demonstration period of equipment or system will not be complete, nor will start-up and demonstration period payments be made,until manufacturer's authorized representative includes a complete and thorough review of the approved preliminary O&M Manual with Owner during the equipment training session 3.2 PRE-DEMONSTRATION PERIOD A. Equipment Start-up: 1. Requirements for individual items of equipment are included in Divisions 2 through 16 of these Specifications 1416•o2 01650 Strung ofsWcmf 01650-3 -ENGINEERS- I SECTION 01650 STARTING OF SYSTEMS 2. Prepare equipment to operate properly and safely and be ready to demonstrate functional integrity during Demonstration Period 3. Perform equipment start-up to extent possible without introducing product Row 4. Test tanks,pimping,ping,.filters,and similar equipmentrequiring a.fluid,using°clean water supplied at Contractor's expense 5. Dispose of water used for equipment start-up 6. Procedures include,but are not necessarily limited to the following: a. Test or check and correct deficiencies of: 1) Power, control, and monitoring circuits for continuity prior to connection to power source 2) Voltage of all circuits 3) Phase sequence 4) Cleanliness of connecting piping systems 5) Alignment of connected machinery 6) Vacuum and pressure of all closed systems 7) Lubrication 8) Valve orientation and position status:for manual operating mode 9) Tankage for integrity using {clean water) ;{process water) 10) Pumping equipment using {clean water) {process water) 11) Instrumentation and control signal generation,transmission, reception, and response under provisions of Section 13400 12) Tagging and identification systems 13) All equipment:Proper connections, alignment, calibration and adjustment b. Calibrate all safety equipment c. Manually rotate movable parts to assure freedom of movement d. "Bump"start electric motors to verify proper rotation e. Perform other tests, checks, and activities required to make equipment ready for Demonstration Period f. Documentation: 1) Prepare log showing each equipment item subject to this paragraph and listing what is to be accomplished during equipment start-up 2) Provide place.for Contractor to record date and person; accomplishing required work. *Submit completed,documer t:before requesting inspection for Substantial:Completion.:certification 7. Obtain certifications, without restrictions or qualifications,and deliver to Engineer: a. Manufacturer's equipment installation check letters b. Instrumentation supplier's instrumentation installation certificate 3.3 PERSONNEL TRAINING A. Reference individual equipment specification sections 1416-02 01650&gating Of-Systems 01650-4 -ENGINEERS- SECTION 01650 STARTING OF SYSTEMS B. Conduct all personnel training after completion of equipment start-up for the equipment for which training is being conducted: 1. Personnel training on individual equipment or systems will not be considered completed unless: a. All pre-training deliverables arereceived and approved before conntenoeMent of training`.on the individual equipment or system b. No system malfunctions occur during training c. All provisions of field and classroom training specifications are met 2. Training not in compliancewith el above will cost to Ownererformed again in its entirety by the manufacturer atnoadditional 3, Videotape each training session C. Field and classroom training requirements: 1. Hold classroom training do-site' 2. Notify each Manufacturer specified for on-site training that Owner reserves the right to video record any or all training sessions. Organize each training session in a format compatible with video recording 3. Training instructor: Factory trained and familiar with giving both classroom and "hands-on"instructions 4. Training instructors: Be at classes on time. Session beginning and ending times to be coordinated with the Ownecanand�drat brief rest breaks should d on the master be scheduled ule. Normal , time lengths for class periods y, and taken 5. Organize training sessions into maintenance verses operation topics and identify on schedule 6. Plan for minimum class attendance of 15 people at each session and provide sufficient classroom materials,samples, and handouts for those in attendance 7. Instructors to have-a typed agenda and well prepared instructional material. The use of visual aids,e.g.,films,pictures, ad slides is recommended for use during the classroom training programs` Deliver•agendas to the Engineer a minimum of 7 days prior to the classroom training :Provide equipment required for presentation of films, slides, and other visual aids' 8. Cover i,nfonnation_;required in Operation and Maintenance manuals submitted according to Section 01340 and following areas as applicable to project systems: I a. Operation of equipment b. Lubrication of equipment c. Maintenance and repair of equipment d. Troubleshooting of equipment e. Preventive maintenance procedures f. Adjustments to equipment I g. Inventory of spare parts h. Optimizing equipment performance i. Capabilities j, Operational safety I k, Emergency situation-response . 1. Takedown:Procedures.(disassembly and assembly) 1416-02 oiaso Starting 01-Systems 01650-5 - Z E 11.. -ENGINEERS- SECTION 01650 STARTING OF SYSTEMS 9. -Address.above paragraphs a).b), h),.I),j) and k)in to:operat on;sess oas: 10. Address.aboveparagraphs e),d), e), f), g),and 1) in the maintenance sessions 11. Maintain a log of elassroom;training provided includingg instructors,topics; dates, time, and attendance D. Complete filing of all required submittals: 1. Shop Drawings 2. Operation and Maintenance Manuals 3. Training material E. Prepare and insert additional;'dataln operations and maintenance manuals when need for additional data beCOMes.appateakinring.instruction F. Amount of time required for instruction on each item of equipment and system is that specified in individual sections 3.4 DEMONSTRATION PERIOD A. tr-ate.eperatzon and maitliet**-ef ProdUctsto Owner's personnel within 14 days prior to date of tubstantial Completion unless specified otherwise byrequireinents of construction stagngper Section 01010, Summary of Work B. Utilize operation and maintenance Manuals as basis for instruction. Review contents of manual with Owners"personnel in detail to explain all aspects of operation and maintenance C. Demonstrate startup,operation,Control, adjustment,#rouble shootrng,.servicing maintenance, and shutdown ofeach;item of equipment at scheduled at equipment location D. Demonstrate the functional integrity of the mechanical, electrical, and control interfaces of the respective equipment and components comprising the facility or system as evidence of Substantial Completion E: If,during the Demonstration Period, the:aggregate amount of ti le used for repair, alteration,-or unscheduled adjustments to any equipment or'systems that renders tate affected equipment or system.inoperative exceed.10 percent of the De uonstration Period, the demonstration of functional integrity will be deemed tei.have failed. In the event of. failure, anew Demonstration Penod will recommence after correction of the cause of failure The new Demonstration Period'shall have the same requirements and duration as the Demonstration Period previously conducted F. Conduct the demonstration of functional integrity under full operational conditions ,. G. Owner will piovtde operational:personnel to provide process decisions:affecting plant performance. Owner's assistance will be available only for process decisions. Contractor will perforin all other functions including but not limited to equipment operation and maintenance until successful coinpletion of the Demonstration Period 1416-02 01650&wing OrSysieas 01650-6 L —ENGINEERS— I SECTION 01650 STARTING OF SYSTEMS H. Owner reserves the right to simulate operational integrity of automatis, equipment c and manual res,routine maintenance scenarios, etc.,to verify the functional backup systems and alternate operating modes I. Duration of Demonstration Period: Minimum of 5 consecutive days: 1. Time of beginning and ending of any Demonstration Period will be agreed upon by Contractor, Owner, and Engineer in advance of initiating Demonstration. Period 2. Length of Demonstration Period other than specified will be agreed upon by Contractor,Owner and Engineer in advance of initiating Demonstration Period J. Provide knowledgeable personnel to answer Owner's questions throughout the Demonstration Period • K. Provide final field instruction on select systems and respond to any system problems or failures which may occur L. Provide alllabor,supervision,utilWes, ehe meals,maintenance equip.mel"tt,Vehicles;or any otheritem necessary to;i erate and demonstrate sy-sterns behlg demonstrated. END OF SECTION • 7416-02 07660 Starring Of Systems 01650-7 ZEL -ENGINEERS- i i i i i SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.1 SECTION INCLUDES A. Closeout procedures B. Final cleaning C. Adjusting • D. Contractor's closeout submittals E. Project record documents F. Warranties G. Spare parts and maintenance materials H. Delivery to Owner I. Substantial completion J. Final inspection K. Reinspection fees L. Final adjustments of accounts M. Final application for payment 1.2 CLOSEOUT PROCEDURES A. Comply with:requsxeinents stated in conditions;:of the Contract and in specifications for "adthihistrative procedures in closing out the Work B. Submit written certification that Contract Documents have been reviewed,Wrk Documents and readys been iinspected, and that Work is complete in accordance with Contract for Engineer's inspection C. Provide submittals to Engineer/Owner that are required by governing or other authorities D. Submit final Application for Payment identifying total adjusted Contract Sum,previous payments, and sum remaining due 1.3 FINAL CLEANING A. Provide final cleaning under provisions of Section 01710, Cleaning Z E 1416-02 01700 Contract closeout 017004 —ENGINEERS-- SECTION 01700 CONTRACT CLOSEOUT B. Execute final cleaning prior to final inspection C. Clean equipment to a sanitary condition D. Clean debris from roofs, gutters, downspouts, and drainage systems E. Clean site; sweep paved areas, rake clean landscaped surfaces F. Remove waste and surplus materials,rubbish, and construction facilities from the site 1.4 ADJUSTING A. Provide under provisions of Section 01650, Starting of Systems B. Adjusting operating Products and equipment to ensure smooth and unhindered operation 1.5 CONTRACTOR'S CLOSEOUT SUBMITTALS A. Project record documents B. Operating and maintenance data,instructions to Owner's personnel: As specified in Section 01730, Operation and Maintenance Data C. Spare parts and maintenance materials: As specified in individual sections and as specified herein D. Evidence of payment and waiver of claims: As specified in General and Supplementary Conditions E. Two copies of each specified special bond,warranty, and service contract F. Final inspection reports by all regulatory agencies demonstrating the agencies'final approval G. At Contract close-out, deliver Record Documents to Engineer for the Owner H. Accompany submittal with transmittal letter in duplicate, containing: 1. Date 2. Project title and number 3. Contractor's name and address 4. Title and number of each Record Document 5. Signature of Contractor or his authorized representative 1.6 PROJECT RECORD DOCUMENTS A. Provide project record documents under provisions of Section 01720,Project Record Documents Z1416.02 01700 ca„tract closeout 01700-2 E -ENGINEERS- 1. . r.. ..a SECTION 01700 CONTRACT CLOSEOUT B. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings 2. Specifications 3. Addenda 4. Change Orders and other Modifications to the Contract 5. Reviewed shop drawings,product data, and samples 6. Field test reports 7. Construction photographs C. Store record documents and samples separate documentsm documents used for construction: 1. Provide files and racks for storage of 2. Provide locked cabinet or secure storage space for samples D. Record information concurrent with construction progress: 1. Do not conceal any work until required information is recorded 2. Legibly mark to record actual construction E. Specifications and addenda--Legibly mark and record at each Product section description of actual:Products installed,including the following 1. Manufacturer's name,product model,nuiber:,tradeiame and supplies 2. Product substitutions or alternates utilized 3. Changes made by Addenda, field order or change order F. Record documents and shop drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish floor datum 2. Measured horizontal and vertical locations of udgrandlities and appurtenances,referenced to permanent surface 3. s Measured locations of internal utilities and appurtenances concealed in construction,referenced to visible and accessible features of the Work 4.. Field changes of dimension and detail 5. Details not on original Contract Drawings 6: Changes made by Field Order or by Change Order G. Submit documents to Engineer with claim for final Application for Payment H. File documents and samples in accordance with Data Filing Format of the Uniform Construction Index I. Maintain documents in clean, dry,legible condition and in good order. Do not use record documents for construction purposes J. Make documents and samples available at all times for inspection by Engineer K. Provide felt tip marking pens for recording information in the color code designated by I Engineer L. Label each document "Project Record"in neat, large printed letters ZEL1416-02 01700 Cuntr�t Closeout 01700-3 —ENGINEERS- 1 SECTION 01700 CONTRACT CLOSEOUT 1.7 WARRANTIES A. Provide duplicate notarized copies B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers C. Provide Table of Contents and assemble in three"D" side ring binder with durable plastic cover D. Submit prior to final Application for Payment E. For items of Work delayed beyond date of Substantial Completion,provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period 1.8 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts,maintenance and extra materials in quantities specified in individual specification sections B. Deliver to Project site; obtain receipt prior to final payment C. Store the items in a clean,dry,heated, storage shed, or bonded warehouse D. Protect all items from damage during storage. Store in sturdy wooden boxes or crates with lid 1.9 DELIVERY TO OWNER A. At or prior to time of nspecti.on for Substantial Completion deliver all requited items.to. Owner at place on site designated by Owner.' I: Contractor and representatwves sof Owner and Engineer shall inspect and inventory all items delivered B. Submit to Engineer detailed itemized summary of all items delivered: 1. . Organize slinnmary by specification.sections 2. Indicate on summary any items delivered which were damaged or defective 3. Contractor and Owner's and Engineer's representatives shall sign summary certifying that all items listed were:delivered and that,unless otherwise noted on summary; all items were in good condition at time of delivery to Owner C. Engineer will review summary for completeness and inform Contractor promptly of any deficiencies therein D. Contractor shall deliver all additional items identified by Engineer and replace all damaged and defective items noted on original summary before requesting final inspection E. Summary for additional and replacement items, signed by Contractor and Owner's and Engineer's representatives, shall be submitted 1416•02 oiaoo ccno-na Closeout 01700-4 ZEL -ENGINEERS-- SECTION 01700 CONTRACT CLOSEOUT 1.10 SUBSTANTIAL COMPLETION A. 'When Contractor considers the Work is substantially complete,he shall submit to Engineer: 1. A written notice that the Work or designated portion thereof is substantially complete 2. A list of items to be completed or corrected B. Within reasonable time after receipt of such notice,Engineer will make an inspection to determine status of completion C. Should Engineer determine that the Work is not substantially complete: � givingreasons therefore 1. Engineer will promptly notify Contractor in writing, 2. Contractor shall remedy deficiencies in the Work and send second written notice of Substantial.Completion to Engineer 3. Engineer will reinspect the Work D.. When Engineer finds that the Work is substantially complete, ate of Substantiale will: Completion with 1. Prepare and deliver to Owner tentative tentative list of items to be completed or corrected before final payment 2. After consideration of any objections made by Owner as provided in Conditions of the Contract and when Engineer considers the Work su stantiy Certificate ocomplete,he will execute and deliver to Owner and Contractor definite Substantial Completion with revised tentative list of items to be completed or corrected E. No Certificate of Substantial Completion will be issued by Engineer until detailed itemized summary is submitted for review F. Final payment will not be made until all specified spare maintenance materials, and special tools have been delivered to Owner in acceptable condition 1.11 FINAL INSPECTION A. When Contractor considers the Work is complete, Contractor shall submit written certification that: ` 1. Contract Documents have been reviewed 2. Work has been inspected for compliance with Contract Documents h Contract I3. Work hassstpletetems have b end in dt an in the presence of the Owner's 4. Equipment and y representative and are operational 5. Work is completed and ready for final inspection I B. Engineer ineer and Consultant will make an inspection to verify status of completion with reasonable promptness after receipt of such certification 1416-02 0;700 Contras Closeout 01700-5 Z E I .. ENGINEERS- SECTION 01700 CONTRACT CLOSEOUT C. Should Engineer consider that the Work is incomplete or defective: 1. Engineer will promptly notify Contractor in writing listing incomplete or defective work 2. Contractor shall take immediate steps to remedy stated deficiencies and send second written certification to Engineer that the Work is complete 3. Engineer will reinspect Work D. When Engineer finds that the Work is acceptable under Contract Documents,Engineer shall request Contractor to make closeout submittals 1.12 REINSPECTION FEES A. Should Engineer and Consultant perform reinspect ons due to failure of the Work to comply with claims ofstatus of completion made by Con tractor: 1; Owner will compensate Engineer for such additional services of Consultant 2. Owner will deduct amount of such compensation from final payment Contractor 1.13 FINAL ADJUSTMENTS OF ACCOUNTS A. Submit final statement of accounting to Engineer B. Statement shall reflect all adjustments to contract sum: 1. :Original.Contract Sum 2. Additions and deductions resulting from: a. Previous Change Orders b. Deductions for uncorrected Work c. Deductions for liquidated damages d. Deductions for reinspection payments e. Other adjustments 3. Total Contract Sum, as adjusted 4. Previous payments 5. Sum remaining due 1.14 FINAL APPLICATION FOR PAYMENT A. Submit final Application for Payment in accordance with procedures and requirements stated in conditions of the Contract • PART 2 PRODUCTS I Not Used PART 3 EXECUTION Not Used END OF SECTION 1416-02 01700 Contra'c't CioseouI 01700-6 ZEL -ENGINEERS- I SECTION 01710 CLEANING PART 1 GENERAL 1.1 SECTION INCLUDES A. Hazards and governing control B. Cleaning materials C. General work area conditions during construction D. Interior and exterior(site) cleaning E. Cleaning of certain parts of the work described in various sections of the specifications 1.2 STORAGE AND HANDLING A. Store cleaning products and cleaning wastes in containers specifically designed for those materials 1.3 SCHEDULING A. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces 1.4 HAZARDS AND GOVERNING CONTROL A. Hazards Control: 1. Store volatile wastes in covered metal containers and remove from premises daily 2. Prevent accumulation of wastes which create hazardous conditions 3. Provide adequate ventilation during use of volatile or noxious substances B. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities imcludu g anti-pollution laws: 1. Do not burn or bury rubbish and waste materials on project site 2. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains PART 2 PRODUCTS 2.1 CLEANING MATERIALS A. Cleaning Agents: 1. Use cleaning materials only on surfaces recommended by cleaning material manufacturer 2. New and uncontaminated B. Use only cleaning materials recommended by manufacturer of surface to be cleaned 1416-02 01710 Cleaning 01710-1 -ENGINEERS- Bim' 'a .. .. _. ..�•r... ...a .. ,. .f:. .;a .. ..r.. .. c ... .... ..,. SECTION 01710 CLEANING PART 3 EXECUTION 3.1 GENERAL WORK AREAS DURING CONSTRUCTION A. Maintain premises and public properties free from accumulations of waste and debris caused by work on this project B. Prevent dust nuisance attributable to this work C. Do not drop or throw materials from heights greater than 4 foot or less than 4 foot if conditions warrant greater care D. Handle materials in a controlled manner with as few handlings as possible E. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will not fall on newly painted surfaces F. Dispose of degradable debris at an approved solid waste disposal site G. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by Engineer and regulatory agencies H. Repair,patch, and touch-up marred surfaces to specified finish to match adjacent surfaces I. On completion of work, leave area in a clean,natural looking condition. Remove all signs of temporary construction and activities incidental to construction of required permanent Work 1. 3.2 EXTERIOR(SITE) CLEANING A. Cleaning During Construction: 1. Construction debris: a. Confine in strategically located container(s) covered to prevent blowing by wind b. Remove from work area to container daily c. Haul from site once a week(minimum) 2. Vegetation: Keep weeds arid other vegetatiion trimmed to 3 inch mnaximurn height' 3. Remove soils, sand, and gavel deposited ori paved areas and walks as required to prevent muddy or dusty conditions: a. Do not flush into storm sewer system 4. Comply with stormwater general permit requirements, and monitor and employ best management practices(BMP) 14)6•02 orno attning 01710-2 ZEL -ENGINEERS- SECTION 01710 CLEANING B. Final Cleaning: 1. Remove trash and debris containers from site: a. Re-seed areas disturbed by location of trash and debris containers 2., Broom clean paved surfaces 3. Rake clean other surfaces of grounds 3.3 FIELD QUALITY CONTROL A. During substantial completion walk thru or prior to start-up, conduct an inspection with Engineer to verify acceptable condition of all work areas END OF SECTION I 75;4-02 07770 Cleaning 01710-3 ZEL _ENGINEERS- i i i i i i i SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Maintenance of record documents. Throughout progress of Work,maintain an accurate record of changes in the Contract Documents, and,upon completion of Work,transfer recorded changes to set of Record Documents. 1.2 RELATED SECTIONS A. Include,but are not necessarily limited to, General Conditions, Supplementary • Conditions, and Sections in Division 1 of these Specifications. B. Individual sections of Technical Specifications. 1.3 SUBMITTALS A. Comply with pertinent provisions under Section 01340, Shop Drawings,Product Data and Samples. B. Engineer's acceptance of the current status of Project Record Documents will be a prerequisite to Engineer's recommendation for payment of progress payments and final payment under the Contract. C. Prior to submitting each request for progress payment, secure Engineer's acceptance of the current status of the Project Record Documents. D. Prior to submitting request for final payment, submit the final Project Record Documents to Engineer for acceptance. 1.4 QUALITY ASSURANCE A. Delegate the responsibility for maintenance of Record Documents to one person on Contractor's staff acceptable to Engineer. B. Accuracy of records: 1. Thoroughly coordinate changes within Record Documents,making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future searches for items shown in the Contract Documents may rely reasonably on information obtained from accepted Project Record Documents. C. Make entries within 24 hours after receipt of information that the change has occurred. )416-0201720 Project Recora Documents 01720-1 Z E L -ENGINEERS- SECTION 01720 PROJECT RECORD DOCUMENTS D. Record the exact final location of pipe lines by offset distances to surface improvements such as edge of existing pavement or to property markers, etc. at a maximum interval of 200 feet. Make sufficient measurements to definitely locate all pipe lines to permanent points. The drawings shall show references to all valves, fittings,pipe material changes, etc. E. Record drawings shall contain the following information: 1. Developer's name, address, and phone number. 2. Contractor's name, address, and phone number. 3. Lot numbers and Parcel I.D.Number. 4. Road names and rights-of-way widths. 5. Water and sanitary sewer utility easements. 6. All water service locations and distances from both front property corners of serviced lot for new development construction. 7. All wastewater services with clean-outs and distances from both property corners of serviced lot and from nearest manhole for new development construction. 8. Invert and top elevations of all manholes as well as state-plane coordinates as supplied by red-lined drawings. 9. Label all sewer services as to distance from a specified manhole,i.e.-Manhole A 5+56'. 10. Label all water services as to distance from a specified valve,i.e. -Valve 5+56'. Valve numbering shall be sequential to the degree possible. 11. All valves, nodes and fittings for water line construction shall be labeled with state plane coordinates and depths (X,Y,Z) on red-lined drawings. 1.5 DELIVERY, STORAGE,AND HANDLING A. Maintain job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. B. In the event of loss of recorded data,use means necessary to again secure the data for Engineer's acceptance: 1. Such means shall include,if necessary in the opinion of Engineer,removal and replacement of concealing materials. 2. In such case,provide replacement to the standards originally required by the Contract Documents. PART 2 PRODUCTS 2.1 RECORD DOCUMENTS A. Job set: Promptly following receipt of Owner's Notice to Proceed, secure from Engineer at no charge to Contractor one complete set of all Documents comprising the Contract. I4l6-e2 01720 Pmjeal Record Documens 01720-2 Z E I I —ENGINEERS— I. SECTION 01720 ........ .... .... PROJECT RECORD DOCUMENTS B. Final Record Documents: At a time nearing the completion of the Work, secure from Engineer at no charge to Contractor one complete set of blueline copies of all Drawings in the Contract. PART 3 EXECUTION 3.1 MAINTENANCE OF JOB SET A. Immediately upon receipt of job set,identify each of the Documents with the title, "RECORD DOCUMENTS—JOB SET". B. Preservation: 1. Devise a suitable method acceptable to Engineer for protecting job set, • considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed. 2. Do not use job set for any purpose except entry of new data and for review by Engineer,until start of transfer of data to final Project Record Documents. 3. Maintain job set at the site of Work as that site is designated by Engineer. 4. The Engineer may request that project"redlines"be submitted with monthly pay requests. C. Making entries on Drawings: 1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. 2. Date all entries 3. Call attention to the entry by a"cloud" drawn around the area or areas affected. 4. In the event of overlapping changes,use different colors for the overlapping changes. D. Make entries in pertinent other Documents accepted by Engineer. E, Conversion of schematic layouts: 1. In some cases on the Drawings, arrangements of conduits, circuits,piping, ducts, and similar items,is shown schematically and is not intended to portray precise physical layout: a. Final physical arrangement is determined by Contractor, subject to Engineer's acceptance. b. However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. 2. Show on the job set of Record Drawings,by dimension accurate to within one inch, the centerline of each run of items described above: a. Clearly identify the item by accurate note such as "ductile iron drain," "gals.water," and the like. 1416-02 01720 Project Record Documents 01720-3 Z E I —ENGINEERS— ! SECTION 01720 PROJECT RECORD DOCUMENTS b. Show,by symbol or note,the vertical location of the item("under slab," "in ceiling plenum," "exposed," and the like). c. Make all identification so descriptive that it may be related reliably to the Specifications. 3. Engineer,may waive the requirements for conversion of schematic layouts where, in Engineer's judgimcnt, conversion;.serves iro useful purpose However,do not rely upon waivers being issued except as specifically issued r writing:by Engineer. 3.2 FINAL PROJECT RECORD DOCUMENTS A. The purpose Of final Project Record:Documents is to provide factual information: regarding all aspects:of Work,both concealed and visible.,to enable future:modifioation of Work to proceed without lengthy"and expensive site measurement,investigation, and examination. B. Acceptance of recorded:'data'priorto:transfer 1. Following receipt ofbtpeliie copies for Final Record Documents,and prior to start of transfer of recorded data thereto,secure Engineer's acceptance of all recorded data. 2. Make required revisions C. Transfer of data to Drawings: 1. Carefully transfer change-data shown on Job set of Record Drawings to tbc.. corresponding.'.bluelines, coordinating the changes as required. • 2. Clearly indicate at each affected detail and otter Drawing, a full description;of changes made during construction, and the actual location of iters to le.lo.cated. 3. Call attention to each entry by drawing a"cloud" around the area or areas affected. 4. . Make changes neatly, consistently, and with the proper media to assure longevity and legibility. D. Transfer of data to other Documents: 1. If Documents other thanDrawrngs have:been kept clean:during progress of Work, andif es'thereon lave been orderly and acceptable:t'o Engneer,the job set of diose Documents other than Drawings will be.:accepted as final Record Documents. 2. If;any such Document is not acceptable to Engineer,secure anew copy of that Document from,the Engineer at Engineer's usual charge for reproduction and handling, and carefully transfer the changed data to the new copy for acceptance by Engineer. E. Review and submittal: 1. Submit completed set of Project Record Documents to Engineer as described above and under provisions of Section 01340, Shop Drawings,Product Data and Samples. 1416.02 01720 Project Record Documents 01720-4 Z E L —ENGINEERS— SECTION 01720 PROJECT RECORD DOCUMENTS 2. Participate in review meetings as required. 3. Make required changes and promptly deliver final Project Record Documents to Engineer. 3.3 CHANGES SUBSEQUENT TO ACCEPTANCE A. Contractor has no responsibility for recording changes in Work subsequent to Final Completion, except for changes resulting from Warranty work. END OF SECTION 1416-02 01720 Project Accord Docum®,s 01720-5 Z E L —ENGINEERS— SECTION 01730 OPERATION AND MAINTENANCE DATA PART 1 GENERAL 1.1 SECTION INCLUDES A. Submittals B. Format and content of manuals C. Manual for equipment and systems D. Instruction of Owner's personnel E. Schedule of submittals 1.2 QUALITY ASSURANCE A. Preparation of data shall be done by personnel: 1. Trained and experienced in maintenance and operation of the described products 2. Completely familiar with requirements of this section 3. Skilled as a technical writer to the extent required to communicate essential data 4. Skilled as a draftsman competent to prepare required drawings B. Manuals for equipment systems shall be prepared by the equipment manufacturer or system supplier C. Compile product data and related information appropriate for Owner's maintenance and operation of products furnished under the Con D. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent sections of Specifications 1.3 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Manuals for equipment and systems: 1. Submit 3 preliminary copies prior to the date of shipment of the equipment or system: a. Engineer will review b. If approved, "Approved " 1 copy will be returned to Contractor, 1 copy sent to Resident Project Representative and 1 copy retained in Engineer's file will be returned to Contractor, c. If approved, "Furnish as Corrected," 1 copy 1 copy sent to Resident Project Representative, and 1 copy retained in Engineer's file 1416-02 01130 Operation And Maintenance Data 01730-1 _ENGINEERS- SECTION 01730 OPERATION AND MAINTENANCE DATA d. If not approved, "Revise and Resubmit" or "Rejected," 2 copies will be returned to Contractor with Engineer's comments for revision and 1 copy retained in Engineer's file. Resubmit 3 revised preliminary copies for Engineer's review e. Partial payment of 50 percent for equipment and systems on hand or installed will be made for preliminary manuals returned "Exceptions Noted" f. No partial payments will be made for equipment and systems on hand or installed until preliminary manuals are submitted and approved 2. Submit 3 final copies no less than 30 days prior to putting the equipment or system in service. If final manuals differ from approved preliminary manuals, submit 2 copies of any necessary supplemental material with instructions for insertion for conforming Engineer's and Resident Project Representative's copies of preliminary manuals to final manuals: a. Engineer will compare with approved preliminary manual b. If identical or otherwise approved, "Approved ", Contractor will be so notified. Approved final copies will be transmitted to Owner c. If not approved, "Revise and Resubmit," or"Rejected"'all copies will be returned to Contractor for revision or retained by Engineer and the necessary revision data requested from Contractor at Engineer's option d. No portion of the Work is substantially complete until final equipment and system manuals relating to that portion of the Work are approved by Engineer e. Submit 4 copies of any revisions found desirable during instruction of Owner's personnel with instructions for insertion for revising Owner's, Engineer's and Resident Project Representative's copies of manual f. Submit 2 final CD copies of approved final manuals g. 2 copies of revisions and one CD copy will be transmitted to Owner and one CD copy retained by Engineer C. Additional requirements for specialized instruction of Owner's personnel are given in the detailed equipment specifications 1.4 FORMAT • Prepare data in the form of an instructional manual for use by Owner's personnel • Presentation of Information: 1. Size: 8-1/2 inch by 11 inch 2. Paper: 20 lb weight minimum,white, for typed pages 3. Text: Manufacturer's printed data or neatly typewritten 4. Drawings: a. Provide reinforced punched binder tab,bind in with text b. Reduced to 8-1/2 inch by 11 inch by 17 inch and folded to 8-1/2 inch by 11 inch c. Where reduction is impractical, folded and placed in 8-1/2 inch by 11 inch envelopes bound in text d. Suitably identified on drawings and envelopes 1416-02 01730 Oranllon And 1MinlcnanxDaia 01 73 0-2 -ENGINEERS- • SECTION 01730 OPERATION AND MAINTENANCE DATA 5. Provide flysheets for each separate product or each piece of operating equipment: a. Provide typed description of product and major component parts of equipment b. Provide indexed tabs,may be in color 6. Spine and cover: Identify each volume with typed or printed title"OPERATION AND MAINTENANCE INSTRUCTIONS"preceded by the word. "PRELIMINARY" or"FINAL" as applicable. Final manuals to list information on the cover and the spine. List the following: a. Title of project,reference Owner and project location as applicable b. Identity of separate structure as applicable c. Identity of general subject matter covered in manual and specification section number 7. As much as possible, assemble and bind material in the same order as specified B. Binders: , ermanent 3� ng or 3 post binders with 1. Preliminary. annals Commercial quality p plastic covers, GBC bound mRY,ual'may be accepted datable,.Cleanable;hard Fas - upon review by Engineer 2. Final manuals: Commercial quality permanent.3 ring or 3 post binders-with durable, cleanable,hard plastic covers with clear plastic cover and,spine pockets suitable for title and cover inserts. Manufacturer's pre-printed binder maybe accepted upon review by Engineer. "Deluxe Randing View Binder" as manufactured by Wilson Jones or accepted substitution C. Arrange content by systems under section numbers and sequence of table of contents of this Project Manual D. Provide tabbed flyleaf for each separate product and system,with typed description of product and major component parts of equipment E. CD and/or DVD: rotfidcd. 1. Label each CD and/or';start-up DVD p 2 Provide with project name, section and,equipment/system label on CD and for CD case 3. When multiple CDs or DVDs are required,provide CD/DVD 3-ring plastic binder sheet(s) for insertion into final O&M manual 1.5 CONTENTS OF EACH VOLUME A. Neatly typewritten table of contents for each volume, arranged in a systematic order: 1. Contractor,name of responsible principal, address and telephone number 2. A list of each product required to be included,indexed to the content of the volume 3. List,with each product,the name, address and telephone number of: a. Subcontractor or installer b. Maintenance contractor, as appropriate c. Identify the area of responsibility of each d. Local source of supply for parts and replacement 141642 01730 Operation And Maintenance Data 01730-3 ZEL 1 -ENGINEERS-. SECTION 01730 OPERATION AND MAINTENANCE DATA 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents B. Product data: 1. Include only those sheets which are pertinent to the specific product 2. Annotate each sheet to: a. Clearly identify the:;specific product or installed b.. Clearly identify the data applicable to the installation c Delete references to inapplicable.information C. Drawings: 1: Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems b. Control and flow diagrams 2. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation: . 3. Do not use Project Record Documents as maintenance drawings D. Written text, as required.to supplement product data for the particular installation: 1. Organize in a consistent format under separate headingsfor different procedures 2. Provide:a logical sequence ofinstructions for each procedures E. Copy of each warranty,bond and service contract issued: 1. Provide information;sheet for Owner`s personnel,give: a. Proper procedures in the event of fracture b. Instances which might affect the validity of warranties or bonds 1.6 MANUALS FOR EQUIPMENT AND SYSTEMS A. Provide an operation and maintenance manual for each item of equipment or system listed in the schedule of manuals in the quantity listed in the submittal schedule B. Content for each of equipment and system as appropriate: 1. Description of unit and component parts: a. Function,normal operating characteristics and limiting conditions b. Performance curves, engineering data and tests c. Complete nomenclature and commercial number of all replaceable parts 2. Operating procedures: a. Startup,break-in,routine and normal operating instructions b. Regulation, control, stopping, shutdown and emergency instructions c. Summer and winter operating instructions, as applicable d. Special operating instructions I 3. Maintenance procedures: a. Routine operations b. Guide to "trouble-shooting" c. Disassembly, repair and reassembly d, Alignment, adjusting and checking 1416-02 01730 Operation And Maintenance Dela 01730-4 ZEL I —ENGINEERS— I SECTION 0.1730. OPERATION AND MAINTENANCE DATA 4. Servicing and lubrication schedule: a. List of lubricants required 5. Manufacturer's printed operating and maintenance instructions 6. Description of sequence of operation`bs ambly COntrol inter ngs and diagrams 7. Original manufacturer's parts list,.illu t at ons, a required for maintenance: a. Predicted life of parts subject to wear b. Items recommended t be mnufacturer as spare parts 8. As-installed control diagramY controls 9. Each contractor's coordination drawings: a. As-installed color coded piping diagrams' 10. Charts of valve tag numbers with the location and futn en's of f eacenth pricvalve and 11 rm List of original nufacturer s spare parts,man recommended quantities:to be maintained in storage 12. Other data as required under pertinent sections of specifications C. Content for each electric and electronic item or system,as appropriate: _ 1. Description of system and component parts: conditions a. Function, noi>'ial operating characteristics and limiting b. Performance curves,engineering data and tests' c. Complete nomenclature and commercial number of replaceable parts 2. Circuit direetories of panelboards: a. Electrical service b. Controls c. Communications 3. As-installed color coded wiring diagrams 4. Operating procedures a Routine and normal operating instructions b. Sequences required: c. Special operating instructions 5. Maintenance procedures: a. Routine operations b. Guide to "trouble-shooting" c. Adjustment and checking, 6. Manufacturer's printed operating and mme manufacturerinurm's current prices and 7. List of original manufacftirer spare parts, recommended quantities to be Maintained in storage 8. Other data as required under pertinent sections of specifications D. Prepare and include additional data when the need for such data becomes apparent during ;instruction of Owner's personnel E. Additional requirements for Operation and Maintenance Data: The respective sections of specifications 01730-5 1416-02 01730 Opantioa And Maintenance Data I- -ENGINEERS- SECTION 01730 OPERATION AND MAINTENANCE DATA 1.7 INSTRUCTION OF OWNER'S PERSONNEL A. Provide under provisions of Section 01650 B. Prior to final inspection or acceptance,fully instruct Owner's designated operating and maintenance personnel in the operation,adjustment and maintenance of all products, equipment and system C. Operation and maintenance manual constitutes the basis of instruction: 1. Review contents of manual withpersonnel in full detail to explain all aspects of operations and maintenance D Additional requirements for specialized instruction of Owner's personnel are given in the detailed equipment specification 1.8 SCHEDULE OF SUBMITTALS A. Equipment and systems operation and maintenance manuals shall be prepared for each of the following: Specification Section Type Of Equipment Or System 11310 Submersible Pumps 13230 Mixed Media Odor Filter 13400 Instrumentation and Controls 15100 Valves, Cocks and Hydrants 15107 Plug Valves 16483 Variable Frequency Drive PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 1416-02 01730 Operation And Mainteonnx Data 01730'6 Z E -ENGINEERS- I SECTION 01810 GEOTECHNICAL DATA PART 1 GENERAL 1.1 SECTION INCLUDES A. Report of explorations and tests of subsurface conditions at the site. 1.2 RELATED SECTIONS A. Section 02200—Excavation,Filling and Backfilling 1.3 INVESTIGATION A. Soil and subsurface investigations were conducted at the site,the results of which are to be found in the report issued by CSRA Testing and Engineering Co.,Inc, dated September 29,2015. B. A copy of the report is appended at the end of this Section. C. Bidders are urged to examine soils investigation data and to make their own investigation of the site before bidding. 1.4 INTERPRETATION A. Soil investigation data is provided only for information and the convenience of bidders. B. Owner and Engineer disclaim all responsibility for the accuracy,true location, and extent of the soils investigation that has been prepared by others. They further disclaim responsibility for interpretations of that data by bidders, as in projecting soil-bearing values,rock profiles, soil stability and the presence,level, and extent of underground water. C. Owner and Engineer disclaim all responsibility for the existence of other soil and subsurface investigations previously prepared for Owner, Engineer, or others. It is the sole responsibility of the Bidder to obtain other soil and subsurface investigations that may be available for interpretation, at no additional cost to the Owner. D. Soil investigation data is not part of the contract documents. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 1416-02 01810 Geotechnical Data 01810-1 ZEL -ENGINEERS- C s ra TESTING AND ENGINEERING CO., INC. 1005 Emmett St.,Suite A Augusta,Georgia 30904 (706)733-6950 Fax(705)737-0329 September 29, 2015 ZEL Engineers 435 Tetfair Street Auguste, Georgia 30901 Attn: Mr. Michael Webb Re: Glass Factory RLPS Augusta,Georgia CSRA Report No,: B-109,15 Dear Mr.Webb, e r sed;Glass As requested, we.have made: ane Ric Richmond Coun of eight nty, Georgia.) areas The scope of work in included having Factory Relief Law Pressure Sewer in Augusta, ,.. underground utilities located and then drillingholes. Auger borings were drilled in eight(8)different areas along the path of the proposedposed relief enewer, Sdils were sampled at material changes and are noted on the auger boring logs. No grow at the time of these auger borings. Our auger boring logs with the water table readings are included on the following pages of this report. We have included a Boring Location Plan as well. upon recommendations in this study are based.u n our understanding of the project information and the ;. some conditions which were encountered in the individual test borings It is poss(iletual et Soft are encountered may occur in urtinvestlga�ted areas.._ We sid��a#ihould � can be given to these notified in the event that conditions� construct an;so that proper con . Please do not hesitate to call if you have any questions. Res ly s)itted:.CS e tin. Engineering Co., Inc. Mie Bel W. Poi Member of Amerfcrtn Society tor rotting and a Accredited by AASKTO Acccred/tat10"Program(AAP) csra TESTING AND ENGINEERING COMPANY, 1005 EMMETT STREET,SUITE A P I`dY, INC. AUGUSTA,GEORGIA 309)4 (706)7338980 (FAx) 7374629 PROJECT Glass Factory RLPS BORING NO. 13-1 LOCATION New Savannah at Gfass Factory Aye. (North side) DATE September 9, 2015 Augusta, Georgia DEPTH FEET VISUAL SOIL DESCRIPTION VISUAL PERCENT VALUE(N) UNASSIFIED. 14DISTURE CL Reddish-Tan Sandy Clayey Sift 5' Boring Terminated at 6 feet. . Top 3"is Topsoil. 10' is' 20' 25' 30' 35' I 40' _ I N Value is number of blows of 140 pound hammer required to drive 2"split-tube sampler one foot after seated. Norte WATER TABLE .4 c •— • R. ill ; iW Y , 1 . 1 g 1-:'il 8. , '' y S i t' �. Jr 1 i it II I i 1 t 14 1 * A , ti k.:itak___-im______mmiffilig:_ol. 1 ' 1 1 g I hva.oz-nnty nv AaOj VV SSy79 t • N C x [II • P I a 14 I, I r4 < csra TESTING AND ENGINEERING COMPANY, INC. • 1005 EMMETT STREET,SUITE A AUGUSTA,GEORGIA 30904 (706)733950 • (Fax) 737-0629 PROJECT Glass Factory RLPS BORING NOV. B-2 LOCATION Glass Factory Ave. (sta 19+;gyp North), Augusta; GA, DATE .September P.2615 DEPTH PENETRATION VISUAL PERCENT FES VISUAL SOIL DESCRIPTION VALUE(N) CNIFIED MOISTURE • Black Sandy Silt • Reddish-Tan and Gray Silty Clay 5' • Boring Terminated at 6 feet. . Top S"is Topsoil. 10' 15' • • 20' • 25' • 1 3.0' • 35' • • 40' hi Value is number of blows of 140 pound hammer required to drive 2"spilt-tube sampler one foot after seated. None WATER TABLE ti gi m ' '' i '' 1. ,, 11 Mil. J11 III ' Q, .4. i E . _} . IIIIIllhIILIIIflhIIIIIIII1111I1111. I110,- . ci 'd!'mz."4* r i 1i e':. pII1IIIIIII1B IIIII1II!IIbII11I' 1IlII z m ! r ( iII1IIIII111I ,111111 f,+ �` Iill ill II .11 1111 III ._iiill lk 1 III pig • irl L i 1 Eli III rip ,... r: 11 a4 i t ti,- I I I ' 1 ' , At riz---1('..41`, ./.../.„, t ' Is Jy/ f.. -.:, ., : III l1li. rn 11Ia !1I1!IM:IIiiIlJilli 11111111111111$®® _.,- F , 'ail- ;. .g x csra TESTING AND ENGINEERING COMPANY, INC. 1005 EMMETT STREET,SUITE AUGUSTA,GEORGIA 30904 (706)733-8950 (Fax) 737-0329 PROJECT Glass Factory RLPS BORING NO. B-3 LOCATION Glass Facto ve sta. 14+00 North),�'YA t rth.);Augusta,GA DATE,,. September 9,2015: DEPTH PENETRATION VISUAL PERCENT: VISUAL SOIL DESCRIPTION UNIFIED FEET VALUE(N) CLASS. MOISTURE Black sandy Silt �— Gray and Tan Fat Clay • los 5' ` - Boring Terminated at 6 feet. — Top 4"is Topsoil Nit 10' kW 15' in 20' k:25, 130' 11/35' 40+ N Value:is number of blows of 140 pound hammer required to drive 2"split tube.sampler one foot atter seated. None WATER TABLE • ' . . • . .1111111MENSIN 1 t V(\ I' ,..,,,,,,,,, nomposim 1. '11111111111111111111111111 lin -' ...illi: ,,.., v. . in . . i .:,I � iifluIUfllihIII1UI ,H.,,1,1141: . mounsillI r ,. !,,,..1..„ ii., + wit .4 . csra TESTING AND ENGINEERING COMPANY, INC. 1005 EMMETT STREET,SUITE A AUGUSTA,GEORGIA 30904 (706)7336960 (FAX) 737-0629 PROJECT Glass Factory RLPS BORING NO. 8-4 . LOCATION Glass Fact irvAve..& Old Savannah Rd.Augusta, GA DATE Septerrther 8. 2015. DEPTH PENETRATION VISUAL PERCENT FEET VISUAL SOIL DESCRIPTION VALUE(N) CNIIFIIEED MOISTURE ,Topsoil with Brick Tan Sandy Clay Tan and Gray Fat Clay 5' Tan and White Clayey Sand Boring Terminated at B feet. 10' 15'' 20' 25' I 35' I 40' N Value is number of blows of 140 pound hammer required to drive 2"split-tube sampler one foot after seated. None WATER TABLE csra TESTING AND ENGINEERING COMPANY, 7INC. loos EMMETT STREET SUITE A AUGUSTA GEORGIA 30904 (706) 0 AXG S Factory "LPS 737-0629 PROJECT �-± BORING NO. B-5 . . LOCATION Old Savannah Road Au• -ta GA DATE .. tB C� ��15.. ... Yf9UAL ,PERCENT :. PENETRATION DEPTH VALUE(N} UNIFIED MOISTURE VISUI�l.SC}IL DESCRIPTION CLASS, FEET . Topsoil with Rubble Tan Clayey Sand Tan and Red Silty Clay mu .. ......... Tan and Red Clayey Sand Boring Terminated at 6 feet *-1 JIM 15' q 20, gmI I NO 25' IIMI I 30' 35' Mik 40' N Value is number of blows of 140 pound hammer — WATER TABL E • required to drive 2"split-tube sampler one foot after seated. csra TESTING AND ENGINEERING COMPANY,fYl���rV � INC. AUGUSTA,GEORGIA 30904 (706)733.-6980 (FAx) 737-0629 Pfto.JECT Glass Factory RLPS BORING NO. B-6 L t call t Camille at Old Savannah Rd„Augusta, GA .. . 9 DATE September 9 2015- DEPTH FEET VISUAL SOIL DESCRIPTIONPf±NEfRATION VISUAL PERCENT VALUE(N) UNIFIED mo18TURE CLASS. Tan and Red Silty Sand Tan Silty Sand 5' Tan and Red ClayeySand Boring Terminated at 6 feet. Top 1"is Topsoil. 10' 15' • • 2,0' 25' 30' ' I 35' 40' N Value is number of blows of 140 pound hammer required to drive 2"split-tube sampler one foot after seated. Nola WATER TABLE ir at fig ? 1 kg ill !/ E. `I { t i +'' r31 S ytr{{•vA 115, 1 G �L LI ' 'Ypy ` IUla I (�. s,,.t. \1\ �� � alits {". { ..cc.),. 1. f c, 1{ { 4A\\ \ • • [ \ it{\644, � *'ryte ,,,IA :rye i : -4,0.rte 0 t '\ ...t 9, Y �. % r I WI3 • / `� 1 zro 14 ,, i 3'. k a y ' ' I ' - 31 o A It r Is ,. _ r___ g . I . t,. I 8 il ItilI L3 i_ I t'. f1 \ f ,o:44,%it—.Mr,J 8 .. E. • • . csra TESTING AND ENGINEERING COMPANY, INC. 1005 EMMETT STREET,SUITE A AUGUSTA,GEORGIA 30904 (706)733-6980 (Fax) 737-0629 PROJECT Glass Factory RLPS BORING NO. B-7 LOCATION .Camille tit.Glass Factory Ave.(sta. 3+50 East) DATE September 9, 2015 Au.usta, Gear'• ta DEPTH PENETRATION VISUAL PERCENT. FEET VISUAL SOIL DESCRIPTION VALUE(N) UNIFIED MOISTURE CLASS. Topsoil tan and Brown Fat Clay Tan and Red Sandy Clay Si41111 Reddish-Tan Clayey Sand • Boring Terminated at 6 feet. • dila. 10' 40 is' so 20' 41111:2S' so 30' pi 35' 40' N Value is number of blows of 140 pound hammer required to drive 2' split-tube sampler one foot after seated. None WATER TABLE 4._ ... _ _ csra TESTING AND ENGINEERING COMPANY, INC. 1005 EMMETT STREET,SUITE A AUGUSTA,GEORGIA 30904 (708)733'6950 (Fax) 737-0628 PROJECT GJas-s Factory RLPB. BORING NO. B-8 , LOCATION Camille at MLK, Jr: Blvd..Auataata GA DATE :September 9,2015 DEPTH PENETRATION VISUAL. PERCENT VISUAL SOIL DESCRIPTION VALUE(N) UNIFIED . Ntt)tsTURE FEET CLASS. p_ Topsoil Tan and Red Sandy Clay r Tan and Red Clayey Sand Boring Terminated at 6 feet. —_ Ill! 1o* so H igss 15, Mb Ion 20' so IISI 25' RN I INN NY g35' a I -- N Value is number of blows of 140 pound hammer None required to drive 2"split-tube sampler one foot after seated. WATER TABLE x • & v •: R At:. :14H-:•-.4!1:17..ril.j:,:r11•11:.1, ' • I t i~�` Jl ,J 1111111 EEEiIEiii EEEE• �� I IIIIIIIIIlIIIIIIIIII E EE J ,T` i 1 1-., r • q: ' I �_ I . q NN. '—'1 l:r•sli's 11::••••.:!.' . 7 ,i 1111/A, ��. �, i l 11111111 fiiiiiiviiiui �? { I ,� ��iJ� �� w • k roe+ Ji . ilj ♦" �' �. 6 '�; • 70 I; 1 tri J 4: E p. • �.;: it e e• IJ..t 1 IJ N _`..`-,.�• ,.�JJ� it�; 1 if I ri � 1.1::, ` , -..i J t'111 ; u I I Ii • • . T li.tr•, y_. J. 1.:rIjtilk-•• IF : 0 I : I q _ : K: gliiiiMiiiiIiiIIIll E 11111 • ., . - ..� 1111 E �� : , IIIIIIliiIiIiiiIiIiiiiHIE . i a J 1 I AECOM 215735083:'. tel AECOM1700 Market Street 215 735 088:1 fax Suite 1600 Philadelphia,PA 19103 www.aecom.com April 25,2016 Sandra K.Tyler Land Acquistion Coordinator Augusta Utilities Department 360 Bay Street Suite 180 Augusta, GA 30901 Subject: Augusta, Richmond County, Georgia Milepost GF-248.88, Moores-Augusta Line, Georgia Division Lat. N 33.45248, Long.W 81.98110 Norfolk Southern Activity No.1208808 Proposed installation of a 24-inch HDPE sewage pipe in a 36-inch steel casing within the limits of Glass Factory Avenue. (US AAR/DOT Crossing#734 121 B) Dear Ms.Tyler: Attached is the fully executed Public Street Acknowledgement Agreement dated April 19, 2016 between Central of Georgia Railroad Company and Augusta, Georgia covering the above referenced project number UB-2015-008. This letter acknowledges receipt of your payment in the amount of $1,000.00, which cc vers the Railroad Protective Insurance Fee. Your Statement of Self-Insurance for liability coverage has been reviewed by the Railway's Risk Manager and is acceptable. Prior to start of work on Railway right of way, you are required to contact the following: For Scheduling Flagging and Inspection Ron Patton of NS's Georgia Division Engineer's office, (404) 529-1387 For Railway Signal Identification Kevin McGraw, General Supervisor Communications &Signals, (404) 529-1903 Mike Borem or Tim Harrison, Thoroughbred Technology and Telecommunications (T-Cubed), 404-962- 5542 or 404-962-5587 Once contacted,the Division Engineer requires 72 hours to review the need for and availability of flagmen for this project and will advise you of the cost of said flagmen. No work is permitted on Railway right of way without a flagman or the Division Engineer's agreement to waive the flag protection requirement. Also, no work is permitted without T-Cubed's identification of telecommunication facilities or T-Cubed's agreement to wan,3 this requirement. Entry onto Railway property without the Division Engineer's prior approval is considered trespa::sing. Thank you for your cooperation. Very truly yours, /James S.McKay Contract Administrator 215-789-2159 james.mckay@aecom.com CC: Mary Ann Mullady Archives / Lilburn •I i i i i i i i Book 01530:1384 Augusta-Richmond County 201 6021 31 0 05/0912016 10:53:58.00 • $00..000pAGREEMENT �p�N �p �I{M��II120160213IINIIpU1111111111�I1 I 1111 County10 Augusta-Richmond After recording,please return to:(706.312-4143) Augusta Utilities Dept.,Land Acquisition 360 Bay St,Suite 180 Augusta,GA 30901 • CENTRAL OF GEORGIA RAILROAD COMPANY ACKNOWLEDGMENT FORM FOR WIRE AND/OR PIPE OCCUPATION WITHIN THE LIMITS OF A PUBLIC RIGHT OF WAY. APPLICANT: Augusta,Georgia 535 Telfair Street Augusta,GA 30901 SUBJECT: Augusta,Richmond County,Georgia Milepost GF-248.88,Moores-Augusta Line,Georgia Division Latitude N 33.45248,Longitude W 81.98110 Norfolk Southern Activity No.1208808 Proposed installation of a 24-inch HDPE sewage pipe in a 36-inch steel casing wit!•iin the limits of Glass Factory Ave.(US AAR/DOT Crossing#734 121 B) In response to Applicant's submittal dated October 28, 2015, regarding the proposed construction of the subject project, Central of Georgia Railroad Company ("Railway") does not object to the installation of the Facilities as shown on the attached Drawings marked Exhibit A,dated February 3,2016 and Pipe Data Sheet, provided Applicant adheres to the following terms and conditions: • The Facilities shall be installed, maintained, repaired and renewed by and at the sole risc, cost and expense of the Applicant. • The Facilities must conform with all Federal, State and local laws, rules and regulations am: will propertyt be attached to any railroad structure or appurtenance and will not be located on any private of Railway. • The design and construction of aerial Facilities shall comply with Railway's NSCE-4 Specification,latest edition,and underground Facilities shall comply with Railway's NSCE-8 Specification,latest edition. • Insurance (a) Without limiting in any manner the liability and obligations assumed by Apllicanshallt under any other provision of this Agreement,and as additional protection to Railway,Applicant at its expense, pay the Risk Financing Fee set forth in subparagraph(i)below and shall procure and maintain with insurance companies satisfactory to Railway, the insurance policies described in subparagraphs(ii)and(iii). • (i) Upon execution of this Agreement,Applicant shall pay Railway a risk finanning fee of$1,000 per installation (herein called the"Risk Financing Fee")to provide Railroad Protective Liability Insurance or such supplemental insurance(which may be self-insurance)as Ra way, in its sole discretion,deems to be necessary or appropriate. (ii) Prior to commencement of installation or maintenance of the Facilities or'!entry on Railway's property,Applicant,and its contractor if it employs one, shall procure and maintain for the course of said installation and maintenance, a general liability insurance policy naming Railway as an additional insured, and containing products and completed operations and contractual liability coverage,with a combined single limit of not less than $1,000,000 for each occurrence. (iii) Prior to commencement of any subsequent maintenance of the Facility during the term of this Agreement, unless Railway elects to make available and Applicant pays I'1e then current risk financing fee for each affected installation, Applicant, or its contractor if it r•imploys one, shall furnish Railway with an original Railroad Protective Liability Insurance Policy naming Railway as the named insured and having a limit of not less than a combined single limit of $2,000,000 each occurrence and $6,000,000 aggregate. Such policy shall be writte 1 using Insurance Services Offices Form Numbers CG 00 35 01 10 01. 1 i i i i i i 1 Book 01530:1385 Augusta-Richmond County 2016021310 05/09/2016 10:53:58.00 (b) All insurance required under preceding subsection (a) shall be underwritten by insurers and be of such form and content as may be acceptable to Railway. Prior to commencement of installation or maintenance of the Facilities or any entry on Railway's property, Applicant, contractor if it employs one, shall furnish to Railway's Risk Manager, Three Commercial Place, Norfolk,Virginia 23510-2191 (or such other representative and/or address as subsequently gi',en by liwriting), approval, originalpolicy ( )( i) Railway to Applicant in for the otic described in subsection(a)(iii)and a certificate of insurance evidencing the existence of a policy with the coverage described in subsection (a)(ii). • Prior to commencement of any work to be performed,Applicant shall notify the appropriate C vision Engineer for the scheduling of protection and inspection. Within seventy-two (72) hours afler the Division Engineer's actual receipt of such notification,the Division Engineer shall review the nei:essity and availability of flagmen for the proposed work and advise Applicant of such matters and the estimated cost therefor. No work shall be permitted without the presence of Railway's flagman or the Division Engineer's waiver of the requirement for flag protection. Entry on or about any Railwa!, right- of-way without the Division Engineer's prior approval shall be deemed trespassing.Applicant a grecs to pay Railway, within thirty (30) days after delivery of an invoice therefor, for any protectic:n and inspection costs incurred by Railway,in Railway's sole judgment,during any such entry. • If Railway deems it advisable during the progress of any work of construction, maintenance, repairs and renewals, alterations, adjustments or removal of the Applicant's Facilities to place watchmen, flagmen, inspectors or any other employees deemed necessary by Railway for the protection of its train traffic and the protection of the property owned or in possession or control of Railway, or its employees, patrons,or licensees,Railway shall have the right to do so and Applicant agrees to bear full cost and expense thereof and to promptly reimburse Railway upon demand. • All cost or expense resulting from any and all loss of life or property, or injury or damage to these person or property of any person, firm or corporation (including the parties hereto and their respective officers, agents and employees) and any and all claims, demands or actions for such loss, injury e:'r damage, caused by or growing out of the presence or use, or the construction, maintenance, renewal. change or relocation and subsequent removal of the Facilities and appurtenances herein referred to shall be bome by Applicant unless caused solely by the negligence or willful misconduct of Railway. • In the event of any revision, renewal,addition, removal or alteration of said facilities,prior approval of the Railway must be secured. Applicant must also furnish Railroad Protective Liability Insurance fa'this work. • Upon abandonment of the Facilities by Applicant, Applicant shall seek direction from Railway's Chief Engineer,or his representative,regarding the method of abandonment if the Facilities will be abandoned in place. • In the event the Facilities consist of electrical power or communication wires and app.irtenances, Applicant shall promptly remedy any inductive interference growing out of,or resulting from the presence of,the Facilities. • In the event the Facilities consist of an underground occupation, Applicant will be respons ble for any settlement caused to the roadbed, right of way and/or tracks, facilities and appurtenances of Railway arising from or as a result of the installation of the Facilities,and Applicant shall pay to Railway on demand the full cost and expense therefore. • All rights and obligations conferred hereby shall extend to the successors and assigns of the parties hereto, provided that the Applicant shall in no event transfer or assign its rights hereunder without the written consent of Railway,which will not be unreasonably withheld. • If the public road is abandoned by the appropriate governmental authority and the Facilities remain within the limits of Railway's right of way after such abandonment,as a condition for the continuing presence of the Facilities within Railway's right of way, Railway and Applicant shall agree upon an appropriate occupancy fee or rental for the Facilities and execute an amendment to this Agreement within ninety(90) days after the date upon which such public road is abandoned. • Any and all notices,demands or requests by or from Railway to Applicant, or Applicant to Railway, shall be in writing and shall be sent by (a) postage paid, certified mail, return receipt requested, or (b) a I i 1 1 i i 1 --—-,----.............y.....o-nn.,n nvuu l.UUI it 2016021310 05/09/2016 10:53:56.00 ` reputable national overnight courier service with receipt therefor,or(c)personal delivery,and addressed in each case as follows: If to Railway: do Norfolk Southern Corporation 1200 Peachtree Street,NE-12 Floor Atlanta,Georgia 30309-3504 Attention:Director Real Estate If to Applicant Augusta,Geogia ATTN:Augusta Utilities Director 535 Telfair Street Augusta,GA 30901 Either party may,by notice in writing,direct that future notices or demands be sent to a different address. All notices hereunder shall be deemed given upon receipt(or,if rejected,upon rejection). ACCEPTED BY: CENTRAL OF GEORGIA RAILROAD COMPANY C� yQam, , ‘ DATE ___41,112_ I Real Estate Manager v.) AUGUSTA,GEORGIA �1 ki >51 2w DATE 3 29 I�!_ WIT S By: .=rdi= • , r., As Mayor 461 3/43/61 t- , ,:- ....�........-.�.--- NOTARY PU LIC Y. 'n I State of Attest: �.'1-��I --.,•4!��,,� z + Imo. o C,;p• �$-ioq.. Z County ofl ! � I ,- , : My Commission Expires: on Eon 25.11 :',k I r� 111 1 ir if (N' -- . Gc....oa ig i I aL !!! J Actin t. -..7-',:.'. 1208808 JSM:February 8,2016 IFile No.1368997v2 I I I • I i i i i i • "' .NORvOU(W 611 S l'---- ��� .Enl o M4uE. INIIIMMOIMmenimmelmoommos 11 ' �1 1"---4E" eM ` ,mu Ci� I (1 Lt1 11 1 r ��tlal ELEVNPP. p 111 '�` ElEv.•,1e.n \ A-2 rea;ived 2-3-16O 11 , • N.,ss5BT561 \ August:l,Georgia r • • co U1 ' 111 P710111 1 1 `.,+2,6ase I .\ Central of Georgia RR Co. c `o q n 11 ,n - Lat:N;:3.45248 -a �1 ' 1!• , �r \.� Mir Long:1'/81.98110 EBT" \i ` L. O O -- 111 �,4.,Q iii ;•-! ; `` -..... U r "'n°11� > I work done in accordance witt , Lo �` ' =t a latest approved Norfolk Soutcern a o MN ���� c„ 1 4 7CC.CC.IuluI� CE-4 and NSCE-B Specifications. VI 7 a +1 BLASTING NOT PERMITTED � 1 4) 11 111 _--_------__--. C 668' 11 11a I GEORGIA&FLORIDA RAILROAD CO. IA CNI 0 CROSSING 11 1I (NORFOLK SOUTHERN RAILROAD) 11 {1 RIGHT-OF-WAY VARIES YCO 07341218 III 1� e— 1 O Q 11 CO C4 1" \ y' -LIISSIONAITY ® IA Ak. , NOTE 6Mn61T,.MON. © 11 11 L aI v v 1.INSTALL21•HOPE LOW PRESSURE SEWER WIFl0Ef:OPTIC CONDUIT 631 ( STRAPPED TO TOP OF NOPE PIPELINE FIBER Of"IC CONDUIT BH/LLBE 11 1 '� OIIRA+INE FU,UREPATNFLE%8.015-W.T. 11 1 N•1255114.44 W411.041,1MIAICRODUCTS. 11 .11 E.T1 3.2S 2.CONLRACTOR W.g..KEEP ROADWAY CLEAR OF EC i APMEHT AND BUPPUEB 11 V1 ATAU-11MES.FLAGGMEN SE USED W WI EQUIPMENT IS IN USE 70 11 1 1 ,% PREVENT ACCIDENTS. 11 731 1 3.NO CONSTRUCTION WILL TAKE PLACE IN INC IHE0,E11041.01 BANKMENT 11 S\ • ', ZONE- aO Rra/ -VL.. \11\1 V t V E 4r,7 II 11 1k 1 1 1 R1TMi4M. 111 ih PLAN �. n' Vs '��'i�t SCALE 1•=20 haat(A/ - IM111NIIIIIIMIMI02.11.111111111.1111.11.111.11.11.111L r` 1 111M.1.111=111.1 1.11.1.111111.11.111.111 'IMMO 140 IIMMINIM-- MIIIW3' l 12 ,.-1 .4Q �=N + � i - ems ------ 130 =: � =_ t ���—11.11 (�11 i — a nE"' Y� �f.. r. 1. N. emel=mmil :���� 'IINIM—NOF , v. I 120 �� ���— a � �GCi BORE R • I -11MIIMININIIIIINIMIMMININIIIMI ImilmilimiiminiMIIIIIMMI PROFILE F41RIZ — 1•=E'/EAT. 110 18+00 I 16+00 17+00 0 IF THIS BAR DOES NOT MEASURE V DMV'ANG IS NOT Tc'LABELED WALE ZEL Zimmerman,Evans and Leopold,Inc. AUGUSTAUTIUTIEB DEPARTMENT 435 Street,ns GOMIS RNLROADPEsue,T Office-706-724-567 Fax-706-724-5769 OsosSIIN161.1.i�n,u1B —ENGINEERS— www.salen8BleeM1AAT NGRFOLKBOVmERN 646.8040 1 1GEORGLA I.FLORIGAPASROAD) I I I I i i i i i i i i i Book 01530:1388 Augusta-Richmond County 2016021310 05/09/2016 10:53:58.00 • Revised:1/9/14 PIPE DATA SHEET CARRIER PIPE CASING PIPE CONTENTS TO BE HANDLED Sewage Carrier pipe for Sewage NORMAL OPERATING PRESSURE 15 psi n/a NOMINAL SIZE OF PIPE 24" 36" OUTSIDE DIAMETER 25.83" 36" INSIDE DIAMETER 25.8 35" WALL THICKNESS 1.518" 0.5" H WEIGHT PER FOOT 51.086 189.57 MATERIAL • HDPE Steel PROCESS OF MANUFACTURE Extrusion Welded SPECIFICATION PE3408 ASMA 139 GRADE OR CLASS SDR17 Grade B TEST PRESSURE 50psi/-12.9psig 35K psi TYPE OF JOINT Fusion Weld TYPE OF COATING none n/a DETAILS OF CATHODIC PROTECTION n/a n/a DETAILS OF SEALS OR PROTECTION AT Synthetic Rubber Boot Synthetic Rubber Boot END OF CASING CHARACTER OF SUBSURFACE MATERIAL Sand/Clay Sand/Clay APPROXIMATE GROUND WATER LEVEL n/a n/a , SOURCE OF INFORMATION ON Historic Historic SUBSURFACE CONDITIONS A-2 received 2-3-16 Proposed Method of Installation: AI August:,Georgia Central of Georgia RR Co. ® Lat N 83.45248 ❑ Bore and jack(per Section 5.1.3 of NSCE-8) ❑ Jacking(per Section 5.1.4 of NSCE-8) Long:Vv 81.98110 ❑ Tunneling(with Tunnel Liner Plate)(per Section 5.1.5 of NSCE-8) ❑ Directional Bore/Horizontal Direction Drilling—Method A(per Section 5.1.6 of NSCE-8) ❑ Directional Bore/Horizontal Direction Drilling—Method B(per Section 5.1.6 of NSCE-8) ❑ Open Cut(per Section 5.1.2 of NSCE-8).All installations directly under any track must be designed as a bored installation. Open cut installations will be considered on a case-by-case basis by Norfolk Southem's Division Superintendent at the time of installation. 1E Other(Specify): atapped to outside of 24'HDPE sewer,4-way FuturePath Flex conduit-18nun size-4ducts-3.84910.77900-0.46tt019 , AECOM � NORFOLK SOUTHERN Elaine C Johnson Filed in this office: Clerk of Superior Court Augusta-Richmond County 05/09/2016 10:53:58.00 4 • SECTION 02100 SITE PREPARATION PART 1 GENERAL 1.1 SECTION INCLUDES A. 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, and topsoil stripping in strict accordance with this section of the specifications,the applicable drawings and terms and conditions of the Contract. The Contractor is required to contact the ONE CALL CENTER in the State of Georgia. Call 1-800-282-7411. 1.2 GENERAL A. Operations shall be conducted in a manner that will provide for the safety of employees and others. B. Existing utility lines,paving or structures to remain shall be safeguarded and protected from damage, and supported if necessary. C. 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. D. Classification of Excavation: All excavation in connection with site work will be considered unclassified common excavation. 1.3 SITE CONDITIONS A. The area to be cleared and grubbed is shown schematically on the Drawings or specified below. 1.4 REFERENCES A. Latest edition of the"Manual for Erosion and Sediment Control in Georgia" 1.5 QUALITY ASSURANCE A. Comply with applicable codes,ordinances,rules,regulations and laws of local,municipal, state or federal authorities having jurisdiction. B. Layout work shall be done under supervision of a Civil Engineer or Registered Land Surveyor,registered in Georgia. C. Transit and measuring devices shall be calibrated to layout site and construction work. 1416-0102100 Site Preparation Ge 02100-1 I -ENGINEERS- SECTION 02100 SITE PREPARATION PART 2 PRODUCTS 2.1 EQUIPMENT A. The Contractor shall furnish equipment of the type normally used in clearing and grubbing operations including,but not limited to, tractors,dozers, chippers, trucks, loaders, and root rakes. PART 3 EXECUTION 3.1 PREPARATION A. Install erosion and sedimentation control structures as shown on the Drawings. B. Protect all trees,vegetation, structures,utilities, and buildings not designated for removal for demolition. 3.2 TOPSOIL STRIPPING AND STOCKPILING A. Topsoil (top 6"—8" of material)is to be removed from all cleared and grubbed areas and placed in designated stockpile areas as shown on the plans. The Contractor shall then grade the entire work site to conform,in general, to the finish elevations shown on the Plans. B. Shape topsoil stockpiles to drain without ponding water. C. Where trees are indicated to remain, stop topsoil stripping at drip line. 3.3 TREE PROTECTION A. Construct tree protection barricades,minimum 3'-0"high around individual trees and groups of trees designated to remain. Construct barricades at drip line. B. Protect tree root systems from damage due to deleterious materials caused by run-off or spillage during mixing, use or discarding of construction materials or drainage from stored materials. Protect root systems form compaction,flooding, erosion or excessive wetting, 3.4 EXCAVATION AROUND TREES TO REMAIN A. Where excavation for new construction is required within drip line of trees,hand excavate to minimize damage to root systems. Use narrow tine spading forks and comb soil to expose roots. Relocate roots in backfill areas. If large, main lateral roots are encountered, expose beyond excavation limits, bend and relocate without breaking. If encountered immediately adjacent to location of new construction and relocation is not practical, cut roots approximately 3"back from new construction. B. Allow no exposed roots to dry out before permanent backfill is places; provide temporary earth cover, or pack with peat moss and wrap with burlap. Water and maintain in moist condition and temporarily support and protect from damage until permanently relocated and covered with backfill. 1416.02 02100 Site Preparation Ga 02100-2 ZEL -ENGINEERS- SECTION 02100 SITE PREPARATION C. Prune braches in accord with standard horticultural practice to balance loss to root system caused by damage or cutting of root system. Engage qualified arborist approved by the Engineer to prune branches. 3.5 REPAIR FOR DAMAGED TREES A. Engage a qualified arborist approved by the Engineer to perform tree repair work. B. Make repairs promptly after damage occurs to prevent progressive deterioration of damaged trees. C. Remove dead trees and damaged trees in construction area which are determined by the tree • arborist to be incapable of restoration to normal growth pattern. 3.6 CLEARING AND GRUBBING A. Clear and grub each area before excavating. All trees, areas designated herbaceous growth on the Pland s or used s are to be chipped for mulch. Mulch will be stockpiled for erosion control as required. All other debris is to be removed to an approved landfill. B. Materials to be removed from the project site include, but are not limited to trash, organic matter, construction waste materials (i.e.paving, concrete miscellaneous structures,houses), debris and abandoned utilities. C. 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. 1. 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 24 inches below any structure or slab, 18"below any subgrade, shoulder or slope; and to a depth of 12 inches below finish grade in areas to be grassed. 2. 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. 3. Grubbing wll not be required in areas other than those occupied by current, and proposed construction and graded and grassed areas. D. All foundations and planking embedded in the ground shall be removed and disposed. Butts of utility poles shall be removed. E. Landscaping features shall include,but not limited to, fences,cultivated trees and shrubbery, property corners, man made improvements and signs. The Contractor shall take extreme care in moving landscape features and promptly re-establishing these features. F. Surface rocks and boulders shall be grubbed from the soil and removed from the site if not suitable as rip rap. 141642 02100 Sne Prepare lion Ge 02100-3 I.. -ENGINEERS- SECTION 02100 SITE PREPARATION G. The entire construction area shall be grubbed by heavy tractors with root rakes. Raking shall generally proceed along the contour rather than up and down slopes so as to inhibit soil erosion. F. Where the tree limbs interfere with utility wires, or where the trees to be felled are in close proximity to utility wires,the tree shall be taken down in sections to eliminate the possibility of damage to the utility. G. Any work pertaining to utility poles shall comply with the requirements of the appropriate utility. H. All fences adjoining any excavation or embankment that, in the Contractor's opinion, may be damaged or buried, shall be carefully removed, stored and replaced. Any fencing that, in the Engineer's opinion,is significantly damaged shall be replaced with new fence material. I. Stumps and roots shall be grubbed and removed to a depth not less than two feet below grade. All holes.or cavities which extend below the subgrade elevation of the proposed work shall be filled with crushed rock or other suitable material, compacted to the same density as the surrounding material. J. The Contractor shall exercise special precautions for the protection and preservation of trees, cultivated shrubs, sod, fences, etc. situated within the limits of the construction area but not directly within excavation and/or fill limits. The Contractor shall be held liable for any damage the Contractor's operations have inflicted on such property. K. The Contractor shall be responsible for all damages to existing improvements resulting from Contractor's operations. 3.7 DISPOSAL OF DEBRIS A. The debris resulting from the clearing and grubbing operation shall be removed from the site and disposed of in accordance with all requirements of federal, state, county and municipal regulations. No debris of any kind shall be deposited in any stream or body of water, or in any street or alley. No debris shall be deposited upon any private property. In no case shall any material or debris be left on the Project, shoved onto abutting private properties or buried on the Project. B. When approved in writing by the Engineer and when authorized by the proper authorities, the Contractor may dispose of such debris by burning on the Project site provided all requirements set forth by the governing authorities are met. The authorization to burn shall not relieve the Contractor in any way from damages which result from the Contractor's operations. END OF SECTION 1416-02 02300 Site?rept/rat=Ge 02100-4 Z E -ENGINEERS- • 0 SECTION 02200 EXCAVATION,FILLING AND BACKFILLING PART 1 GENERAL 1.1 SUMMARY A. Section includes the following: 1. Preparing of subgrade for building slabs,walks,and pavements:. 2. Drainage fill course for support of building slabs is included as part of this Work. 3. Excavating and backfilling of trenches within building lines. 1.2 RELATED SECTIONS A. Section 02100- Site Preparation B. Section 02205 -Trench Excavation and Backfill C. Section 02210- Erosion Control D. Section 02936- Grassing 1.3 REFERENCES A. ASTM C33 - Concrete Aggregates B. ASTM C136 - Sieve Analysis of Fine and Coarse Aggregates C. ASTM D1241 -Material for Soil Aggregate Subbase,Base, and Surface Courses D. ASTM D1556 - Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method E. ASTM D1557 -Modified Method Standard Test Methods for Linear Density of Textile Fibers F. ASTM D2167 - Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method G. ASTM D2922-Nuclear Methods for in Place"Density" H. ASTM D4355 - Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture and Heat in a Xenon Arc Type Apparatus I. ASTM D4491 - Standard Test Methods for Water Permeability of Geotextiles by Permittivity J. ASTM D4751 - Standard Test Method for Determining Apparent Opening Size of a Geotextile 1416-02 02200 Excavation,Filling And Backfilling 02200-1 ZEL I -ENGINEERS- 4 SECTION 02200 EXCAVATION,FILLING AND BACKFILLING K. ASTM D6938 - Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) L. AASHTO M288 - Geotextile Specifications for Highway Applications M. AASHTO T180-Moisture-Density Relations Of Soils 1.4 CLASSIFICATION OF EXCAVATION All excavation shall be unclassified. PART 2 PRODUCTS 2.1 PIPE BEDDING MATERIAL A. The bedding material shall be well-graded crushed stone or crushed gravel meeting the requirements of ASTM C-33, Gradation 67 (3/4 inches to No. 4). 2.2 FILL AND BACKFILL MATERIAL A. General: 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. B. 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 sandy 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. C. Topsoil shall consist of a natural material that occurs in surface deposits of limited depth, and for elevated areas,it shall be composed of natural mixtures of clay and soil binder with sand. Topsoil shall contain no 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 provide good drainage. 2.3 SEPARATION GEOTEXTILE A. Woven geotextile fabric,manufactured for separation applications, made from polyolefins or polyesters; elongation less than 50 percent; complying with AASHTO M 288 and the following,measured per test method: 1. Survivability: Class 2;AASHTO M 288. 7416-02 02200 Excavation,Pilling And Sada* 02200-2 ZEL -ENGINEERS SECTION 02200 EXCAVATION,FILLING AND BACKFILLING 2. Apparent Opening Size: No. 60 sieve, maximum; ASTM D 4751. 3. Permittivity: 0.02 per second,minimum; ASTM D 4491. 4. UV Stability: 50 percent after 500 hours exposure;ASTM D 4355. 2.4 RIP RAP A. The stone material for riprap shall be in the size range of 4" diameter to 60 lbs. stone. PART 3 EXECUTION 3.1 EXCAVATION A. General: The excavation shall conform to dimensions and elevations appropriate for the roadway or structure. Excavation shall be continued to the elevation necessary for firm support. The excavated surface beneath the structures and pavement shall be filled and compacted to 98%ASTM D1557 (Modified Proctor). The resulting surface shall be brought back to appropriate grade with suitable fill from the excavated material and recompacted to 98%of the density measured by ASTM D1557. B. 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. C. 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. 1. 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. D. Protection against Flotation: To guard against the danger of flotation of empty or partially empty structures due to a high water table, all dewatering operations shall be continued without interruption until such time as sufficient backfill has been placed or construction has been completed sufficiently to overcome the buoyancy effect of a completely empty structure that is entirely submerged. E. 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 Contractor 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,bracing, or by sloping the banks in accordance with the angle of repose of the soil. 1416-02 02200 Exuvnlion,Fiing And backfilling 02200-3 ZEL -ENGINEERS- . SECTION 02200 EXCAVATION,FILLING AND BACKFILLING 1. The Contractor alone is responsible for any damage or injury resulting from his failure to either provide adequate protection from the excavation or to comply with OSHA requirements and guidelines. F. 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, graded and grassed as required by Section 02210, Erosion Control. Disposal of the excess material is the responsibility of the Contractor. 3.2 FILL A. Earth fill shall be placed in layers/lifts not to exceed 8 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. B. Roadways: Roadways shall consist of a compacted subgrade. The top 8"of the subgrade shall be compacted to 98% density as measured by Modified Proctor,ASTM D1557. 3.3 BACKFILLING A. 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 not in excess of 8 inch thickness, and shall have optimum moisture content when compacted. After compaction, the dry weight per cubic foot for each layer shall be at least 95%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. 3.4 GRADING A. 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. Ste grading shall also include all excavation, filling and compacting required for construction of temporary roads:. B. Topsoil work shall not be performed when the soil is so wet that the filth(physical condition) of the soil will be destroyed, Such as moisture content, degree of:aeration and rate of water infiltration. 1416-02 02200 Excavation,Filling And Backfilling 02200-4 ZEL —ENGINEERS—• a SECTION.,02200. EXCAVATION,FILLING AND BACKFILLING 3.5 RIP RAP A. Designated areas shall be riprapped for a minimum of 5 square yards each. Areas to receive riprap shall be covered with a geotextile separation fabric beneath the riprap 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,which are 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 riprap. 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 riprap. Stones shall be dropped not more than 3 feet during construction. Riprap shall be placed to form a uniform surface not less than 8 inches thick,with a tolerance of plus 4 inches. B. Embankment: This item consists of placing in fills and embankments for roadways, and other site grading work; 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. 3.6 CONSTRUCTION METHODS A. 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. B. 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' 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-016-02 02200 Fxwvehon,Fi?ling And IInckfang 02200-5 ZEL -ENGINEERS- SECTION 02200 EXCAVATION, FILLING AND BACKFILLING C. 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 fo lows: The degree`of smoothness shall be that usually obtainable withstring line.or hand raking:m ethods,the finished surface of ditch slopes shall not be more than 0.10' above or below the appropriate elevations. D. Embankment: Sloping ground surface, steeper than one vertical to four horizontal, on which embankmentor fillis to he placed, shall be plowed,stepped, or:broken up in such manner that theembankment material will bond witlt:tle existing;surface: Approved material, consisting of earth;sandy clay,,sand and.gravel,:clay;gravel,sot shale, or other granular:material.-.(not containing in.ick,:trees,stimps,:brush,mattedroots 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 90 percentof the density measured by Modified Proctor AS114 D1.557.; Tamping: shall be accomplisbed 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. 3.7 INSPECTION AND TESTS A. The Contractor shall be responsible for the soil moisture density tests and for the in- place tests of filled and back-filled areas. Tests shall be perfoniied by an independent laboratory approved by the.Engineer and shall:be performed iii accordance.with the. Mellowing: (1) Laboratory Density Tests on soils shall:conform to ASTM.D1.557 or AASHTO T180,METHOD A, and(2)FieldDensity Tests on soils shall accurately reflect the 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. B. Tests for in-place density shall consist of 4 laboratory tests and 20 field density tests. The Owner will pay directly to the testing laboratory only for tests in excess of this number, except that where there 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. C. The Engineer, at his:discretion,may order tests and inspections to be performed during the progress;of the work, or:at the completions of any individual unit of the work, or.at: the time of final:inspection of the entire protect:, Random spot:checks of elevation;and' slopes shall be conducted by ordinary surveying methods utili7ing an established bencliniark. Random spot-checks of topsoil thickness shall bp conducted by cutting through the surface with a spade or mattock and measuring the thickness of topsoil exposed. 1416-0202200 Exama!ion,Filling Md&:ck ting 02200-6 -ENGINEERS- SECTION 02200 EXCAVATION,FILLING AND BACKFILLING 3.8 FENCING A. Permanent fencing is to be installed along property lines as shown on drawings. 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. 3.9 GRASSING A. Areas disturbed by construction operations shall be grassed in accordance with Section 02936, Grassing. Areas to be grassed shall be planted,ma and a shcoall suitable touilize , fertilizer,proper and approved grass and mulch sufficientproduce eliminate significant erosion. 3.10 MAINTENANCE A. Inspection of each area of the site work as it is completed aintain all itemsstitute in suchlnal condition acceptance of the item or area. The Contractor shall as to be ready for final inspection from the time of completion until the final acceptance of the entire project. 3.11 RESTORATION OF PRIVATE PROPERTY A. The Contractor shall i i i i i i SECTION 02205 TRENCH EXCAVATION AND BACKFILL PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Excavation,trenching, complete and continual dewatering of excavation, sheeting,bracing and shoring of sides of trench excavation,backfilling around site utilities including all pipelines, electrical conduits and duct banks, and disposal of excess excavated material. 1.2 RELATED SECTIONS A. Section 02650 -Low Pressure Sewers B. Section 02667 -Water Lines C. Section 02732 - Sanitary Sewer 1.3 REFERENCES A. ASTM D1557 -Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-lbf'ft3) -Modified Proctor Test. B. ASTM D2487 -Classification of Soils for Engineering Purposes. 1.4 CLASSIFICATION OF EXCAVATION A. All excavation shall be unclassified. 1.5 SUBMITTALS A. Test and Inspection Reports: Written reports shall be submitted to ENGINEER,with copy to CONTRACTOR, documenting testing and/or inspection results.Tests shall include: 1. Test reports on borrow material. 2. Gradation analysis for granular backfill and subbase materials. 3. Field reports; in-place soil density tests will be-performed by a representative of OWNER 1.6 QUALITY ASSURANCE A. Codes and Standards: Perform excavation work in compliance with applicable requirements of authorities having jurisdiction. 14 I6-02 02205 Trcncli Excavetion,nd Backfill 02205-1 ZEL -ENGINEERS- ( SECTION 02205 TRENCH EXCAVATION AND BACKFILL B. Testing and Inspection Service: CONTRACTOR will employ and pay for a qualified independent geotechnical testing and inspection laboratory to perform soil testing and inspection service during earthwork operations. 1.7 PROJECT CONDITIONS A. Existing Utilities: Locate existing underground utilities in areas of excavation work. If utilities are indicated to remain in place,provide adequate means of support and protection during earthwork operations. B. CONTRACTOR shall notify One Call Center in the State of Georgia 1-800-282-7411, three working days prior to starting any excavation with power equipment. 1. Should uncharted, or incorrectly charted,piping or other utilities be encountered during excavation, consult utility Owner immediately for directions. Cooperate with OWNER and utility companies in keeping respective services and facilities • in operation. Repair damaged utilities to satisfaction of utility Owner. 2. Do not interrupt existing utilities serving facilities occupied by OWNER or others during occupied hours except when permitted in writing by ENGINEER, and then only after acceptable temporary utility services have been provided. 3. Provide minimum of 2 working days notice to ENGINEER and receive written notice to proceed before interrupting any utility. 4. Demolish and completely remove from Site existing underground utilities indicated to be removed. Coordinate with utility companies for shutoff of services if lines are active. C. Property Corners,Right of Way Markers: All property corners,right of way markers and easement markers shall be flagged and protected from all construction activity or shall be reset by a qualified registered land surveyor in the State of Georgia at no additional expense to the Owner if disturbed or damaged as a result of construction. D. Use of Explosives: Permission from authorities having jurisdiction where blasting is necessary, it shall be done in accordance with local ordinances by skilled operators and precautions shall be taken to avoid damage. Suitable mats shall be provided to confine, within the limits of the excavations, all materials lifted by blasting. A log shall be recorded to define horizontally and vertically where rock is encountered. The recorded log shall be made available to the Engineer at all times. Contractor shall provide written notice to the Engineer at least 48 hours prior to blasting. E. Protection of Persons and Property: Barricade open excavations occurring as part of this Work and post with warning lights. 1, Operate warning lights as recommended by authorities having jurisdiction. 2. Protect structures,utilities, sidewalks,pavements, and other facilities from damage caused by settlement, lateral movement,undermining,washout, and other hazards created by earthwork operations. 1416.02 02205 7reacb Excavation and Backfill 02205-2 Z -ENGINEERS- SECTION 02205 TRENCH EXCAVATION AND BACKFILL 3. Perform excavation by hand within drip line of large trees to remain. Protect root systems from damage or dryout to the greatest extent possible. Maintain moist condition for root system and cover exposed roots with moistened burlap. PART 2 PRODUCTS 2.1 FILL AND BACKFILL MATERIAL A. Material for fill and backfilling shall consist of the native excavated material, if suitable, and shall be free of trash, lumber, or other debris,roots and other organic,perishable or deleterious matter. 2.2 SELECTED REFILL MATERIAL FOR TRENCH BACKFILL A. When directed by the Engineer, selected refill material shall be used to refill the trench bottom where unsuitable soil is encountered. Such material shall be crushed stone or gravel of suitable gradation free from sod, sticks,roots and other organic, perishable or deleterious natter., The.Contractor shall obtain prior approval from the Engineer of the material proposed for the above use. 2.3 BEDDING AND HAUCHING MATERIALS FOR FLEXIBLE PIPE A. Unless specified otherwise,bedding and haunching materials shall be crushed stone sized between No. 57 and No.4, inclusive. 2.4 FILTER FABRIC WOVEN TYPE A. Filter fabric associated with bedding shall be a polypropylene woven fabric. The fabric shall be a high modulus type with good separation capabilities. The fabric shall be inert to biological degradation and naturally occurring chemicals, alkalies and acids. B. The fabric shall have an equivalent opening size EOS of 20 to 45. C. Filter fabric shall be Mirafi 500X,Amoco 2002, Exxon GTF-200 or approved equal. PART 3 EXECUTION 3.1 EXCAVATION A. General: The excavation shall conform to dimensions and elevations appropriate for the pipeline or structure. Excavation shall not be carried below the elevation necessary for construction. B. Trench Excavation: Trenches shall be excavated true to line and grade. Trenches to receive pipe having nominal diameter of less than 24" shall not be less than 12"wider and pipes greater than 24" shall not be less than 12"wider nor more than 16"wider than the outside diameter of the pipe to be laid therein. 14]6-0202205 Trench Excavation end Beckfill 02205-3 Z I -ENGINEERS- SECTION 02205 TRENCH EXCAVATION AND BACKFILL 1. 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. If the site has width constraints or easement limitations,the proper shoring of the trench wall shall be necessary. The Contractor shall comply with the safety requirements of OSHA. 2. The bottoms of trenches for water lines shall be 4"to 6"of loose native material to accept the utility main. Bell holes and excavations for joints shall be dug by hand. These holes shall be so spaced and sized as to permit first class workmanship on the joint and to insure that the maximum length of pipe possible will rest on the bottom of the trench. 3. If the trench bottom is determined to be unsuitable to receive the pipe, a minimum of 6"of unsuitable material shall be removed(in 6"lifts,maximum of 2')and replaced with either borrow material or selected refill material as directed by the Engineer. C... Dewatering and Drainage of Excavated Areas: Grading in the vicinity of the work shall be controlled to prevent surface water from running into excavated areas. Dewatering by pumping or wellpomting::from excavated areas_shall:;be performed by Contractor to provide a stable excavation and a firm pit or french bottom '.Dewatering shall incur: no extra cost to the Owner. 1. 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. D. Protection Against Flotation: To guard against the danger of flotation of empty or partially emptypipe or structure due to a-high water table, all dewatering operations shall be:continued without mterruptron until such time as sufficient backfill has been placed over the top of the pipe or around structures:to overcome the buoyancy effect of a completely empty pipe.,or structure which is entirely submerged- . E. Shoring and Protection of Excavations: Shoring shall be provided by the Contractor as necessary to protect life or property. All existing structures, streets,pipes,hydrants, valves and foundations which are not to be removed or relocated shall be adequately protected or replaced by the Contractor 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 if site conditions permit. 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. 1416-02 02203 Trench Excavation and Backfill 02205-4 Z E -ENGINEERS- SECTION 02205 TRENCH EXCAVATION AND BACKFILL 3.2 LENGTH OF TRENCH OPENING A. In excavating for pipelines, the excavation shall at all times be finished to the required grade for an adequate distanee in advance of the completed pipeline.Unless otherwise permitted by-ENGINEER,not more than 50 feet of trench shall be open at one time in advance ofthe Pipe.The length of the street which may be occupied by the construction work at any one title.will be based on the requirements of use of the street by the public. No more than 600 consecutive feet of length Of the street shall be occupied at one time, and vehicle traffic through the street shall not be entirely stopped without the permission of ENGINEER. 3.3 METHOD OF EXCAVATION IN EARTH A. All excavation shall be by open cut from the surface, except in special cases where tunneling under pavement or structures may be required or where tunnelingunder the • root system shall be required for tree root protection. All excavation shall be made in such a Manner and to such depth,length, and width as shall give ample room for - Wilding the structures, for bracing,sheeting, and supporting the sides of the excavation, for pumping and drainage of groundwater and sewage which may be encountered, and for the=navalof all roaterialaexe4Yated. Special care shall be taken so tat the soil below the bottom of structures to be built shall be left undisturbed to provide a firm bed for construction. 3.4 STORAGE OF EXCAVATED MATERIALS A. Stockpileexcavated materials acceptable for backfill and fill where directed.Place, grade;andshapettOckpiles for proper drainage, • 1. Locate and retain SOil-thaterialt.:away from edge of excavations. Do ilot store within Op line of trees indicated to remain. 2. Dispose of excess excavated soil material and materials not acceptable for use as backfill or fill. 3.5 BEDDING A. Place specified bedding materials under the pipe,in the haunches along the sides of the pipe,and over the pipe to a level 1 foot above the pipe.The material directly below the pipe shall be compacted.The material iii the haunch area shall be placed in layers not to exceed 6 ruches fndepti4 and shall be compacted to 95 percent of its maximum unit weight. 3.6 BACKFILLING TRENCHES A. BACKFILLING (AbOVethe Top of the Pipe): The Engineer shall be notified:before backfilling in order that the work may be inspected before it is covered:. After completion of the pipe work, and prior to backfilling,the excavation shall be cleared of all trash and debris. Symmetrical backfill shall be placed in horizontal layers.not in excess of 8"thickness after compaction, and shall have an optimum moisture content when competed. All baCkfilling of the trench,including the width of the sloped banks, shall be compacted as directed. After compaction, the dry weight per cubic foot for each I )416-02 02205 Trench EXCIIVIlli011 end Backfill 02205-5 ZEL I —ENGINEERS— • 41 SECTION 02205 TRENCH EXCAVATION AND BACKFILL layer shall be at least 90%of the maximum Laboratory Dry Weight per cubic foot, as determined by ASTM D 698. B, When directed by the Engineer, selected refill material shall be used to refill the trench bottom where unsuitable soil is encountered. Refill material shall be a minimum of 6". Where unsuitable material is greater than 6"below the bottom of the pipe,material shall be removed and refilled in 6" layers to a maximum of 2' as directed by the Engineer. 3.7 FIELD QUALITY CONTROL A. Quality Control.Testii?gdnring Construction Allow testingservice to inspect and approve each subgrade andfill layer before further backfill or construction work is performed. B Tests:for compaction and density shall be conducted by an independent testing laboratory approved by the Engineer, The Contractor shall pay forall testing: 1. The soils testing laboratory is responsible for the following: a. Field compaction testing shall be based on using the maximum dry density determined by the Standard Proctor Compaction Test in accordance with ASTM D698. b. Determination of in-place backfill density shall be done in accordance with ASTM D1556, "Density and Unit Weight of Soil,In Placeby the Sand-Cone Method",ASTM D2937, "Density of Soil.InPlace by the Drive-Cylinder Method" or ASTM D2922, "Density of Soil and Soil- Aggregate In Place by Nuclear Methods (Shallow Depth)". c. Test frequency for trenches and confined areas of 1 test per two foot vertical lift for every 100 linear feet for pipelines not in roadways. Testing for trench backfill in roadways shall be 1 test per two foot vertical lift for every 25 linear feet or 2 per roadway crossing per lift, minimum. d. Inspecting and testing stripped site, subgrades and proposed fill materials. 2. Contractor's duties relative to testing include: a. Notifying laboratory of conditions requiring testing. b. Coordinating with laboratory for field testing. c. Providing representative fill soil samples to the laboratory for test purposes. Provide 50 pound samples of each fill soil, END OF SECTION 1416-02 02205 Trevcb Excavation and Backfill 02205-6 ZEL —ENGINEERS— . I • 4 • L. SECTION 02210 EROSION CONTROL PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract,tions apply to work of thising General section. Special Conditions, and Division-1 Specification 1.2 SECTION INCLUDES A. Under this section shall be included all measures both rand property both on ary and permanent to control erosion and sedimentation, and protect all surface waters and off site. This shall include all labor,materials and equipment necessary to meet the requirements of this Section. 1.3 EROSION AND SEDIMENTATION ACT—DEFINED A. Itis-the::nterii.;cf tl3icSpecification that tl? :Prolect and the ContraOtOr for Erosion and edrrselY With lzt applicable requirements of:the.Latestedition ofi'the"Manual ... -:._ Control in Georgia". B. The Handbook for Erosion and Sediment Control in Georgia further defines practices and r;equueznents: The Contractor is responsible or rining all The Contractor nt is responsible: d erosion control.Measures on the project site during Construction. o sttuetio for any damage caused due'to failure to nnplement these requirements A Soil modes Rosioii and Sedimentation Control Permit has been obtained the O:ctoooperate with the person SO that inspections may be made by the County. The Co performing these inspections. 1.4 COORDINATION WITH CONTRACT PLANS A. A Soil Erosion and Sedimentation Control ocedures nelan is cessary to implemein the Contractnt requirements ements ents and is to be implemented as a part p of the Act and Ordinance. PART 2 PRODUCTS I 2.1 EROSION AND SEDIMENT CONTROL PRODUCTS A. Filter Fabrics Materials shall be strong rot-proof syntheticlfib�e�rs�c free e cif Orly treatment rmed into a fabric of either the woven or non z�vcven type. Eithertype or coating whichmight significantly alter its physical properties after installation, the - fabric shall contain stabilizers and/or inhibitors to make the filaments resistant to deterioration resulting fro xi exposure to sunlight or:heat. The fabric shall be a pervious sheet of synthetic fibers oriented into a stable network so that tingthe fibri stallrs tont and relative position with respect to each other under normal service conditions. Edges of the fabric shall be finished to prevent the outer yard from pulling away from the fabric. 02210-1 3.116-02 02210 Erosion Control.doo E 1 -ENGINEERS- SECTION 02210. EROSION CONTROL 1. During all periods of shipment and storage,the fabric shall be srapped in a heavy- duty protective covering which willprotect the cloth from sunlight,mud, dust, dirt, and debris. The fabric shall not be exposed to temperatures greater.than 140 degrees F. 2. The fabric shall meet the physical requirements called out in GDOT Specification 171 B. The Wire Support Fence shall be at least 24"high and shall have at least 6 horizontal wires 4x4 W1.5xW1.4 or equal C. Posts for Type Sdl-Ns silt fence shall be a minimum of 4 feet long with a 6 foot maximum spacing 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. D. Posts for Type Sdl-S silt fence shall be a minimum of 4 feet long with a 4 foot maximum spacing and be made of steel at least 1.3 Ib./ft. E. Wire Staples/Fasteners shall be#17 gauge minimum and shall have a crown at least 3/ inch wide and legs at least 1/2 inch long. Nails for fasteners shall be#14 gauge minimum, 1 inch long with 3A inch button heads. Fasteners shall be evenly spaced with at least 4 per post. PART 3 EXECUTION 3.1 GENERAL A. Implementation of the requirements of the Act is based q on the following principles: 1. The disturbed area and the duration of exposure to erosion elements should be minimized. 2. Protect off-site and downstream locating draining systems and natural waterways from the impacts of erosion and sedimentation. 3. Limit the exit velocities of the flow leaving the site to non-erosive or pre- developed conditions. 4. Design and implement an ongoing inspection and maintenance plan. 3.2 SYMBOLS A. The Soil Erosion and Sedimentation Control Plan contains standard symbols for the different types of measures for implementing the Act. These symbols are defined for conditions, design criteria and construction specifications in Sections II and III of the Handbook. I 1416-02 02210 Erosion CnnrroLdoc 02210-2 ' ZEL -ENGINEERS- SECTION 02210 EROSION CONTROL 3.3 SPECIFIC REQUIREMENTS A. 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 zed for structures or is achieved, and permanently l sequence operations logically such that exposed areas are 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". B. All disturbed areas shall be grassed by sodding or seeding, fertilizing,mulching and watering to obtain a ground cover which prevents soil erosion. C. A temporary construction egress pad shall be installed and maintained da tiny point e pad t where 1 be construction vehicles enter a public right-of-way, street orparking ar used to eliminate mud from the construction area onto publiSediment Cay. The pad shall be constructed as shown in the Manual for Erosion and ol. d D. All measures installed for sediment control shall e checked the meabure are geginninnn paee and nd of each day when construction is occurring to ascertain functioning properly. E. Removal of Temporary Soil Erosion and Sediment Control oa r lasuass is es: After estpermanent erosion control features of the work site are completeample ished,the temporary fences, ditch checks, etc. shall be removed. Silt that has collected shall be removed, or when appropriate,regarded,stabilized, planted. END OF SECTION I 1416-02 02210 Erosion Control don 02210-3 Z E L. -ENGINEERS i i i i i SECTION 02224 PIPE BORING AND JACKING PART 1 GENERAL 1.1 SECTION INCLUDES A. Casing pipe, carrier pipe, and accessories required for a complete installation 1.2 RELATED SECTIONS A. Section 02200 - Excavation,Filling and Backfilling B. Section 03600 - Grout 1.3 REFERENCES A. ASTM A139 - Electric-Fusion(Arc)-Welded Steel Pipe(NPS 4 and Over) B. ASTM A240- Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications C. ASTM D149 - Standard Test Method for Dielectric Breakdown Voltage and Dielectric Strength of Solid Electrical Insulating Materials at Commercial Power Frequencies D. ASTM D638 - Standard Test Method for Tensile Properties of Plastics E. MUTCDC Manual of Uniform Traffic Control Devices F. Horizontal Earth Boring and Pipe Jacking Manual No. 2,latest revision 1.4 DESIGN REQUIREMENTS A. Specified thicknesses for pipe and casings are based upon the superimposed loads and not upon the loads which maybe placed on the pipe as a result of jacking operations B. Provide increased pipe strength necessary to withstand jacking loads 1.5 SUBMITTALS A. Product Data: Submit on all products or materials supplied herein. Provide sufficient information to verify compliance with specifications. 1.6 PROJECT RECORD DOCUMENTS A. Accurately record actual locations of casing and top of casing and carrier pipe elevations. B. Identify and describe unexpected variations to submit conditions or discovery of uncharted utilities. 1416-02 02224 Pipe Boring And Jacking 02224-1 -ENGINEERS- • • SECTION 02224 PIPE BORING AND JACKING 1.7 REGULATORY REQUIREMENTS A. Obtain and pay for the necessary permits from the appropriate entities. B. Obtain and pay for bonds or indemnity required by the permits for protection against damage and interference with traffic and service by construction activities. 1.8 DELIVERY, STORAGE,AND HANDLING A. Coordinate storage of materials with agency having jurisdiction, PART 2 PRODUCTS 2.1 CASING PIPE A. Steel Pipe: Straight seam,lengths jointed together with full circumference weld, one end beveled to 37 degree, other end square cut: 1. Minimum Yield Point: 35,000 psi 2. Wall Thickness: Minimum allowable 3. ASTM A139 Grade B (no hydro) 4. Ends:Beveled for field welding 5. Provide minimum wall thickness as shown on plans 6. A 1/16" corrosion allowance of wall thickness has been included in the tabulated pipe date in lieu of any coating and wrapping requirement. 2.2 ACCESSORIES i A. Casing Seals: Minimum of 1/8"thick synthetic high density rubber with stainless steel banding strap with non/magnetic worm gear mechanism, as manufactured by Advanced Products &Systems (APS),Model AM or equal. B. Casing Spacers: As manufactured by Powerseal Casing, Chock Model 4810,Advanced Products &Systems,Model SSI or approved equal. 1. Bands,bolts and nuts: 316 Stainless steel straps conforming to ASTM A240 2. Band lined with an elastomeric PVC material conforming to ASTM D149 3. Spacer or chock between the band and casing pipe:Reinforced nylon or I polyethylene per ASTM D638 4. Wood blocks are not permitted as spacers. I PART 3 EXECUTION 3.1 CASING INSTALLATION A. Install the casing by boring or jacking through the earth. B. Open trench excavation shall not be permitted where boring or jacking is specified. I i 4]6.02 O2224 Yipc boring And lacking 02224-2 ZEL I -ENGINEERS- I ' M SECTION 02224 PIPE BORING AND JACKING C. Remove earth displaced by the casing through the interior by hand, or auger, or other acceptable means. D. Where indicated on the Drawings,install the casing by open-cut methods in accordance with Section 02200,Excavation,Filling and Backfilling. E. Provide adequate equipment to insure a smooth, continuous, and uniform casing with no exterior voids. F. Weld each section of pipe with a fill penetration butt weld around the entire circumference of the joint to form a continuous conduit capable of resisting all stresses, including jacking stresses. 3.2 CARRIER PIPE INSTALLATION A. Install pipe in accordance with the applicable pipe specification sections B. Each pipe shall have 2 skids,minimum, centered every 120 degrees around the pipe, securely installed at a maximum of 10'-0"apart along entire length of the pipe. C. Seal the ends of the casing with casing seals,with six inch thick concrete plugs,or brick and mortar. 3.3 ABORTED BORES A. Unsuccessful bore and jack installations which must be abandoned because of failure to meet.alignment and/or grade requirements,bore and jack attempts frustrated by obstructions, or otherwise unusable bore and jack installations shall be completely filled with concrete or flowable fill. 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. END OF SECTION :4i6-0202224 Pipe Boring.A02224-3nd Jacking E I -ENGINEERS- i SECTION 02310 PRECAST CONCRETE VAULTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Valve Vaults with covers B. Discharge Structure complete with covers C. All other necessary appurtenances 1.2 RELATED SECTIONS A. Section 02200 - Excavation,Filling and Backfilling B. Section 03000 - Concrete C. Section 03600- Grout D. Section 08306 -Access Hatches E. Section 07900 -Joint Sealants 1.3 REFERENCES A. ASTM A48 - Gray Iron Castings B. ASTM A185 - Steel Welded Wire Fabric,Plain, for Concrete Reinforcement C. ASTM A615 -Deformed and Plain Billet-Steel Bars for Concrete Reinforcement D. ASTM C33 - Concrete Aggregates E. ASTM C150-Portland Cement F. ASTM C478 -Precast Reinforced Concrete Manhole Sections G. ASTM C913 -Precast Concrete Water and Wastewater Structures H. ASTM C923 -Resilient Connectors between Reinforced Concrete Manhole Structures and Pipes I. ASTM C990-Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants J. ASTM D2240 -Test Method for Rubber Property-Durometer Hardness )416-02 02310 Precast Concrete Veanb 02310-1 ZEL ' -ENGINEERS- - - SECTION 02310 PRECAST CONCRETE VAULTS 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples. B. Shop Drawings: Provide sufficient data to verify compliance with the specifications and to illustrate construction and assembly. C. Product Data: Provide manufacturer catalog information on castings, grating, and accessories to indicate compliance with specifications. D. Design Data: Include calculations prepared by precast manufacturer indicating design loads and material requirements for reinforcement. 1.5 DELIVERY, STORAGE,AND HANDLING A. Transport and handle precast concrete units with equipment to protect from dirt and damage. a Do not place units in position which will cause damage. C. Handle by means of lifting inserts. D. Do not move from manufacturer's yard until curing is complete. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Hanson Pipe and Products B. Or equal I 2.2 MATERIALS A. Reinforcement: 1. Reinforcing Steel:ASTM A615 Grade 60 2. Welded Wire Fabric:ASTM A185 B. Concrete: Section 03000: 1. Minimum compressive strength: 4,000 psi at 28 days 2. Cement:ASTM C150,Portland Cement, Type I 3. Aggregates:ASTM C33, free of deleterious substances C. Precast Sections: 1. Specification:ASTM C478 2. Vault minimum wall thickness: 6 inch 3. Wetwell minimum wall thickness: 8 inch 4. Grade rings as required - I1416-02 02310 m�c011�D1w0„ui 02310-2 Z L. -ENGINEERS- L . SECTION 02310 PRECAST CONCRETE VAULTS D. Gaskets: ASTM C923: "RAM-NEK" or equal 1, Mastic: ASTM C990, 2. Rubber:Neoprene,40+ 5 hardness when measured by ASTM D2240,Type A durometer E. Castings:ASTM A48 with asphalt varnish coating hot dip applied at foundry, 6 mils thick. F. Covers: Covers furnished under Section 08306, Access Hatches. G. Flexible Pipe Boot: PSX, as manufactured by Press-Seal gasket Corporation, or equal H. Stone Subbase: 1-1/2 inch minus,well-graded gravel 2.3 FABRICATION A. Vaults and Discharge Structure : 1. Precast concrete bottom,walls and top. 2. Inside Dimensions: as shown on the drawings. 3. Precast lid: Same or greater reinforcement and wall thickness with capability for 300 lbs/ft live load. 4. Joints: Tongue and groove type with double mastic gaskets, each joint to set equally and tightly. 5. Pipe connections: As indicated on Drawings: a. Provide cast-in-place pipe sleeve to match diameter of flexible pipe boot 6. Utility Sleeve: Provide cast-in-place opening for power and control conduit, located 24 inches below finished grade. 7. Access Hatches: Refer to Section 08306,Access Hatches. PART 3 EXECUTION 3.1 EXAMINATION A. Verify items provided by other section of Work are properly sized and located. B. Verify that built-in items are in proper location,ready for roughing into Work. C. Verify excavation for wetwell and valve vault is correct. 3.2 PREPARATION A. Excavation and Backfill: Refer to Section 02200, Excavation,Filling and Backfilling for requirements. B. Stone Subbase: 1. Remove water and place 6 inch minimum depth. 2. Vibrate for compaction 1416-02 02310 Prec84 Concrete Ynults 02310-3 ZEL ' -ENGINEERS SECTION 02310 PRECAST CONCRETE VAULTS 3. Level top to accept precast sections with uniform bearing all around. 4. If material below vault is unsuitable, excavate as directed by the Engineer and backfill to grade with 1-1/2 inch minus stone and compact. 3.3 PLACING PRECAST SECTIONS A. Thoroughly clean joints of sections to place gasket material. B. Place gasket material on base or lower section to ensure watertight fit between lower precast section and upper precast section. C. Fill inside and outside of joint completely with non-shrink grout and trowel smooth. D. Cure non-shrink grout using approved methods outlined in Section 03600, Grout and as recommended by manufacturer. E. Completed vaults shall be rigid and watertight. F. Remove all grout splattered on pipes,walls, etc. 3.4 PREFORMED GASKETS A. Remove and replace vault sections which have chipped or cracked joints. B. Thoroughly clean section joints. C. Install gasket in conformance with manufacturer's recommendations. D. Only use primer furnished by gasket manufacturer. 3.5 FIELD QUALITY CONTROL A. Hydrostatic Testing: 1. Valve vault and Discharge Structure. 2. Infiltration test-without dewatered ground conditions: a. Inspect precast vault for any visible leakage. b. Repair any observed leakage with interior of vault dry and surrounding groundwater at seasonal normal level. END OF SECTION I476A2 02310 Frrtast Cen�ce Vaults 02310-4 ZEL -ENGINEERS- • • • ` SECTION 02500 ASPHALT PAVEMENT PART 1 GENERAL 1.1 SCOPE A. The work covered by this section of the speciccationnstsofishngall abor, supervision, equipment,materials and peefig o osis in connin with plant,labor, pavement of the driveway and parking area of this project,in accordance with this section of the specifications, and subject to the terms and conditions of the Contract 1.2 REFERENCES A. ASTM C33 - Concrete Aggregates B. ASTM D1557 -Test methods for Moisture-Density RelansttionsdOf8 oils uch and drSoil- Aggregate Mixtures Using 10 lb Rammer p C. ASTM D1559 -Test Method for Resistance of Plastic Flow of Bituminous Mixtures Using Marshall Apparatus 1.3 RELATED SECTIONS A. Section 02100 -—Site Preparation B. Section 02200 -Excavation,Filling &Backfilling 1.4 SUBMITTALS A. Test and Inspection Reports: Written reports shall bne submitted to Test Engishall eer,wdeith copy to Contractor, documenting testing and/or inspect 1. Certificates of Compliance on all Materials 2. Field Reports; in place base course,binder and surface course density tests. 1.5 GENERAL A. Asphalt Pavement: Asphalt pavement shall consist of the excavation,filling, preparation and further compaction when necessary of the proof-rolled and recompacted subgrade,placing of the graded aggregate base course, application of bituminous prime coat, application of the binder course,tack coat, and an asphaltic concrete surface course and performing other items of construction as indicated or necessary to complete the pavement. B. SEASONAL LIMITATIONS No bituminous materials shall be applied for surface treatment between November 10 and April 10, except with written approval of the Engineer. 3476.02 6'_50.7 Asphalt Pnarnmnl 02500-1 I. . -ENGINEERS- r • SECTION ASPHALT PAVEMENT 02500 C. WEATHER LIMITATIONS Bituminous mixtures shall not be produced or placed during rainy weather,when the subgrade or base course is frozen or shows any evidence of excess moisture or when the moisture on the surface to be paved would prevent proper bond,nor when the air temperature is less than 45°F. in the shade away from artificial heat. 1.6 APPLICABLE SPECIFICATIONS: All work and materials required under this section of the specifications shall conform to the applicable sections of the"Standard Specifications for Construction of Roads and Bridges" of the Department of Transportation, State of Georgia. PART 2 PRODUCTS 2.1 MATERIALS A. Asphalt Cement: GDOT Section 400,ASTM D 946. B. Aggregate for Base Course: GDOT Standards, Section 815. C. Aggregate for Binder Course: In accordance with GDOT Standards, Section 802. D. Aggregate for Wearing Course: In accordance with GDOT Standards, Section 802. E. Fine Aggregate: In accordance with GDOT Standards, Section 802. F. Mineral Filler: In accordance with GDOT Standards, Section 883. G. Primer: In accordance with GDOT Standards, Section 412. H. Tack Coat: Conforming to Section 413 of the Georgia Department of Transportation Standard Specification. l I. Herbicide Treatment: Commercial chemical for week control,registered by Environmental Protection Agency. Provide granular,liquid, or wettable powder form. I Conforming to Section 725 of the Georgia Department of Transportation Standard Specification. 2.2 ASPHALT PAVING MIXES AND MIX DESIGN I A. Use dry material to avoid foaming. Mix uniformly. B. Base Course: Graded Aggregate Base(GAB). C. Binder Course: 2"2201b/sy Superpave or as directed by the Engineer. I D. Wearing Course: 1-1/2" 1651b/sy Superpave or as directed by the Engineer. I)415-02 02500 AsphnAsphaltPnvcmrni 02500-2 ZEL -ENGINEERS- I SECTION 02500 ASPHALT PAVEMENT PART 3 EXECUTION 3.1 SUBGRA_DE A. Excavation: The Cozittacter shall,excavate theexisting material as needed to provide for the base course. All unsuitable excavated:materials that'cannot be used in fill areas shall be wasted in spoil areas. Excavation shall be performed in a manner and sequence that will provide drainage at all times. All excavationshall be unclassified and considered common excavation for this project B. Grading,Filling and Backfilling: The grading shall conform..to the:applicable requirements described sal detail Section 02100:of these specifications. Filling and . backfilling shall conform to Section.02200 of the specifications. C. Protection of Subgrade The Contractor shall protect the subgrade from damage aid shal"..keep it adequately drained It,shall be kept free from ruts and other depressions and.in:a_smooth and:compacted conditionuntii_the asphaltic binder course has been placed. 3.2 GRADED AGGREGATE BASE COURSE A 6"thick graded aggregate base course shall be applied in accordance with the applicable requirezi eats of Section 310 of the Georgia DOT Standard Specifications. I . Material shall-.be compacted to at least 1,00%of maximum density at optimum moisture content based upon the Modified Proctor Method,ASTM D-1557.The base shall be drained by installing weeps at low points and intervals not to exceed 50 ft. 3.3 BITUMINOUS PRIME Batu n nous prime shall be applied to the finished Base courseand: o fisting surface: treatrnent at a:tate of not less than 0.18 a 1d not more than,0 23 gallons per square yard Application of the bituminous prime shall bean:accordance with Section 412 of those specifications. 3.4 ASPHALTIC CONCRETE BINDER AND SURFACE COURSES A. General: Areas required to be paved shall receive a 2-1/2"Intermediate Course and a 1-1/2"inch compacted thickness surface course. The surface course shall be Asphaltic Concrete,Type F;the intermediate course,Type B. B Mix: Thejob mix will be determined in°aceerdance with the provisions of Article 828 of the Georgia DOT Specifications and shall require the approval of the Engineer. I . C. Application: Apply the asphaltic concrete surface course in accordance with the applicable requ.reznents of Secti.an 400,0 5,Georgia DOT$pecificatiOns 1416-02 02500 A:pheh Pavemem 02500-3 ZEL 1 _ENGINEERS- * ENGINEERS- SECTION 02500 ASPHALT PAVEMENT D. Compaction: Compact to at least 98%of the density of a laboratory specimen of the same mixture subjected to 50 blows of a standard Marshall Hamner on each side of the ....:...... specimen,based on the Marshall Test Procedure, ASTM D1559. 3.5 ASPHALT DRIVEWAY REPLACEMENT OVER TRENCH A. Driveway cuts over trench excavations shall be saw-cut.parallel over pipeline. Asphalt driveway replacement:shall include 6"compacted crushed'.stone base over 95% standard proctor compacted backfill with.a 2-1/2"compacted course of asphalt, equal to existing after applying tack coat to stone. B,_ Limits for driveway replacement shall be 4'-0"plus pipe O.D. wide. Disturbance or damage to the driveway outside of the trench limits shall be repaired at no extra cost to the Owner. 3.6 TESTS A. Materials: The Contractor shall be responsible for having the materials he proposes to furnish tested to demonstrate this conformance to these specifications. Certified copies of Test Reports shall be approved by the Engineer prior to construction. B, Compaction and Thickness.: Compaction and thickness tests will be made at the discretion of,and atlocations speoified.bythe Engineer,at no cost to the Owner. 3.7 RESTORATION OF PROPERTY The contractor:shall carefully restore all property defaced by operation°or acts by his agents or employees, Such restoration shall include,but not be limited to seeding, soading,.-ornaniental planting,repair or replacement of structures,'orr other facilities and shall beat Ieast-equal.in quality to the original undisturbed condition. No such.cost shall be incurred by the Owner. END OF SECTION 1416-02 02500 Asphalt Pavancni 02500-4 -ENGINEERS- SECTION 02511 CRUSHED STONE PAVING PART 1 GENERAL 1.1 SECTION INCLUDES A. Crushed stone paving course and site cover, compacted 1.2 RELATED SECTIONS A. Section 02200-Earthwork: Rough grading 1.3 REFERENCES A. ASTM C136 - Sieve Analysis of Fine and Coarse Aggregates B. ASTM D1241 -Material for Soil Aggregate Subbase, Base and Surface Courses C. ASTM D698 -Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 5.5 lb Rammer and 12-inch Drop D. ASTM D1557 -Test methods for Moisture-Density eellattionnssd f18 Soils incand Sol- Aggregate Mixtures Using 10-lb Rammer . E. ASTM D2922 -Test methods for density of Soil and Soil-Aggregate Mixtures in Place by Nuclear Methods(Shallow Depth) F. ASTM D3017 -Test method for Moisture Content of Soil and Soil-Aggregate Mixtures 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Test Reports: Indicate supplier, sieve analysis, optimum moisture content and density in accordance with ASTM D698 1.5 QUALITY ASSURANCE A. Comply with the applicable provisions of the Georgia Department of Transportation (GDOT) "Standard Specifications for Road and Bridge Construction"in accordance with gravel surfaced streets, except as specified herein PART 2 PRODUCTS 2.1 MATERIALS A. Crushed Stone: Crushed stone or gravel, GDOT Class Group 1, Section 815.2.01 1416-C2 02511 Crushed Storrs Paving.dos 02511-1 ZEL -ENGINEERS- SECTION 02511 CRUSHED STONE PAVING B Angular,crushed:washed natural stone; free ofshale, clay, friable Materials and debris; graded in accordance with ASTM C136 within the following limits: Sieve Size Percent Passing 2 inch 100 1-1/2 inch 97-100 3/4 inch 60-95 No. 10 25 to 50 No. 60 105 to 35 No. 200 7 to 15 C. Sand:Natural river or bank sand; washed, free of silt, clay, loam, friable or soluble materials, and organic matter D. Geotextile Fabric: Tencate, Mirafi HP370 high performance polypropylene geotextile or approved equal 2.2 TESTS A. Gradation of stone materials will be performed in accordance with ASTM C136 and under provisions of Section 01400, Quality Control. PART 3 EXECUTION 3.1 SUBGRADE PREPARATION A, Compact top 6 inches to at least 95 percent of max density at optimum moisture content in accordance with ASTM D698 B. Remove all unsuitable or objectionable material and replace with acceptable material C. Fill all holes and ruts with suitable material D. Thoroughly wet,reshape and roll subgrade to extent needed to place subgrade in acceptable conditions E. Slope subgrade to accommodate elevations and gradients indicated 3.2 INSPECTION A. Verify compacted subgrade is dry and ready to receive work of this Section B. Verify gradients and elevations of base are correct C. Beginning of installation means acceptance of existing conditions 1416-C2 02511 Crushed Stone Paving.doc 02511-2 . Z -ENGINEERS- SECTION 02511 CRUSHED STONE PAVING 3.3 PLACING GEOTEXTILE FABRIC A. Install in accordance with the manufacturers instructions. B. The geotextile shall be laid smooth without wrinkles or folds on atlhe l be prepared o pe edp sbedgr4 adee in the direction of construction traffic. Adjacent geotextile rolls inches. 3.4 PLACING STONE PAVING A. Spread stone material over prepared subgrade to a total compacted n ah c knedans o ow th nches and compact to 95 percent density at optimum moisture content iASTM D698 B. Level surfaces to elevations and gradients indicated C. Add water to assist compaction. With an excess water condition,rework topping and aerate to reduce moisture content D. Perform hand tamping in areas inaccessible to compaction equipment E. Maintain surface shape elevation and smoothness throughout the operation by blading and adding material if required 3.5 FIELD QUALITY CONTROL A. The Owner shall pay for all field tests to determine compliance of subgrade preparation and compaction in accordance with the specifications B. Subgrade and crushed stone paving: 1. Two gradation tests for type of material 2. Two moisture-density relationship tests, ASTM D698,Method D,for surfacing material proposed 3. One in-place compaction test for every 400 sf of paving or surface area, IASTM D2922/D3017 END OF SECTION I I _ 1416-02 0:511 Crushed Stone Paving doe 02511-3 ZE _ENGINEERS- * ENGINEERS- i i i i i i i SECTION 02520 CONCRETE SIDEWALKS,CURB AND GUTTER PART 1 GENERAL 1.1 SECTION INCLUDES A. Portland cement concrete curbs, gutters and walkways 1.2 RELATED SECTIONS A. Section 02200-Excavation,-Filling and Backfilling B. Section 02500-Asphalt Pavement C. Section 03000- Concrete D. Section 07900-Joint Sealants 1.3 RESOURCES A. ASTM A1064- Standard Specification for arb - tfelr Wire and Welded Wire Reinforcement,Plain and Deformed, ete B. ASTM A615 - Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement C. ASTM C309- Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete D. ASTM C881 - Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete E. AASHTO M233 - Standard Specification for Boiled Linseed Oil Mixture for Treatment of Portland Cement Concrete 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with local governing regulations if more stringent than herein specified. 1.5 SUBMITTALS A. Furnish samples,manufacturer's product d and test joint reports,seald materials' certifications as required in referenced sections f147 602 02520 Concrete Sidewalks,Curb&Gutter 02520-1ZEL -ENGINEERS- SECTION 02520 .......... CONCRETE SIDEWALKS, CURB AND GUTTER 1.6 JOB CONDITIONS A. Traffic Control: l:" Maintain access for vehicular and pedestrian traffic as required for other construction activities. 2. Utilize flagmen,barricades, warning signs and warning lights as required. PART 2 PRODUCTS 2.1 MATERIALS A. Conformance: All materials shall conform to the applicable section of the Department of Transportation Standard Specification in the State where the Project is located. B. Forms: 1. Use steel,wood,or other suitable material of size and strength to resist movement during concrete placement and to retain horizontal and vertical alignment until removal. Use straight forms, free of distortion and defects. 2. Use flexible spring steel forms or laminated boards to form radius bends as required. 3. Coat forms with a non-staining form release agent that will not discolor or deface surface of concrete. C. Welded Wire Mesh: 1. Welded plain cold-drawn steel wire fabric,ASTM A1064 2. Furnish in flat sheets,not rolls,unless otherwise acceptable to the Engineer. D. Reinforcing Bars: Deformed steel bars, ASTM A615, Grade 60 E. Concrete Materials: Comply with requirements of applicable Division 3 sections for concrete materials, admixtures, bonding materials, curing materials, and others as required F. Expansion Joint Materials: Comply with requirements of Section 07900,Joint Sealants for performed expansion joint fillers and sealers G. Anti-Spalling Compound: Fifty percent(by volume)boiled linseed oil and 50%(by volume)mineral spirits, complying with AASHTO M233 H. Liquid Membrane-Forming Curing Compound: 1. Complying with ASTM C309, Type I, Class A unless other type acceptable to the Engineer. 2. Moisture loss not more than 0.11 lbs/sq ft in 72 hours,when applied at 200 sq. ft./gal 1416-02 02520 Concede Sidewalks,Garb&Gone 02520_2 Z E L. -ENGINEERS- • a. r.. , . - ., . SECTION 02520 CONCRETE SIDEWALKS, CURB AND GUTTER 3. Available Products Subject to work include,but nce with requiremntsare not limited to,the� which may be incorporated in thefollowing a. "Masterseal";Master Builders b. "A-H 3 Way Sealer";Anti-Hydro Waterproofing Company c. "Ecocure";Euclid Chemical Company d. "Clear Seal";A. C. Horn e. "J-20 Acrylic Cure";Dayton Superior f. "Sure Cure";Kaufman Products Incorporated g. "Spartan-Cote";The Burke Company h "Sealkure";Toch Div. -Carboline i, "Kure-N-Sear; Sonneborn-Contech j. "Polyclear";Upco Chemical/USM Corporation k. "L&M Cure";L&M Construction Chemicals 1. "Klearseal"; Setcon Industries m, "LR-152";Protex Industries n. "Hardtop"; Gifford-Hill I. Bonding Compound: Polyvinyl acetate or acrylic base,rewettable type. 1, Available Products: Subject to compliance with requirements,products which may be incorporated in the work include,but are not limited to,the following: a. "J-40 Bonding Agent";Dayton Superior Corporation b. "Weldcrete";Larsen Products c. "Everbond"; L&M Construction Chemicals d. "EucoWeld";Euclid Chemical Company e. "Hornweld";A. C. Horn f . "Sonocrete"; Sonneborn-Contech g. "Acrylic Bondcrete";The Burke Company J. Epoxy Adhesive I 1. ASTM C 881,two component material suitable for use on dry or damp surfaces 2. Provide material "Type", "Grade", and"Class"to suit project requirements 3. Available Products: Subject to compliance with requirements,products which may I be incorporated in the work include,but are not limited to,the following: a. "Epoxtite";A. C. Horn b. "Edoco 2118 Epoxy Adhesive"; Edoco Technical Products c. "Sikadur Hi-Mod"; Sika Chemical Corporation d. "Euco Epoxy 463 or 615";Euclid Chemical Company e: "Patch and Bond Epoxy";The Burke Company f "Sure-Poxy";Kaufman Products Incorporated 2.2 CONCRETE MIX,DESIGN AND TESTING A. Comply with requirements of applicable Division 3 sections for concrete mix design, sampling and testing, and quality control, and as herein specified. P416-02 02520 Concrae Sidewalks,Curb&Gutta 02520-3 Z E I. I --ENGINEE.RS- SECTION 02520 CONCRETE SIDEWALKS, CURB AND GUTTER B. Design mix to product normal-weight concrete consisting of portland cement, aggregate, water-reducing or high-range water-reducing admixture(super-plasticizer), air-entraining admixture and water to produce the following properties: 1. Compressive Strength: 3000 psi,minimum at 28 days 2. Flexural Strength: 600 psi minimum at 28 days 3. Slump Range: 2.5"to 4" 4. Air Content: 4.0 to 5.5% 5. W/C Ratio: 0.53 PART 3 EXECUTION 3.1 SURFACE PREPARATION A. Remove loose material from compacted subbase surface immediately before placing concrete 3.2 FORM CONSTRUCTION A. Set forms to required grades and lines,rigidly braced and secured. B. Install sufficient quantity of forms to allow continuous progress of work and so that forms can remain in place at least 24 hours after concrete placement. C. Check completed formwork for grade and alignment to the following tolerances: 1. Top of forms not more than 1/8"in 10' 2. Vertical face on longitudinal axis not more than 1/4"in 10' D. Clean forms after each use and coat with form release agent as often as required to ensure separation from concrete without damage. 3.3 REINFORCEMENT I A. Locate,place and support reinforcement as specified in Division 3 sections,unless otherwise indicated. I 3.4 CONCRETE PLACEMENT A. General: 1. Comply with requirements of Section 03000, Concrete, for mixing and placing concrete, and as specified herein. I 2. Do not place concrete until subbase and forms have been checked for line and grade. Moisten subbase if required to provide a uniform dampened condition at time concrete is placed. Do not place concrete around manholes or other structures I until they are at required finish elevation and alignment. 1s 16-02 025:0 concrete s1acw,u>s,curb&Guae: 02520-4 ZEL . -ENGINEERS- I SECTION 02520 CONCRETE SIDEWALKS, CURB AND GUTTER 3:; Place concrete using methods which prevent segregation of mix. Consolidate _ concrete along face of forms and adjacent to transverse ementjoints s de ormrn Use only vibrator. Keep vibrator away from joint assemblies,reinforcement,or square-faced shovels for hand spreading and consolidation. Consolidate with care to prevent dislocation of reinforcing,dowels,and joint devices. 4. Use bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 5. Deposit and spread concrete in a continuous operation between transverse joints, as far as possible. If interrupted for more than 1/2-hour,place a construction joint. B. Curbs and Gutters: Automatic machine may be used for curb and gutter placement at Contractor's option. If machine placement is to be used, submit revised mix design and laboratory test results which meet or exceed minimums specified. Machine placement must produce curbs and gutters to required Ifcross-seresults are not acceptable,remove and lines, grades,finish, and , jointing as specified for formed concrete. replace with formed concrete as specified. 3.5 JOINTS A. General: 1. Construct expansion and construction joints true-to-line with face perpendicular to surface of concrete. Construct transverse joints at right,angles to the centerline, unless otherwise indicated. 2, When joining existing structures,place transverse joints to align with previously placed joints,unless otherwise indicated. B. Tooled Joints: Form weakened plane joints in fresh concrete by grooving top portion Iwith a recommended cutting tool and finishing edges with a jointer. , C. Sawed Joints: Form weakened plane joints using powered saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut joints into hardened concrete as soon as surface will not be torn,abraded, or otherwise damaged by cutting action. D. Construction Joints: 1. Place construction joints at end of placements and at locations where placement operations are stopped for a period of more than 1/2-hour, except where such placements terminate at expansion joints. 2. Construct joints as shown or,if not shown,use standard metal keyway section Iforms. E. Expansion Joints: 1. Provide premolded joint filler for expansion joints abutting concrete curbs, catch Ibasins,manholes,inlets, structures,walks and other fixed objects,unless otherwise indicated. I141 6-02 02520 Concrete Sideamllcs, Cur&Gone02520-5 Z E I. -ENGINEERS- • . y^.. ...E .. .. SECTION 02520 CONCRETE SIDEWALKS, CURB AND GUTTER 2. Locate expansion joints at a maximum spacing of 50' o.c. Extend joint fillers full width and depth ofjoint,and not less than 1/2"or more than 1"below finished surface where joint sealer is indicated. If no joint sealer is specified,place top of joint filler flush with finished concrete surface. 3. Furnish joint fillers in one-piece lengths for full width being placed, wherever possible. Where more than one length is required,lace or clip joint filler sections together. 4. Protect top edge ofjoint filler during concrete placement with a metal cap or other temporary material. Remove protection after concrete has been placed on both sides ofjoint. F,. Fillers and Sealants: 1, Comply with requirements of applicable Division 7 sections for preparation of joints,materials,installation, and performance. 2. Control joints in sidewalks shall be spaced at intervals equal to the width of the sidewalk and in curb and gutter at 10' intervals. 3.6 CONCRETE FINISHING A. After striking-off and consolidating concrete, smooth surface by screeding and floating. Use hand methods only where mechanical floating is not possible. Adjust floating to compact surface and produce uniform texture. B. After floating,test surface for trueness with a 10'straightedge. Distribute concrete as required to remove surface irregularities,and refloat repaired areas to provide a continuous smooth finish. C. Work edges of slabs, gutters,back top edge of curb, and formed joints with an edging tool, and round to 1/2"radius,unless otherwise indicated. Eliminate tool marks on concrete surface. D. After completion of floating and troweling when excess moisture or surface sheen has disappeared, complete surface finishing,as follows: 1. Broom finish: By drawing a fine-hair broom across concrete surface,perpendicular to line of traffic. Repeat operation if required to provide a fine line texture acceptable to the Engineer. 2. On inclined slab surfaces: Provide a coarse,non-slip finish by scoring surface with a stiff-bristled broom,perpendicular to line of traffic. E. Do not remove forms for 24 hours after concrete has been placed. After form removal, clean ends of joints and repoint any minor honeycombed areas. Remove and replace areas or sections with defects. 1416.02 02520 Concrete Sidaeat-s,Curb 6.Gutter 02520-6 ZEL -ENGINEERS- SECTION 02520 CONCRETE SIDEWALKS, CURB AND GUTTER 3.7 CURING A. Protect and Cure: Protect and cure finished concrete,complying with applicable requirements of Division 3 sections. Use membrane-forming curing and sealing compound or approved moist-curing methods. 3.8 REPAIRS AND PROTECTIONS A. Repair or replace broken or defective concrete. B. Protect concrete from damage until acceptance of work. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted,maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. C. Sweep concrete pavement,driveways or access ramps and wash free of stains, discoloration,dirt and other foreign material just prior to final inspection. END OF SECTION 1416-02 02520 Conaete Sidewalks,s,Cnrb&(:uac 02520-7 E -ENGINEERS- i SECTION 02607 MANHOLES AND COVERS PART 1 GENERAL. 1.1 SECTION INCLUDES A. Modular precast concrete manhole sections with tongue-and-groove joints,transition, ring, cover, anchorage and accessories 1.2 RELATED SECTIONS A. Section 02200–Excavation,Filling and Backfilling B. Section 03000 - Concrete C. Section 03 600-Grout 1.3 REFERENCES A. ASTM A48 - Gray Iron Castings B. ASTM A1064-Carbon-Steel Welded Wire and Welded Wire Reinforcment, Plain and Deformed, for Concrete C. ASTM A615 -Deformed and Plain Billet-Steel Bars for Concrete Reinforcement D. ASTM C33 - Concrete Aggregate E. ASTM C150-Portland Cement F. ASTM C478 -Precast Reinforced Concrete Manhole Sections G. ASTM C913 -Precast Concrete Water and Wastewater Structures H. ASTM C923 -Resilient Connectors Between Reinforced Concrete Manhole Structures and Pipes I. ASTM D2240 - Standard Test Method for Rubber Property—Durometer Hardness 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples. B. Shop Drawings: Indicate manhole locations,rim elevations and sizes and elevations of penetrations. C. Product Data: Provide manhole covers, steps, component construction, features, configuration, and dimensions. 1416-02 02607 Manholes And Covers 02607-1 L —ENGINEERS— * i SECTION 02607 MANHOLES AND COVERS 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum five years documented experience. 1.6 ENVIRONMENTAL REQUIREMENTS A. Product suitable for use with raw wastewater and surface runoff B. Water temperature: Range 41 degrees F to 87.8 degrees F PART 2 PRODUCTS 2.1 MATERIALS A. Reinforcement for cast in place bases: 1. Reinforcing Steel:No. 5 rebar, ASTM A615 Grade 60 2. Welded Wire Fabric: ASTM A1064 B. Concrete: Section 03000 except as modified herein: 1. Minimum compressive strength: 3,500 psi at 28 days 2. Cement: ASTM C150,Portland Cement, Type II 3. Aggregates:ASTM C33, free of deleterious substances C. Precast sections: 1. Specifications: ASTM C478 2. Minimum wall thickness: 5 inch 3. Reinforcement: Welded wire fabric,ASTM A1064 4. Grade rings as required 5. Precast base and first barrel section cast monolithically: a. Cast-in openings for pipe penetration D. Preformed plastic gaskets: I 1. Conformance: Fed. Spec. SS-S-00210 (GSA-FSS),Type 1, Rope Form, Primer required 2. Diameter: 1-1/2 inch for 48 inch manhole; 2 inch for 60 inch manholes and larger 3. Acceptable manufacturers: a. "Rub'r-Nek,"K.T. Snyder Co. b. "Kent Seal No:2," Hamilton-Kent Manufacturing Co. I c. Or approved equal E. External Concrete Joint Wrap 1. External concrete joint wrap shall be an elastomeric-based product. 2. External concrete joint wrap shall be provided with a backing separator sheet for easy handling while keeping the bonding surface fresh and free of debris. 3. External concrete wrap shall have a minimum width of 9 inches. 1416-02 02607 Menhola And Coves 02607-2 ZEL —ENGINEERS- 1 f SECTION 02607. MANHOLES AND COVERS 4. Manufacturer: a. Press Seal Gasket Compactions—EZ Wrap b. Henry Company—Rub-r-Nek c. Approved equal F. Pipe penetration seals for precast sections: Neoprene rubber pipe penetration gaskets, #40 durometer A,ASTM D2240 and adjustable stainless steel pipe clamps, "A-Lok"or approved equal. G. Manhole steps: Steel bar,2 inch Grade 60,drop-front type with polypropylene coating applied by manufacturer,Type MA Industries Inc. "PS2-PFS" or accepted substitution. H. Manhole frame and cover: 1. Cast iron,heavy duty traffic type,ASTM A48, Class 30B. Grind bearing surfaces to ensure flat,true surfaces 2. Covers to seat at all points on frame 3. Lettered as directed in 2-inch high flushed boss letters 4. Neenah RI 706 for sewer standard applications shall be the comparable product of Sumpter Machinery Co., Dewey Bros,US Foundry or equal. 5. Neenah R605 for Flat concrete slab application or approved equal 6. Neenah R6044-A or equal for unpaved areas 7. Bolted Watertight Frame and Cover, Load Rating-Heavy Duty.US Foundry #USF 668 Ring&BWT Cover or equal. 8. Risers will be required to bring rim to grade in asphalt. L Cleanout rings and covers: 1. Cast iron ASTM A48, Class 30B. Grind bearing surfaces to ensure flat,true I surfaces. 2. Covers to seat at all points on ring IJ. Manhole Height Adjustment: Use precast concrete grade rings or HDPE adjusting rings. K. Rock Subbase: 3/4 inch minus,well-graded gravel. Comply with provisions for pipe Iembedment in Section 02200, Excavation,Filling and Backfilling. L. Water: Clean and free of deleterious substances. M. Grout: Provide under provisions of Section 03600, Grout. 2.2 FABRICATION A. Manhole section: 1. Precast concrete 2. Minimum manhole inside diam: 48 and 60 inch where indicated. 3. Provide eccentric cones for all manholes except where indicated otherwise. 4. Cones: Same or greater reinforcement and wall thickness as manhole section. 5. Manhole steps: 1'-4" on center, vertical alignment above largest bench. 1416-02 02607 M+n holes And Coves 02607-3 Z E I —ENGINEERS- R SECTION 02607 MANHOLES AND COVERS 6. Joints: Keylock type with double mastic gaskets, each joint to set equally and tightly. 7. Manhole opening: Minimum 24 inch clear. 8. Drop structure: As indicated on Drawings. PART 3 EXECUTION 3.1 EXAMINATION A. Verify items provided by other section of Work are properly sized and located. B. Verify that built-in items are in proper location, ready for roughing into Work. C. Verify excavation for manholes is correct. 3.2 PREPARATION A. Excavation and Backfill: Refer to Section 02200, Excavation,Filling and Backfilling for requirements. B. Coordinate placement of inlet and outlet pipe or duct sleeves required by other sections. C. Rock Subbase: Remove water,excavate, and place 3/4 inch rock 6 inch minimum depth, vibrate for compaction. 3.3 PLACING MANHOLE SECTIONS A. Place base pad,trowel top surface level to accept manhole section with uniform bearing all around. B. Place sufficient non-shrink grout on base to ensure watertight fit between first manhole section and base or place first manhole section directly in wet concrete. C. Place manhole sections plumb and level, trim to correct elevations, anchor to base pad. D. Cut and fit for pipe sleeves. E. Clean ends of sections and place double mastic gasket. F. Exterior Concrete Joint Wrap 1. External concrete joint wrap shall be used in combination with joint sealant for each pre-cast joint section. 2. Install wrap material in accordance with manufacturer's instructions. G. Cure non-shrink grout using approved methods outlined in Section 03600, Grout. H. Set cover rings and covers level without tipping, to correct elevations. I. Completed manholes shall be rigid and watertight. J. Coordinate with other sections of work to provide correct size, shape, and location. 1416-02 02607 rian/1°1es And Covers 026074 Z E L —ENGINEERS— SECTION 02607 MANHOLES AND COVERS 3.4 PREFORMED GASKETS A. Remove and replace manhole sections which have chipped or cracked joints. B. Thoroughly clean section joints. C. Install gasket in conformance with manufacturer's recommendations. D. Only use primer furnished by gasket manufacturer. 3.5 MANHOLE INVERT A. Place concrete in bottom of manhole and form smooth transition. Trowel smooth and brush for non-skid finish. Slope bench 1-inch per foot for drainage to invert. B: Invert shape to conform to radius of pipe it connects. C. Remove all rough sections or sharp edges which tend to obstruct flow or cause material to snag. D. Construct in conformance with standard Drawings. • E. Remove all excess grout or concrete from invert. 3.6 DROP ASSEMBLIES A. Construct as shown on Drawings 3.7 FLEXIBLE JOINTS A. Provide joint in sewer pipe less than 2 feet from manhole. B. Where last joint to manhole is more than 2 feet away,place concrete cradle under pipe to within 2 feet. 3.8 PIPE STUBOUTS FOR PRESENT AND FUTURE SERVICE CONNECTIONS A. Install service stubouts where shown on Drawings. B. Place stubouts in base of manhole and form smooth invert. C. Maximum length: 12 inch outside manhole wall D. Place watertight plastic gasket plug in all stubouts. E. Brace plug against blow-off. F. Match pipe crown of service connection with pipe crown of outlet pipe. 1416-02 02607 Munholc And Covcrs 02607-5 L.. - —ENGINEERS— II ! 4 SECTION 02607 MANHOLES AND COVERS 3.9 PERMANENT PLUGS 4 A. Thoroughly clean contact surfaces of pipes to be abandoned or cut off. B. Pipes 18-inch diameter and less: Place 18-inch deep concrete plug C. Pipes greater than 18-inch diam: Plugs can be cast-in-place concrete with outside face plastered with non-shrink grout. D. Plugs: Watertight and capable of withstanding all pressures 3.10 TEMPORARY PLUGS A. Install 2 inch plywood plugs in joint B. Make water tight as required by Engineer C. Backfill against plug 3.11 MANHOLE RINGS AND COVERS A. Place rings in bed of non-shrink grout on top of manholes. B. Ensure no infiltration will enter manhole at this location. C. Carry non-shrink grout over flange of ring. D. Set top of ring flush with all surfaces subject to foot and vehicular traffic or as required • by local jurisdiction. E. Set top of ring 6 inches above surfaces in open,.untraveled areas. F. Use precast or HDPE grade rings for height adjustment. 3.12 MANHOLES OVER EXISTING SEWERS A. Construct manhole base and install manhole sections as described herein. B. Maintain flow at all times. C. Prior approval of proposed method for maintaining flow must be obtained from Engineer. D. Break out crown of existing pipe and make invert. E. Coverthe edges of the broken pipe with mortar and trowel smooth to the new invert F. Provide cover over invert so debris does not enter existing pipe lines. 1416-02 0260'Moaholcs And Covers 02607-6 ZE —ENGINEERS— 0 4 SECTION 02607 MANHOLES AND COVERS 3.13 CONNECTION TO EXISTING MANHOLES A. Maintain flow at all times. B, Prior approval of proposed method for maintaining flow must be obtained from Engineer. C. Concrete core into existing manhole and reform invert to provide smooth flow transition. D. Cover area around new pipe with non-shrink grout and or waterstop gasket to ensure a watertight structure. E. Make connection during low flow periods. 3.14 FIELD TESTING A. Test all manholes unless specified otherwise: 1. Hydrostatic test: a. Plug all inlets and outlets b. Fill manhole to minimum of 3/4 depth or to within 6 to 12 inches of ring bottom. c. Allow water to stand for 24 hours d. Refill manhole to original depth before beginning leakage test e. Test leakage during following 24 hour period f. Maximum allowable leakage: Less than 0.2 gphlft above invert g. Repair all manholes that fail leakage test and retest until manhole passes test at no additional cost to Owner. . h. Method of repair subject to review by Engineer. B. Test manholes immediately after assembly and before backfilling. C. Remove standing water in excavation which may affect test accuracy. D. Conduct final test after backfilling. E. Perform all testing in presence of Engineer. END OF SECTION 416-02 42607 ManUars And Covers 02607-7 Z E L —ENGINEERS— i i i i i i SECTION 02650 LOW PRESSURE SEWERS PART 1 GENERAL 1.1 SECTION INCLUDES A. Pipe and fittings for low pressure sewers 1.2 RELATED SECTIONS A. Section 02200-Excavating,Filling and Backfilling B. Section 02607 -Manholes and Covers C. Section 09900-Painting and Finishing 1.3 REFERENCES A. AWWA C110 -Ductile-Iron and Gray-Iron Fittings, 3 Inch through 48 Inch,for Water and Other Liquids B. AWWA C111 -Rubber-Gasket Joints for Ductile Iron and Grey-Iron Pressure Pipe and Fittings C. AWWA C150 -Thickness Design of Ductile-Iron Pipe D. AWWA C151 -Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds, for Water or Other Liquids E. AWWA C153 -Ductile-Iron Compact Fittings, 3 Inch through 12 Inch, for Water and Other Liquids F. AWWA C600 -Installation of Ductile-Iron Water Mains and Appurtenances G. AWWA C906 -Polyethylene(PE)Pressure Pipe and Fittings 4 Inch. Through 63 Inch. for Water Distribution and Transmission H. ASTM D3035 -Polyethylene(PE)Plastic Pipe(SDR-PR)Based on Controlled Outside Diameter I. ASTM D3350 - Polyethylene Plastics Pipe and Fittings Materials 1.4 SYSTEM DESCRIPTION A. Provide piping complete with all fittings,jointing materials, supports, anchors, and necessary appurtenances 1.5 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples. 1616-02 02650 Low Pressure scwas 02650-1 ZEL —ENGINEERS— e SECTION 02650 LOW PRESSURE SEWERS B. Shop Drawings: Provide piping layout fabrication and assembly drawings with fitting dimensions. Provide sufficient information to verify compliance with specifications. C. Product Data: Provide data on pipe materials,pipe fittings, and accessories. Provide manufacturer's catalog information with dimensions,material, and assembled weight. Indicate pressure ratings for pipe and fittings. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. E. Test Reports: Submit reports of field pressure tests under provisions of Section 01400, Quality Control.. 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01720,Project Record Documents. B. Accurately record actual locations of piping mains, valves, connections, and top of pipe elevations. C. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.7 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Section 01730, Operation and Maintenance Data. B. Maintenance Data: Include installation and maintenance instructions. 1.8 QUALITY ASSURANCE A. Perform Work in accordance with Utility Department artment re uire q meats. B. Manufacturer's name and pressure rating marked on piping. 1.9 GENERAL REQUIREMENTS A. All piping and accessories furnished by the Contractor for incorporation in the work shall be new,unused, and of the type specified herein, and listed in the Bid. B. All low pressure sewers <24 inches shall have 4'-0"minimum cover and>24 inches shall have a minimum of 6'0"cover unless otherwise noted. Contractor MUST install low pressure sewers 4'-0"minimum below roadway grade within the Right-of-Way. C. Contractor will be required to keep an elevation log;bottom trench elevations every 100 feet before the 24"low pressure sewer is installed. The log must be kept on site at all times and will be turned in with as-builts at completion of project. _ I 416-e2 02E50 Lom Pressure Sew= 02650-2 ZEL -ENGINEERS- 4 SECTION 02650 LOW PRESSURE SEWERS 1.10 DELIVERY, STORAGE,AND HANDLING A. Deliver, store,protect and handle products to site under provisions of Section 01600, Materials and Equipment B. All pipe and fittings shall be stored on site such that they are elevated off the ground at least 6"to prevent any water or form of debris to enter the pipe or pipe openings. All materials shall be properly supported to prevent excess stress while stored. C. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation. D. During loading,transporting and unloading, exercise care to prevent damage to material: 1. Use slings,hooks,pipe tongs, or skids 2. Do not drop pipe or fittings 3. Do not roll or skid against pipe already on ground 4. Handle per manufacturer's recommendations 5. Store all material on wood pallets or timbers • E. Adequately tag or otherwise mark all piping and fittings as to size. 1.11 SERVICE PIPING SCHEDULE A. Unless otherwise indicated,pipe and fittings shall be constructed of the materials shown in the following schedule for the service indicated. Service Pipe:Material; FittinMaterial Test Pressures Low Pressure HDPE,PE 340,SDR 17 HDPE (+)50 psig.(—)12.5 psig. Sewer D.I.P. (6"-12"CL 350) Fig.above ground; (+)0 psig.(—)12.5 psig. (14"-36"CL 250) Push-on,or M.J. Ceramic Epoxy Lining Below ground Ceramic Epoxy Lining Drain PVC SCH 40 PVC SCH 40 None PART 2 PRODUCTS 2.1 DUCTILE IRON PIPE A. Underground pipe shall be ductile iron.Pipe sizes 4"to 12" shall be Pressure Class 350, 14"to 36" shall be Pressure Class 250, and in accordance with ANSI Specification A21.50 and A21.51,using 60/42/10 grade of iron. Pipe shall be coated on the outside with a bituminous coating, and lined with Protecto 401 Ceramic Epoxy lining,or approved equal. Pipe with lining defects such as cracking or holes in the lining shall not be installed and shall be removed from the site immediately. Field repair of the epoxy lining is not permitted. Approved Ductile Iron Pipe Manufacturers shall be American Cast Iron Pipe Company,U.S. Pipe Company,Griffin Pipe Products Company or McWane Incorporated only. Z E I 1a1 ecz 02650 Low Pressure Sew02650-3 ENGINEERS- SECTION 02650 LOW PRESSURE SEWERS 13. Fittings shall be manufactured from ductile iron grade 70/50/05 in accordance with ANSI A21.10/AWWA C110 or ANSI A21.53 /AWWA C153. Fittings shall be coated on the outside with a bituminous coating, and lined with Protecto 401 Ceramic Epoxy lining,or approved equal.All fittings for underground use shall be mechanical joint. All retainer glands shall be manufactured of ductile iron in accordance with ANSI A21.1 /AWWA C111. Fittings shall be as manufactured by American Cast Iron Pipe Company, Union Tyler Foundry Company, Clow, Star Pipe, U.S. Pipe Company or Sigma. C. Joints and Jointing Materials: 1. Joints in underground ductile iron pipe shall be mechanical joint,push-on joint or restrained joint where indicated. All joints and jointing materials shall conform to the requirements of ANSI A21.11. 2. Push-on Joints for underground pipe shall have gaskets made of vulcanized natural or synthetic rubber compound conforming to ANSI A21.11 and smooth and free from all imperfections and porosity. Lubricant for push-on joints shall be non-toxic, shall not support bacteria growth and shall have no deteriorating effect on the gasket material. 3. Mechanical Joints shall conform to ANSI A21.10 and A21.11, and shall have gaskets smooth and free from any porosity or imperfections; gaskets shall be made of vulcanized natural or vulcanized synthetic rubber. Bolts for mechanical joints shall be standard,high-strength, heat-treated cast iron tee-head bolts with hexagon nuts meeting the requirements of ANSI A21.11, 4. Restrained Joints: All joint restraint for underground ductile iron pipe and fittings shall be rated for a minimum of 250 psi. Restraining gaskets shall be clearly marked 6"thru 20"pipe and shall utilize"Fast Grip"restraining gaskets for ACIPCO(American)Pipe only or"Field Lok"restraining gaskets for U.S. Pipe, Griffin Pipe and McWane Pipe only. Restrained Joints for pipe 24"to 36"shall be ACIPCO "Flex Ring", U. S. Pipe "TR Flex"or comparable product which utilizes a positive restraining joint: Accessories inoludrng.Megalug®series 1100 and 1700 and Sigma ONE-LOX (up to 20")may also'be used as restraint for ductile iron pipe 6"to 36". All horizontal bend fittings and connecting pipe shall be restrained as shown on drawings. For number of lengths to be installed,refer to chart on drawings. 2.2 HDPE PIPE A. All pipe and fittings may be inspected at the place of manufacture by representatives of the Owner and/or by a testing laboratory of the Owner's selection. Such inspection shall not in any way relieve the Contractor from the responsibility for the compliance of all materials installed as specified, nor shall such inspection in any way relieve the manufacturer from his responsibility for materials he furnished to be as specified. B. Underground: Underground pipe shall be High Density Polyethylene PE 3408 as manufactured by Driscopipe or Poly Pipe Industries, HDPE PE 3408 SDR 17, pipe size 34" O.D. The pipe shall conform to ASTM D3350 classification 345 434C, PE 3408 or other HDPE pipe conforming to AWWA C906 polyethylene piping system, O.D., D.R. 17, WPR=100 psi. . I1416-02 02E50 L.ow Pressure Sewers 02650-4 ZEL -ENGINEERS- SECTION 02650 LOW PRESSURE SEWERS C. Joints shall be by fusion in accordance with C906-90 or latest editions of the specification. Operators of the butt-fusion equipment must be certified by the manufacturer of the joining equipment or the manufacturer of the pipe for large diameter HDPE pipe. D. Detection Tape: Tape shall be yellow, 2 inches wide with continuous imprinting; "CAUTION—PIPELINE BURIED BELOW". Tape shall be Seton Metallic Lined, or equal. 2.3 ACCESSORIES A. Concrete for Thrust Blocks, Saddles and Encasements: Concrete type specified in Section 03000, Concrete. B. Manhole Ring and Cover: Refer to Section 02607, Manholes and Covers. C. Tapping Sleeves shall be full circle style constructed completely of stainless steel. The tapping sleeve flange shall also be stainless steel. All bolts,nuts, and washers shall be stainless steel. The tapping sleeve shall be Ford style FTSS rated for a minimum working pressure of 250 psi. 1. 4"— 12" Smith-Blair#663,Ford Meter Box Style FTSS or Mueller H-304SS 2. 14"—24",Smith-Blair#662 or Mueller H-304SS 2.4 CORROSION CONTROL A. Comply with provisions under Section 09900,Painting and Finishing. B. Shop paint all ferrous metal surfaces of valves and accessories,both interior and exterior, for corrosion protection. C. Manufacturer's standard paint will be acceptable if it is functionally equivalent and compatible with specified field coatings. D. Bituminous coating or asphalt varnish: Manufacturer's Standard. E. Shop lining: Protecto 401 Ceramic Epoxy lining, or approved equal. R; Rust inhibitive primer:Piping inside structures or expose above ground shall be primed. for finish painting under Section 09900 with Tnemec"Series 77 Chem-Prime," Sherwin Williams "Ken Kromick Universal Metal Primer," or equal. G. Rust preventative compound: Houghton"Rust Veto 344," Rust-Oleum"R-9," or equal PART 3 EXECUTION 3.1 EXAMINATION A. Verify existing conditions under provisions of Section 01010,Visual Display Boards. 1416-0202650 Low Pressure Sewers 02650-5 ZEL _ENGINEERS- . ENGINEERS- • SECTION 02650 LOW PRESSURE SEWERS B. emne fitticracks, damage ngs, anhdfp to instaCarefullyllationxa. Allipipepipe andand fittingsngs maybefor inspected at theto place of manufacture eects byrior representatives of the Owner and/or by a testing laboratory of the Owner's selection. Such inspection shall not in any way relieve the Contractor from the responsibility for the compliance of all materials installed as specified, nor shall such inspection in any way relieve the manufacturer from his responsibility for materials he furnished to be as specified. C. Remove all defective pipe from site and replace. D. Examine areas for weak or structural defects or deviations beyond allowable tolerances for piping clearances that adversely affect excavation and quality of Work. E. Start installation only when conditions are satisfactory. 3.2 PREPARATION - A. No pipe fittings, valves or hydrants shall be transported with a loader fork inserted into the pipe as means of transportation. Free dropped pipe, fittings,valves or hydrants may constitute removal and replacement. B. Ream pipe and tube ends and remove burrs. C. Remove scale and dirt, on inside and outside, before assembly. D. Prepare pipe connections to equipment with flanges or unions. 3.3 BEDDING A. Excavate pipe trench in accordance with Section 02200,Excavating,Filling and Backfilling for work of this Section. Hand trim excavation for accurate placement of pipe to elevations indicated. B. Place bedding material at trench bottom, level fill materials in one continuous layer not exceeding 8 inches compacted depth, compact to 95 percent. C. Backfill around sides and to top of pipe with fill, tamped in place and compacted to 95 percent. 3.4 INSTALLATION-PIPE A. Install as specified or in accordance with the manufacturer's recommendations. B. Handling: Pipe and accessories shall be handled in such a manner as to insure delivery on the site and installation in the trench in a sound,undamaged condition. Particular care should be taken not to injure the coating or lining. 1a is-o:02e50 Low?muse Sowers 02650-6 Z EL _ENGINEERS_ n .. SECTION 02650 LOW PRESSURE SEWERS C. Cutting of pipe shall be done in a neat and.wort n.anlilce.manner without da iage to.the pipeor its coating Cutting shall be done by means of an approved ed and thetypo of echanir l cutter. After cutting,all burrs and other roughness shall be rernteriof the spigot end suitably beveled to facilitate assembly. If cutting is not possible,short lengths of pipe shall be furnished as necessary. D. Placing and Laying: Pipe and accessories shall be examined for defects aandgtapped with a:light:hammer to detect cracks while suspended in the sling before g. All damaged,defective or unsound items will be rejected mad removed immediately fi oni the site of the Work. Deflection frani a straight line,and grade as required by vertical or horizontal curves or offsets shall not exceed-the values presented.in the following schedule. • E. SCHEDULE FOR MAXIMUM DEFLECTION Pipe Size Max:`'Deflection(Inches per 18 ft.length) (Ifiches): Push-on Joint Meclariical Joint 6 21 30 8 21' 22 10 21 22 12 21 22 16 21 15 18-24 21 12 R If alignment requires deflections in excess cif thealDoVe linnitahons,file Contractor shall, `provide special bends or a.su cientnurriber of�:shorter lengths ofprpe toprov1de angular deflections within.the limits set forth Pipe shall.;be placed in t e trench and b atedr hnes, required in Section TS2. Except where nece,�sary in ming. or as-authorized,pipe shall be laidwiththe bells facing in the direction of laying. G. Jointing: 1, Push-on Joints shall be assembled by pre-positioning a continuous,molded rubber ring gasket in an annular recess in the pipe socket and forcing the spigot end of the entering pipe into the socket,thereby compressing the gasket radially to the pipe to form a positive seal. The design and shape of the gasket and the annular recess shall be such that the gasket is locked in place against displacement as the joint is assembled. Details of the joint design shall be in accordance with the manufacturer's standard practice. The size and shape of the gasket shall be such I as to provide adequate compressive force between the spigot and the socket after assembly to effect a positive seal under all combinations of the joints and gasket tolerances. Contractor shall furnish both the Owner and the Engineer with one Icopy of the pipe manufacturer's joint assembly instructions. The Contractor shall adhere strictly to the pipe manufacturer's joint assembly instructions. 2. Mechanical Joints: The last 8 inches of the spigot and inside of the bell of Imechanical joint pipe shall be thoroughly cleaned and then painted with a soap solution made by dissolving one-half cup of granulated soap in one gallon of I water. The cast iron gland shall then be slipped on the spigot end of the pipe. ZEL1416-02 02650 Low Pressure Se+res 02650-7 1 _ENGINEERS- . ENGINEERS- SECTION 02650 LOW PRESSURE SEWERS The rubber gasket shall be painted with the soap solution and placed on the spigot end with the thick edge toward the gland. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell,being careful to have the gasket evenly positioned around the entire joint. The cast-iron gland shall be moved into position for bolting, all bolts inserted, and the nuts screwed up tightly with the fingers. Nuts spaced 180 degrees apart shall be tightened alternately to produce an equal pressure on all parts of the gland. A suitable torque-limiting wrench shall be used with maximum torque as recommended by the manufacturer. H. Restraining Gasket Assembly Instructions: 1. For cold weather assemblies,keep the temperature of the Gaskets above 40°F. 2. • For cut pipe, select pipe with diameters or circumferences at the cut location which conform to the table given below. 3. For cut pipe, assure that a tapered bevel similar to the one furnished with the pipe is ground onto the end of the pipe. 4. Measure the socket depth and make a mark on the pipe spigot that distance from the end of the pipe. This mark will indicate when the joint is fully"home". 5. Keep the joint in straight alignment during assembly, especially when handling fittings. Do not fully"home"the joint if joint deflection is required. Set the joint deflection after the assembly is made. 6. Approximately twice as much assembly force may be required to assemble a Restraining Gasket into a joint than is required for a conventional push-on joint Gasket. 7. Check for correct positioning of the restraining Gasket by inserting a feeler gauge in the space between the bell and the pipe OD in several locations around the socket to assure that the gasket is in proper position in the socket in accordance with the manufacturer's instructions. 8. Cleaning: A pipe swab shall be kept in the pipe at all times to prevent debris from entering the newly laid pipe. Whenever pipe laying operations are ceased, a watertight, inflatable plug shall be installed in the open end of the pipe to prevent ground water from entering the newly laid pipe. I. Install ductile iron piping and fittings to AWWA C600 J. Route pipe in straight line. K. Install pipe to allow for expansion and contraction without stressing pipe or joints. L. Protect from lateral displacement by placing embedment evenly on both sides of pipe. M. Do not lay pipe in water. Do not lay pipe under unsuitable weather or trench conditions. N. Lay pipe with bell ends facing the direction of laying except when Engineer authorizes reverse laying. O. Backfill trench in accordance with Section 02205, Trench Excavation and Backfill. ]476•G202650Low Pressure Sewers 02650-8 -ENGINEERS- SECTION 02650 LOW PRESSURE SEWERS P. Install trace wire continuous over top of pipe buried 6, above pipe line; coordinate with Section 02205,Trench Excavation and Backfill. Q. Pipe installed undergr..hd shall be marked by the use of a continuous detection buried in the pipe trench 24"inches;beloW the surface. R Protect piping Syste01$.11:9111.entry of foreign materials by temporary covers, completing sectitiris of the'work,and isolating parts of cor%pleted system. 3.5 REACTION SUPPORT All plugs, caps,tees,.wyes,"and at bends deflecting 11-1/4°or iiiore on pipe lines 6 inches in diameter,or larger, shall bre given,reaction support as hereinafter specified;. Reaction support shall be of 3,000 lb_concrete beating directly against undisturbed earth of the trench;wall. Sufficient thrust Klock bearing area shall be installed to.distribute the:thrust into undisturbed earth at a rate not exceeding the allowable soil bearing value. Where conditions are such that the bearing value of the trench wall will not provide satisfactory support er where.the angles.or direction of pipe line deflections will not permit adequate trust block restraint,the Contractor wallbe required to furnish and install restrained joints,American CIP "Fast Grip11, $ Pipe;'Field Lok",;or equal,on each restrained` ieehanleal joint of ductile':iron pips Joint restraint gaskets may be used for;`restrair t of inderground;push-onJ oints.: Whererestrained jaints are used.iii lieu of thrust block :restraint, at least three lengths of pipe.in:each direction from the:turn shall he fitted with restrained joints also. After installation, any tie rod assemblies shall be fully field coated with coal tar bitumastic to prevent corrosion. 3.6 CLEANING A.ipe swab:shall Ee kept in the pipe atall tarries to prevent debris from entering the newly:laid pipe, Whenevei pipe laying operations are ceased,..a.-watertight,inflatable plug;shall be installed in the open end of the pipe to prevent ground water from entering the newly laid pipe. 3.7 CONCRETE ENCASEMENT A. Provide as indicated on the drawings. B. Suitably support and block pipe and anchor against flotation. 3.8 TESTING A. General: After completion of the piping,it shall be tested for leaks in accordance with AWWA 600-82 and proved tight at(+)50 psig and at(-)12.9 psig. The Contractor shall s provide,at his expense, all labor,supesupervision,p_ump-,� measuring devices,power,performance.of all testing on all piping ss for :erfori es miscellaneous equipment and water ilec atY P in accordance with the requirements of these specifications. 1415-02 02650 Low PressufC Sewers 02650-9 Z E I- -ENGINEERS- . .. .tom.... .... ,. .. ... r., .•. ... - .> SECTION 02650 LOW PRESSURE SEWERS B. Pressure and Vacuum Test: After pipe has been laid and partially backfilled, all newly laid pressure pipe or any valved section thereof:shall be subjected to:the appropriate hydrostatic pressureabased on the elevationof the lowest point;in:the line:or section under test and corrected to the elevatioti ofthe':test gage. The duration of each pressure test shall be at least one day(24 hours). Before applying the specified test pressure,all air must be expelled from the line. The Contractor will m lie any necessary taps and insert .,.plugs:after the*HS,.completed. Upon completion of the Pressure test the pipeline shall, be subjected to<a vacuum test. With the pipelinef ill of water,a negative pressure gage shall heinstalled xo the pipeline connecting the test pump::°to the force rriain The pressure test pump shallbe revversed to apply a vacuum to:the pipeline of psiabsolute pressure( 12.9 psi gage).. Upon read ng that pressure:the connection to the;pipeline Will be shut off. The gauge shall read the pressure in the force main. The test shall be conducted for twenty.four(24)hours. All;exposed pipe fi:tants:valves, and joints shall be carefully` examined before backfilling- All defective joints:shallbe repaired or replaced-to the satisfaction of the Engineer. Any cracked or defective pipe,joints, fittings or valves discovered in consequence of this pressure test shalt be:rernoved and replieed With sound material and the test shall be repeated until satisfactory to the Engineer. C. Leakage Test: The:d iration of each leakage test shall be:two hours, and•during,the test the nt.ain:or section o f t1he mann under test shall be subjected to the above•iioted pressure,_. based on the lowest point in the line or section under test.and corrected`to t1e:elevation of the test gage. Leakage:is defined as the quantity of water to he supplied into or Withdrawn froth thexiewly laid pipe, or any valved section thereof,necessary to maintain The specified leakage test pressure after the air has been expelled and the pipe.;lias 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 D L= . 148 L=Allowable leakage in gallons per hour/1000 feet D=The nominal diameter of the pipe in inches P=The average test pressure during the leakage test in pounds per square inch gage(absolute value of number) The coinputedmitxiniraiiealage for the total length of force main is as follows: Pressure Test: 5 gallons,vacuum^testi 2:5 gallons. 3.9 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 fiom the site of the work. END OF SECTION 1416-02 02650 Law PICSSUTC SON= 02650-10 —ENGINEERS— SECTION 02667 WATER LINES PART 1 GENERAL 1.1 SECTION INCLUDES A. Pipe and fittings for water supply 1.2 RELATED SECTIONS A. Section 02200—Excavation,Filling and Backfilling B. Section 02607—Manholes and Covers C. Section 02675—Disinfection of Water Distribution System D. Section 09900—Painting and Finishing 1.3 REFERENCES A. Augusta Utilities Department(AUD–Water and Sanitary Sewer Systems- Guidelines B. ASME B16.18--Cast Copper Alloy Solder Joint Pressure Fittings C. ASME B16.22 Wrought Copper and Copper Alloy Solder Joint Pressure Fittings D. ANSI B31.9—Building Service Piping E. ASTM D2466—Poly(Vinyl Chloride) (PVC)Plastic Pipe Fittings, Schedule 40 F. AWS A5.8—Brazing Filler Metal G. AWWA C104—Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water H. AWWA C105 Polyethylene Encasement for Ductile Iron Piping for Water and Other liquids I. AWWA C110—Ductile-Iron and Gray-Iron Fittings,3 Inch through 48 Inch; for Water and Other Liquids J. AWWA C111—Rubber-Gasket Joints for Ductile Iron and Grey-Iron Pressure Pipe and Fittings K. AWWA C150—Thickness Design of Ductile-Iron Pipe L. AWWA C151—Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds, for Water or Other Liquids M. AWWA C153—Ductile-Iron Compact Fittings, 3 Inch through 12 Inch, for Water and Other Liquids 1416-02 02667 Waco Lines 02667-1 ZEL -ENGINEERS- r " SECTION 02667 WATER LINES N. AWWA C600—Installation of Ductile-Iron Water Mains and Appurtenances O. AWWA C800—Underground Service Line Valves and Fittings P. AWWA C900—Standard for Polyvinyl Chloride(PVC)Pressure Pipe, 4 inch through 12 inch, for Water Q. AWWA C901—Polyethylene(PE)Pressure Pipe, Tubing, and Fittings, 1/2 inch through 3 inch, for Water R. ASTM B88—Seamless Copper Water Tube S. ASTM D1785—Poly(Vinyl Chloride) (PVC)Plastic Pipe, Schedules 40, 80, and 120 T. ASTM D2241-Poly(Vinyl Chloride) (PVC)Plastic Pipe(SDR-PR) U. ASTM D2855—Making Solvent-Cemented Joints with Poly(Vinyl Chloride) (PVC) Pipe and Fittings V. ASTM D3139—Joints for Plastic Pressure Pipes using Flexible Elastomeric Seals W, ASTM D3035—Polyethylene(PE)Plastic Pipe(SDR-PR)Based on Controlled Outside Diameter X. NSF 61 Drinking Water System Components—Health Effects 1.4 SYSTEM DESCRIPTION A. Provide piping complete with all fittings,jointing materials, supports, anchors, and necessary appurtenances. All work under this Section shall conform to AUD–Water and Sanitary Sewer Systems–GuideIines (Latest Edition). 1.5 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples g , p B. Shop Drawings: Provide piping layout fabrication and assembly drawings with fitting dimensions. Provide sufficient information to verify compliance with specifications C. Product Data: Provide data on pipe materials,pipe fittings, and accessories. Provide manufacturer's catalog information with dimensions,material, and assembled weight. Indicate pressure ratings for pipe and fittings. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements E. Test Reports: Submit reports of field pressure tests under provisions of Section 01400, Quality Control 7416-02 02067 Water Linc 02667-2 ZEL -ENGINEERS- SECTION 02667 WATER LINES 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01720,Project Record Documents B. Accurately record actual locations of piping mains,valves, connections, and top of pipe elevations C. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities 1.7 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Section 01730, Operation and Maintenance Data B. Maintenance Data: Include installation and maintenance instructions. 1.8 QUALITY ASSURANCE A. Perform Work in accordance with AUD requirements B. Manufacturer's name and pressure rating marked on piping 1.9 GENERAL REQUIREMENTS A. Allp iping and accessories furnished by the Contractor for incorporation in the work shall be new,unused, and of the type specified herein, and listed in the Bid. All material and construction must be in accordance with the AWWA Standards and any PVC material or plastic service line used must bear 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. B. All water lines.<24 inches will have 4'-0"minimum cover and>24 inches will have a minimum of 6'0" cover unless otherwise noted. Contractor MUST install water line 4'- 0"minimum below roadway grade within the Right-of-Way. C. All service line and parts must be approved by the Augusta Utilities Department. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, store,protect and handle products to site under provisions of Section 01600, Materials and Equipment. B. All pipe,fittings,valves and hydrants shall be stored on site such that they are elevated off the ground at least 6"to prevent any water or form of debris to enter the pipe or pipe openings. All materials shall be properly supported to prevent excess stress while stored. All water systems materials that come into contact with any foreign material shall be thoroughly cleaned before installation in strict accordance with AWWA C651. 1416-02 02667 W Etc Lincs 02667-3 ZEL ' -ENGINEERS- - ' SECTION 02667 WATER LINES C. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation D. During loading, transporting and unloading, exercise care to prevent damage to material: 1. Use slings,hooks,pipe tongs, or skids 2. Do not drop pipe or fittings 3. Do not roll or skid against pipe already on ground 4. Repair any damage done to coating or lining 5. Handle per manufacturer's recommendations 6. Store rubber gaskets in cool dark location 7. Store all material on wood pallets or timbers E. Adequately tag or otherwise mark all piping and fittings as to size 1.11 SERVICE PIPING SCHEDULE: A. Unless otherwise indicated,pipe and fittings shall be constructed of the materials shown in the following schedule for the service indicated. Service Pine Material Fitting_Material. 2"& Smaller Type K Copper, Red Brass Schedule 80 Galvanized Steel Forged Steel Fitting, 3000# PART 2 PRODUCTS 2.1 COPPER TUBING A. Water tubing: Buried,ASTM B88,Type K annealed B. Water tubing: Exposed or above grade,ASTM B88; Type L,hard drawn C. Fittings: 1. Flared Joints: ANSI B 16.26, cast bronze 2. Solder Joints: ANSI B16.18, cast bronze or B 16.22, wrought copper and bronze 3. Compression Joints: Ford "Grip Joint",Mueller "110 Compression"or equal. 4. Unions:All three part unions for longer services and reconnections shall be Ford Brass C44-33G for 3/4"and C44-446 for 1" 5. Dielectric Connections: Union with galvanized or plated steel threaded-end, copper solder end, water imperious isolation barrier: a. Threaded: PSI "Delrin Insulating Couplings," Vallet "V-Line Insulating Couplings," or equal b. Flanged: Epco "Dielectric Flange Unions,"PSI Type E Flange Insulation," or equal D. Solder: Solid wire, ASTM B32, Grade 95TA E. Soldering flux: Paste Type, FS 0-F-506, Type I, Form A 1416-02 02667 Water Lines 02667-4 - E -ENGINEERS- SECTION 02667 WATER LINES F. Brazing filler metal: ASTM C260,BCuP-5;Engelhard"Silvaloy 15," Goldsmith "gb-15," Handy and Hardman "Sil-Foss," or equal G. Brazing flux: Paste Type, FS O-F-499, Type B H. Flanges: Cast bronze, 150 psig,brazed joints,ANSI B16.24: 1. Flange bolts and nuts: As specified for steel pipe 2. Flange gaskets: As specified fo'r steel pipe, except full face 3. 1/16 inch thick preformed neoprene gaskets I. Expansion joints: Flexonics"Model HB Expansion Compensators,"Mercer,or equal 2.2 STEEL PIPE: GALVANIZED AS SCHEDULED A. Extra strong pipe: Seamless ASTM A53 Types,Grade A extra strong(Schedule 80). B. Nipples: CS5, extra strong(Sclledule 80); close nipples permitted only by special authorization in each case. C. Fittings: 1. Forged Steel: Schedule 80, 3,000 lb for extra strong pipe. a. Threaded: Bonney, Crane,Porter, or equal 2. Flanged: Cast iron, 1251b,ANSI B16.1 3. Compression: Dresser"165 Plus-temp Couplings",with restraining rings,Telsco "Series 700 Clamp Style Fittings",with stainless steel clamp rings, or equal. 4. Unions: Type B, galvanized a. Forged steel: Tongue and groove flange type with non-metallic gaskets 5. Flanges: ANSI B16.1, 125 lb or ANSI B16.5, 150 lb 6. Flange bolts and nuts: ASTM A307, length such that after installation,bolts will project 1/8 to 13/8 inch beyond outer face of nut. 7. Flange gaskets: ASTM D1330, Grade I;red rubber,ring type, 1/8 inch thick. 8. Mechanical couplings: Dresser"Style 38", Smith-Blair"Type 411", or equal. 2.3 ACCESSORIES A. Concrete for Thrust Blocks: Concrete type specified in Section 03000 B. Manhole Ring and Cover: Refer to Section 02607. C. Water line markers shall be 60"Phino Tri-View—PST with 6D-5194C Decals installed at locations on plans. D. Tapping Sleeves shall be full circle style constructed completely of stainless steel. The tapping sleeve flange shall also be stainless steel. All bolts,nuts, and washers shall be stainless steel. The tapping sleeve shall be Ford style FTSS rated for a minimum working pressure of 250 psi. 1. 4"— 12" Smith-Blair#663,Ford Meter Box Style FTSS or Mueller H-304SS 2. 14"—24" Smith-Blair#662 or Mueller H-304SS 1 _ 1-0;6-0202667 WaterLM'S 02667-5 Z E I -ENGINEERS Y SECTION 02667 WATER LINES E. Corporation and Curb Stops: All corporation and curb stops for water services and sample tap connections shall be as manufactured by Ford Meter Box Corporation or Mueller Company. 1. Corporation Stops: 3/4"—FB 1000-3G B-25008, 1"—FB1000-4G B-25008 2. Curb Stops: 3/4"—BA43-232WG B-24258, 1"—BA43-344WG B-24258(1R) F. Meter boxes shall be Rome type cast iron 10"X 19"X 12". Top shall have cast ribs on bottom side with four(4) legs to prevent sliding. A 11/4"dia. Hole shall be drilled(or pre- drilled)in the top of the vault slab to receive the touch read conduit. G. Tapping saddle shall have ductile iron body with epoxy coating and 3"wide stainless steel strap with bolts welded directly to strap. Tapping saddle shall be Ford#FC202 or approved equal. H. CORROSION CONTROL I, Comply with provisions under Section 09900, Painting and Finishing J. Shop paint all ferrous metal surfaces of valves and accessories,both interior and exterior, for corrosion protection K. Manufacturer's standard paint will be acceptable if it is functionally equivalent and compatible with specified field coatings L. Bituminous coating or asphalt varnish: Manufacturer's Standard M. Shop lining: Cement,AWWA Cl 04/C205 or Epoxy coating for potable water, AWWA C210 N. Rust inhibitive primer: Tnemec "Series 77 Chem-Prime," Sherwin Williams "Ken Kromick Universal Metal Primer," or equal O. Rust preventative compound: Houghton "Rust Veto 344," Rust-Oleum "R-9," or equal PART 3 EXECUTION 3.1 EXAMINATION A. Verify existing conditions under provisions of Section 01010, Summary of Work. B. Verify that building service connection and municipal utility water main size,location and invert are as indicated C. Carefully examine pipe and fittings for cracks, damage to linings, and other defects prior to installation. All pipe and fittings may be inspected at the place of manufacture by representatives of the Owner and/or by a testing laboratory of the Owner's selection. Such inspection shall not in any way relieve the Contractor from the responsibility for the compliance of all materials installed as specified, nor shall such inspection in any way relieve the manufacturer from his responsibility for materials he furnished to be as specified. 1416.02 02667 Water Lv:cs 02667-6 ZEL -ENGINEERS- SECTION 02667 WATER LINES D. Remove all defective pipe from site and replace E. Examine areas for weak or structural defects or deviations beyond allowable tolerances for piping clearances that adversely affect excavation and quality of Work F. Start installation only when conditions are satisfactory 3.2 PREPARATION A. No pipe fittings,valves or hydrants shall be transported with a loader fork inserted into the pipe or water way as means of transportation. Free dropped pipe, fittings,valves or hydrants may constitute removal and replacement. B. Ream pipe and tube ends and remove burrs C. Remove scale and dirt, on inside and outside,before assembly D. Prepare pipe connections to equipment with flanges or unions 3.3 BEDDING A. Excavate pipe trench in accordance with Section 02200,Excavation, Filling and Backfilling for work of this Section. Hand trim excavation for accurate placement of pipe to elevations indicated B. Place bedding material at trench bottom,level fill materials in one continuous layer not exceeding 8 inches compacted depth, compact to 95percent • C. Backfill around sides and to top of pipe with fill, tamped in place and compacted to 95 percent 3.4 INSTALLATION—PIPE A. Install as specified or in accordance with the manufacturer's recommendations A. In installation,no blocking of pipe barrel above the trench bottom will be permitted. Any pipe which has its alignment, grade, or joints disturbed after laying shall be taken up and re-laid. The interior of the pipe shall be thoroughly cleaned of all foreign matter before laying in the trench and shall be kept clean during laying operations by means of plugs or other approved methods. The pipe shall not be laid in water or when trench or weather conditions are unsuitable for work, and water shall be kept out of trenches until the pipe joints have been completed. When work is not in progress, open ends of pipe and fittings shall be securely plugged so that trench water, earth or other foreign substance cannot enter the line. Plug shall be on site before trench excavation begins. Multiple plugs shall be on site if trenching is starting in more than one area 7476-0202667 Water Lines 02667-7 ZEL -ENGINEERS- 1 4 SECTION 02667 WATER LINES B. Handling: Pipe and accessories shall be handled in such a manner as to insure delivery on the site and installation in the trench in a sound,undamaged condition. Particular care should be taken not to injure the coating. C. 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. After cutting, all burrs and other roughness shall be removed and the exterior of the spigot end suitably beveled to facilitate assembly. If cutting is not possible, short lengths of pipe shall be furnished as necessary. D. 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. All water shall be removed from the trench before pipe is to be laid. E. Temporary Plugging: All ends of pipelines shall be properly plugged and watertight to eliminate any foreign material from entering the pipe at the end of each work session. F. Install ductile iron piping and fittings to AWWA C600 G. Route pipe in straight line. H. Install pipe to allow for expansion and contraction without stressing pipe or joints I. Install access fittings to permit disinfection of water system performed under Section 02675,Disinfection of Water Distribution Systems. J. Slope water pipe and position drain at low points K. Protect from lateral displacement by placing embedment evenly on both sides of pipe L. Do not lay pipe in water. Do not lay pipe under unsuitable weather or trench conditions M. Lay pipe with bell ends facing the direction of laying except when Engineer authorizes reverse laying N. Form and place concrete for thrust blocks at each elbow or change of direction of pipe main O. Establish elevations of buried piping to ensure not less than 3 ft of cover P. Install brass male adapters each side of valves in copper piped system. Sweat solder adapters to pipe Q. Backfill trench in accordance with Section 02200, Excavation, Filling and Backfilling. R. Install trace wire continuous over top of pipe buried 6, above pipe line; coordinate with Section 02200, Excavation,Filling and Backfilling. 1416-02 02.667 Wala02667-8 ZEL ENGINEERS— a » SECTION 02667 WATER LINES S. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the work, and isolating parts of completed system. 3.5 DEFLECTION A. Deflection of water lines 0110iTe or PVC)alignment ���uues deflecgs.shall be tions in excesse in strict of theance with manufacturer's requiren ents If g manufacturer's limitations,the Contractor shall provide special bends or a sufficient number caf shorter length_;of pipeprovide angular deflections within the limits set forth s to ; by the manufacturer. 3.6 CLEANING A pipe swab shall be kept in the pipe at all timesto Prevent: t:deb i r.n get firing e newly the pipe. Whenever pipe laying operations arev , r e plugshall be installed'.inthe open end of the pipe:;to prevent ground water from entering the newly laid pipe. 3.7 SERVICE LINE CONNECTIONS,REPAIR OR REPLACEMENT A. House service lines for 3/4"and 1"taps shall consist of a tapping saddle with 3/4"/l" outlet, %"/1"ballcorp corporation stop,3/4"/1" service line,%"/1"-90 deg. curb stop and meter box. B. 1W'and 2":sersrice limes shall consist of a 2"tapping saddle with 2"outlet,2'iron body gatevalve with valve box, 1'/ '/2":service line, 1.1/2 /2'-90 deg. curb stop.and meter:box. Ballcorp corporation stop shall be CC threads with grip nut. The curb stop shall be an angle ball meter valve. I3.8 SERVICE LINE INSTALLATION A. The service line shall be laid in a straight line and be of a continuous piece from I corporation stop or gate valve to curb stop. ted.and will NOT be m stalled.creetly B. Direct'.taps for service line:connections•are pertait on top.of water lme.. The c ritractor shall tap water in strict accordance with manufacturer's recommendations such that the s shamaintainity of e_pipe it not a minimum of 3'-r6l sed during construction or thereafter- ;Sex-vide over at all times other than direct connectionsto meters. C. Service lines shall be at a minimum depth of 4 feet under pavement. 3.9 TAPPING SLEEVES The existing water line to receive the tapping sleeve shall be checked for"out-of-round" Iand thoroughly cleaned before installing the sleeve. 1416-02 02661 Vlmc Lincs 02667-9 ZEL ENGINEERS— I _ e M SECTION 02667 WATER LINES 3.10 CONNECTIONS TO EXISTING MAINS A. The Contractor shall verify existing conditions of tie-in and submit to Engineer for approval a sketch of the connection if conditions differ;from Contract Documents, The Contractor shall contact the Augusta UtilitiesDepaztment and request approval 5 days. prior to the intended connection date. B. The Contractor shall furnish:and install all fittings;:and appurtenances necessary(Unless otherwise noted)to make connections to the existing distribution system.All solid sleeves used to cut into existingpipes shall.have<a;maximum gap of 3/4"between butted plain:end pipes. Where this is unable to be achieved, a,filler ring shall be installed to close the gap between;the Cut:pipes..All sleeves shall be restrained joint. All restraint necessary, existing pipe and new piping, shall.be the resp rnsibility of the Co tracctor'.. C. Dewatering the existing pipe shall be done to prevent any:cross:contamination of trench water The Contractor`shall provide a pump,sufficient for the rate of now,and/or appropriate drainage to:ensure there>s no:backflow into the existing water line. T he`:cut or break-iii the existing water Rile shall he at the highest point of the connection. D. All fittings,pipe,valves and appurtenances used to connect to the existing water system prior to standard disinfection shall be clean;ree of foreign material and-disinfected,. Disinfection shall utilize a bleacb solution of 1 1/2 parts Water_to I part bleach that shall_ be sprayed inside pipe, valves, fittings and appurtenances before the connection is lo.,be. put back on line with the existing water system. 3.11 CONCRETE BLOCKING FOR RESTRAINT A. Unless otherwise shown, fittings not connected to restrained joint pipe shall utilize I concrete blocking for restraint. The blocking shall be poured as to provide access to all joints.. No;.belts,glands or restraint shall be in direct contact with concrete. T}e:concrete I blocking shall be formed against undisturbed trench wall. All temporary forms shall be removed before backfilling. B. Vertical changes ih the pipe line shall'utilize restrained joint pipe and fittings,or the. combination of, with concreterestraini:ng:collar(see detail)only.. Concreteblocking will not be acceptable for restraint in the vertical position. C. Before installation of concrete blocking for restraint, submittal for approval by Engineer is required 3.12 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Flush and disinfect system in accordance with Section 02675, Disinfection of Water Distribution Systems. I 1416-0202667 Water Lina 02667-10 ZEL _ENGINEERS- ' d # Y a. SECTION 02667 WATER LINES 3.13 TESTING A. General: After completion of the piping,it shall be tested for leaks in accordance with AWWA C600 and proved tight at 250 psi(at low point). The Contractor shall provide, at his expense,all;labor,:supervision,pumps,:measuring devices,power, miscellaneous equipment,temporary plugs or valves and water necessary for performance.of all testing and diSinfectian on.all piping.in accordance with .ic.requirements of these specifications. B. Contractor MUST provide a plan to flush all lines to Standards,AWWA ractorw 2.5l ps. water Contractor MUST also submit to Engineer on how the to not cause any erosion during flushing. 15 la fining all of the injection points, sample. C. Tlie eoiitractor is res cinszlle for strateg1callY p taps and flushing points required for the disinfectionprocess in eider fo best manage*. end result. The contractor;is responsible for providing all taps as required including appropriate sizing:for the disinfection process when injecting chlorine. In addition,the contractor must ensure there is proper flushing points along the pipe line where not already:Shown On theplans and in accordance with th6 finshing-and disinfection planto be submitted to Engineer. Hydrants:shall be.utilized for flushing but cannot be used to pull a TCB sample. The contractor shall coordinate all disinfection process through the Engineer and Augusta Utilities Department. The minimum placement of taps shall be as follows: 1. Within 10' of the beginning and end of newly installed pipe line. 2. Injection tap(s) shall be sized as required to facilitate proper flow and concentration rates. The minimum size of the tap shall be 1" diameter. Where necessary,the contractor is responsible for determining the appropriate size necessary per application. 3. There shall be a tap(s)installed no more than 1200 feet along the pipe line. 4. There shall be a tap(s)installed at all low points along the pipe line. I 5. There shall be a tap(s)installed at all high points along the pipe line. 6. Taps(s) shall be installed on each side of in-line valves where areas can be sectioned off and disinfected as separate entities. ID. Hydrostatic Tests: i. Pressure Test: a. All sample taps shall be installed before pressure testing. The contractor is required to thoroughly flush the newly laid water line prior to pressure testing. All newly installed pressure pipe or any valved section thereof I shall be subjected to the appropriate hydrostatic pressure based on the elevation of the lowest point in the line or section under test and corrected to the elevation of the test gage. The duration of each pressure test shall be two hours. Before applying the specified test pressure, all air must be expelled from the line. The Contractor will make the necessary taps and insert plugs to complete the test. All taps installed shall be marked in red on the Contract Drawings that will serve as the record drawings. Any Iexposed pipe, fittings, valves, and joints shall be carefully examined during the open trench test. All defective joints shall be repaired or 14]6-0202667 WataLinrs 02667-11 I.. I -ENGINEERS- SECTION 02667 WATER LINES replaced to the satisfaction of the.Inspecto.r. My cracked or defective pipe,joints, fittings;valves or hydrants discovered in consequence of this pressure test shall be removed and:replaced with soundmaterial and the test shall be repeated:.'until satisfactory to the Inspector:: 2. Leakage Test: a. The duration of the leakage test shall be for a minimum of two hours, and during the test the main or section of thematn under test shall be subjected to theabove noted pressure:based.:on the lowest point in the line or section under test and corrected to the elevation ofthe ltest 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 e formula L= D- 148 L= Allowable leakage in gallons per hour per 1,000 ft.pipe. D= The nominal diameter of the pipe in inches. P= The average test pressure during the leakage test in pounds per square inch gauge. b.. All visible leaks shall be repaired regardless of the allowance used for testing. 3.14 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:lo n the site of the work. END OF SECTION 1476.02 02567 Water Lina 02667-12-12 ZEL -ENGINEERS- 4 SECTION 02675 DISINFECTION OF WATER DISTRIBUTION SYSTEMS PART 1 GENERAL 1.1 SECTION INCLUDES A. Disinfection of potable water distribution system B. Testing and reporting results 1.2 RELATED SECTIONS A. Section 02667—Site Water Lines 1.3 REFERENCES • A. ANSVAWWA B300—Standard for Hypochlorites B. ANSUAWWA B301—Standard for Liquid Chlorine C. ANSI/AWWA C651—Standards for Disinfecting Water Mains D. NSF 60—Drinking Water Treatment Chemicals -Health Effects 1.4 SUBMITTALS A. Test Reports: Indicate results comparative to specified requirements B. Certificate: Certify that cleanliness of water distribution system meets or exceeds specified requirements I1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01720,Project Record Documents IB. Disinfection report; record: 1. Type and form of disinfectant used I 2. Date and time of disinfectant injection start and time of completion 3. Test locations 4. Initial and 24 hour disinfectant residuals (quantity in treated water)in ppm for each outlet tested 5. Date and time of flushing start and completion 6. Disinfectant residual after flushing in ppm for each outlet tested C. Bacteriological report;record: 1. Date issued,project name, and testing laboratory name, address, and telephone number I2. Time and date of water sample collection 3. Name of person collecting samples 4. Test locations 7476.0202675 Disinfection of Water Distribution Systems 02675-1 Z E I- -ENGINEERS— SECTION 02675 DISINFECTION OF WATER DISTRIBUTION SYSTEMS 5. Initial and 24 hour disinfectant residuals in ppm for each outlet tested 6. Coliform bacteria test results for each outlet tested 7. Certification that water conforms, or fails to conform,to bacterial standards of Augusta Utilities Department(AUD) 8. Bacteriologist's signature and authority 1.6 QUALITY ASSURANCE A. Perform Work in accordance with ANSI/AWWA C651 and C652 1.7 QUALIFICATIONS A. Water Treatment Firm: Company specializing in disinfecting potable water systems specified in this Section with minimum three years documented experience B. Testing Firm: Company specializing in testing potable water systems, approved by the State of Georgia 1.8 REGULATORY REQUIREMENTS A. Conform to AUD"Water and Sanitary Sewer-Guidelines"or state regulation for performing the work of this Section PART 2 PRODUCTS 2.1 DISINFECTION CHEMICALS A. Chemicals: ANSI/AWWA B300,Hypochlorite,ANSI/AWWA B301, Liquid Chlorine PART 3 EXECUTION 3.1 EXAMINATION A. Verify that piping system has been cleaned, inspected and pressure tested B. Perform scheduling and disinfection activity with start-up, testing, adjusting and balancing, demonstration procedures, including coordination with related systems C. Complete disinfection after passing pressure tests 3.2 PRESSURE TESTING AND DISINFECTION A. Provide and attach required equipment to perform the work of this Section B. Pressure test system under provisions of Section 02667, Water Lines. Repair leaks and re-test C. Prior to starting work, verify system is complete, flushed and clean i-016.02 02675 Disinfection of WeterDistribotion Systems 02675-2 5-2 ZEL -ENGINEERS- SECTION 02675 DISINFECTION OF WATER DISTRIBUTION SYSTEMS D. Inject treatment disinfectant, free chlorine in liquid from into piping system to obtain 50 mg/L residual E.. Bleed water from outlets to ensure distribution and test for disinfectant residual F. Maintain disinfectant in system for 24 hours G. Flush, circulate and clean until residual equal to that of incoming water or 1.0 mg/L is achieved;use municipal domestic water H. Take samples no sooner than 24 hours after flushing, from outlets and from water entry, and analyze I. Replace permanent system devices removed for disinfection 3.3 QUALITY CONTROL A. Owner shall pay all costs for bacteriological tests and analysis of treated water except as indicated otherwise under provisions of Section 01400, Quality Control B. Test samples in accordance with ANSI/AWWA C651 END OF SECTION 1416.02 02675 Disinfection of Woter Distribution Systems 026753 Z E -ENGINEERS— 4 I A A SECTION 02720 STORM DRAINAGE SYSTEMS PART 1 GENERAL 1.1 SECTION INCLUDES A. Extent of storm drainage systems work is indicated on drawings and schedules, and includes removal and replacement of storm drainage features required by construction of low pressure sewer. 1.2 RELATED SECTIONS A. Section 02205—Trench Excavation and Backfill B. Section 02607—Manholes and Covers C. Section 03000 - Concrete 1.3 REFERENCES A. ASTM A48 - Gray Iron Castings B. ASTM A1064 - Carbon-Steel Welded Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete C. ASTM A615 -Deformed and Plain Billet-Steel Bars for Concrete Reinforcement D. ASTM C33 - Concrete Aggregate E. ASTM C150-Portland Cement F. ASTM C478 -Precast Reinforced Concrete Manhole Sections G. ASTM C913 -Precast Concrete Water and Wastewater Structures H. ASTM C923 -Resilient Connectors Between Reinforced Concrete Manhole Structures and Pipes 1.4 QUALITY ASSURANCE A. Manufacturer's Qualifications: Firms regularly engaged in manufacture of storm drainage system's products of types,materials, and sizes required, whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer's Qualifications: Firm with at least 3 years of successful installation experience on projects with storm drainage work similar to that required for project. C. Environmental Compliance: Comply with applicable portions of Georgia Environmental Protection Division regulations pertaining to storm drainage systems 1416-02 02720 Storni Drcinsgc Systems 02720-1 ZEL -ENGINEERS- x • SECTION 02720 STORM DRAINAGE SYSTEMS 1.5 SUBMITTALS A. Product Data: Submit manufacturer's technical product data and installation instructions for storm drainage system materials and products B. Shop Drawings: Submit shop drawings for storm drainage systems, showing piping materials, size, locations, and inverts. Include details of underground structures, connections, and manholes. Show interface and spatial relationship between piping and proximate structures C. Record Drawings: At project closeout, submit record drawings of installed storm drainage piping and products,in accordance with requirements of Division 1 D. Maintenance Data: Submit maintenance data and parts lists for storm drainage system • materials and products. Include this data,product data, shop drawings, and record drawings in maintenance manual;in accordance with requirements of Division 1 PART 2 PRODUCTS 2.1 PIPES AND PIPE FITTINGS A. General: Provide pipes of one of the following materials, of weight/class indicated. Provide pipe fittings and accessories of same material and weight/class as pipes, with joining method as indicated B. Reinforced Concrete Pipe: Pipe greater than 12"shall be ASTM C 76, Class III 1. Fittings: Reinforced concrete, same strength as adjoining pipe, tongue-and-groove gasketed joints complying with ASTM C 443 C. Concrete Pipe: Pipe smaller than 12" shall be ASTM C 14, Class 2 non-reinforced concrete pipe 1. Fittings: Concrete, same strength as adjoining pipe,tongue-and-groove gasketed joints complying with ASTM C 443 D. HDPE Pipe: Where indicated, HDPE pipe and HDPE Fittings shall be ADS N-12 or an equal product meeting ASSHTO M294 Type S, ASSHTO M294 joints,ASTM D3350 material properties. 2.2 STORM SEWER MANHOLES A. General: Comply with Section 02607, Manholes and Covers. B. Frame and Cover: Cast or Ductile-iron, 26" diameter cover,heavy-duty,indented top design complying with F.S. RR-F-621 and ASTM A220 with lettering cast into top reading "STORM SEWER" 1416-02 ozr_a Storm Drainage Systems 02720-2 ZEL -ENGINEERS-- 4 i ...._.. ...._.... SECTION 02720 STORM DRAINAGE SYSTEMS 2.3 CATCH BASINS A. General: Catch basin structures shall conform to GDOT#1033D and#1034D Precast Catch Basins. B. Frame and Grate: Cast or Ductile-iron, 26" diameter flat grate,heavy-duty complying with F.S. RR-F-621 and ASTM A220 C. Pipe Connectors: Resilient, complying with ASTM C 923 2.4 PRECAST DROP INLET STRUCTURES A. Drop inlet structures shall conform to GDOT#1019A Precast Drop Inlet with Type"B" or Type"E"Hoods. Refer to drawings for type of Hood. B. Inlet structures shall conform to GDOT#1011A Precast Reinforced Manhole with Frame and Cover 2.5 PIPE CONNECTIONS A. Holes for Pipe: Each unit shall be cast with pipe holes of the specific number and dimensions necessary to incorporate the unit into the drainage system as shown on the plans. B. Pipe Connections: Pipe shall be connected to units with either mortar or Class "A" concrete 2.6 RIP RAP A. Stone Riprap: The stone used for and stone tisfa tory to the Engineer. The stone shall slopebe dand resistant to the action of air and water have a density of not less than 150 pounds per cubic foot. Neither the breadth nor the thickness of any piece of stone shall be less than one-third of its length. The stone will be subject to inspection on delivery and if found to be improper as gradationorspecified below:,it will be rejected. The stone shall consist of quarry run sizes, graded Stone Slope Protection Size of Stone Percent of Total Weight Smaller than the Given Size Class 1 100 lbs. 100 60 lbs. 80 25 lbs. 50 2 lbs.Not to Exceed 10 74:6-02 02720 Storm Drainage Systems 02720-3 ZEL -ENGINEERS- M y M SECTION 02720 STORM DRAINAGE SYSTEMS PART 3 EXECUTION 3.1 INSTALLATION OF IDENTIFICATION A. General: During backfilling/topsoiling of storm drainage systems,install continuous underground type plastic line marker, located directly over buried line at 6" to 8"below finished grade 3.2 INSTALLATION OF PIPE AND PIPE FITTINGS A. A. General: 1. Install piping in accordance with governing authorities having jurisdiction, except where more stringent requirements are indicated 2. Inspect piping before installation to detect apparent defects. Mark defective materials with white paint and promptly remove from site 3. Lay piping beginning at low point of system, true to grades and alignment indicated,with unbroken continuity of invert 4. Place bell ends or groove ends of piping facing upstream 5. Install gaskets in accordance with manufacturer's recommendations for use of lubricants, cements, and other special installation requirements B. Concrete Pipe: Install in accordance with applicable provisions of ACPA "Concrete Pipe Installation Manual" C. Cleaning Piping: 1. Clear interior of piping of dirt and other superfluous material as work progresses. Maintain swab or drag in line and pull past each joint as it is completed 2. In large, accessible piping, brushes and brooms may be used for cleaning 3. Place plugs in ends of uncompleted conduit at end of day or when work stops 4. Flush lines between manholes if required to remove collected debris D. Joint Adapters: Make joints between different types of pipe with standard manufactured adapters and fittings intended for that purpose E. Closing Abandoned Utilities: 1. CIose open ends of abandoned underground utilities which are indicated to remain in place. Provide sufficiently strong closures to withstand hydro-static or earth pressure which may result after ends of abandoned utilities have been closed 2. Close open ends of concrete or masonry utilities with not less than 8"thick brick masonry bulkheads 3. Close open ends of piping with threaded metal caps,plastic plugs, or other acceptable methods suitable for size and type of material being closed. Wood plugs are not acceptable F. Interior Inspection: 1. Inspect piping to determine whether line displacement or other damage has occurred 1416•02 ozno Storm vf-.jnesesntoom 02720-4 Z E -ENGINEERS- *. .a .. .Y- a .. ... !" ...J •. .. SECTION 02720 STORM DRAINAGE SYSTEMS 2.. Make inspections after lines between manholes,or manhole locations,have been installed and approximately:T of backfill is in place, and again at completion of project 3 If inspection indicates poor ahgrunent,::debris, displaced pipe,infiltration or other defects ;Correct such defects, and reinspect. 3.3 PRECAST CONCRETE MANHOLES A. General: Place precast concrete sections as indicated. Where manholes occur in pavements,:set tops of frames and covets flush with finish surface. Elsewhere, set tops 3" above finish surface',unless otherwise indicated B. Installation: Install in accordance with ASTM C 891 C. Rubber Joint Gasket: Provide rubber joint gasket complying with ASTM C 443 at joints of sections 3.4 CATCH BASINS AND INLETS A. General: Construct to sizes and shapes indicated B. Frames and Grates: Set frames and grates to elevations indicated C. Set to within± 1/2 inch of grade on a bed of compacted sand bedding material which is approximately 2 to 3 inches thick 3.5 CONNECTION TO EXISTING STRUCTURES A. For branch connections from sae into existing 24" of larger piping, or to:undergrour, structures,cut opening into unit sufficiently large to allow t 3" of concrete obetruckedd around entering connection. Cut ends of connection passing gh p wall to conform to shape of and be flush with inside wall,unless s otherwise6consinte for ted. On outside of pipe or structure wall, encase entering connection minimum length of 12" to provide additional support or collar from connection to undisturbed ground B. Provide concrete which will attain minimum 28-day compressive strength of 3000 psi, unless otherwise indicated C. Use epoxy bonding compound as interface between new and existing concrete and piping materials D. Take care while making connections to prevent concrete or debris from entering existing piping or structure. Remove debris, concrete, or other extraneous material which may accumulate 1416A2 02720 Storm Drainage Systans 02720-5 --ENGINEERS- SECTION 02720 STORM DRAINAGE SYSTEMS 3.6 PLACEMENT OF RIPRAP A. Stone Riprap: The slope protection shall be placed in such a manner as to produce a reasonable well-graded mass of material with the minimum practicable percentage of voids, and shall be constructed within the limits and to the lines, grades, and sections shown on the Plans. A tolerance of plus 6 inches or minus 3 inches from the limits shown on the Plans will be allowed in the finished surface on the slope protection except that the extreme of this tolerance shall not be continuous over an area greater than 100 square feet. Materials shall be placed in horizontal layers starting on the riverward edge of the section and worked up the slope. Dumping down the slope will not be permitted. Materials shall not be dropped from a height greater than 3 feet. Any damage to the slope due to the fault of the Contractor shall be repaired at no expense to the Owner 3.7 BACKFILLING • . A. General: Conduct backfill operations of open-cut trenches closely following laying, jointing, and bedding of pipe, and after initial inspection and testing are completed B. To minimize local area traffic interruptions, allow no more than 100'between pipe laying and point of complete backfilling END OF SECTION 1416-D2G2720Storm IhauegcSwans 02720-6 Z E a -ENGINEERS- SECTION 02732 SANITARY SEWER PART 1 GENERAL 1.1 SECTION INCLUDES A. Gravity sewer lines, fittings, accessories and bedding B. Cleanout access, and accessories 1.2 RELATED SECTIONS A. Section 02205 —Trench Excavating and Backfill B. Section 02607 -Manholes and Covers C. Section 03000 - Concrete D. Section 03600 - Grout 1.3 REFERENCES A. Augusta Utilities Department(AUD) "Water and Sanitary Sewer Systems—Guidelines" B. ANSI A21.51 -Ductile-Iron Pipe, Centrifugally Cast, for Water C. ANSI A21.11 -Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings D. ASTM D1784-Rigid Polyvinyl Chloride(PVC) Compounds E. ASTM D2321 -Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe F. ASTM D2412 - Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading G. ASTM D3034 -TYPE PSM Polyvinyl Chloride(PVC) Sewer Pipe and Fittings H. ASTM D3212-Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals I. ASTM F477 -Elastomeric Seals (Gaskets) for Joining Plastic Pipe J. ASTM F679 -Polyvinyl Chloride(PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings K. ASTM F794- Standard Specification for Poly(Vinyl Chloride) (PVC)Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter L. AWWA C151 -Ductile Iron Pipe, Centrifigually Cast, For Water 1416-02 02732 Sanitary Sews 02732-1 ZEL —ENGINEERS— I k 0 SECTION 02732 SANITARY SEWER 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawing, Product Data and Samples. B. Product Data: Provide data indicating pipe,pipe accessories, and standard dimensions. C. Manufacturer's Installation Instructions: Indicate special procedures required to install Products specified. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements, 1.5 PROJECT RECORD DOCUMENTS A. Submit documents under provisions of Section 01720,Project Record Documents. B, Accurately record location of pipe;pipe: ipe fittin�siS co�nections, cleanouts,invert elevations p-,C' and coordinates at each pipe run entrance and exit including.allmanholes I or zontal and vertical as-built elevations are required for all pipe joints. Vertical tolerance: 1/2 inch;horizontal tolerance: 6 inch C. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.6 FIELD MEASUREMENTS A. Verify that field measurements and elevations are as indicated. 1.7 COORDINATION A. Coordinate the Work with connection to sewer with the utility service Owner. 1.8 SOURCE QUALITY CONTROL A. Identification Marks: Clearly and permanently marked at not greater than 5 foot intervals with pipe diameter, PVC cell classification,manufacturer,plant, shift,ASTM, SDR . B. Testing for PVC shall be per ASTM D3034: 1. Test products not manufactured in the U.S. at an acceptable laboratory in the U.S. PART 2 PRODUCTS 2.1 PIPE MATERIALS A. Polyvinyl Chloride(PVC)Pipe 1. Sanitary sewer pipe and fittings,large diameter PVC: a. 18 through 36 inch,ASTM F679, T-1 Wall, SDR 26 b. Cell classification:ASTM D1784: 1) Pipe: 12364-B 2) Fittings: 12454-B c. Pipe length: 12 to 20 feet standard manufactured length for construction 1416-02 02732 Sanitary Sewer 02732-2 ZEI. —ENGINEERS— . 0 SECTION 02732 SANITARY SEWER 2. Sanitary sewer pipe and fittings: a. 6 through 15 inch,ASTM D3034, SDR35 b. Cell classification: ASTM D1784, 12454-B c. Pipe length: 12 to 20 feet standard manufactured length for construction 3. Joints (PVC): a. Integral bell,ball-and-spigot rubber gasketed joint,ASTM D3212 and F477 b. Internally cast bell with one sealing ring c. Designed to hold pipe in alignment,provide flexibility, separate the ends of pipe lengths,resist applied earth pressures, and provide fluid tightness d. Rubber rings:ASTM D3212 and F477 B. Ductile Iron Pipe: DIP shall be pressure class 350 for 4 inch thru 12 inch, class 250 for 14 inch thru 20 inch, class 200 for 24 inch and class 150 for 30 inch thru 64 inch. The pipe shall be coated on the interior with 40 mils nominal dry film thickness of PROTECTO 401 Ceramic epoxy or approved equal. Ductile Iron Pipe designed and manufactured in accordance with ANSI A21.51 centrifugally cast in metal or sand lined molds. Exterior surface shall be seal coated with a 1 mil thick approved asphaltic coating in accordance with ANSI/AWWA C151. 2.2 BEDDING MATERIALS A. Bedding: Provide bedding as specified in Section 02205,Trench Excavation and Backfill. 2.3 EXAMINATION A. Examine pipe and fittings and do not use individual sections containing cracks, dents, abrasions, and other defects. Remove defective material from the site. B. Mark rejected pipe and remove from the site. C. Verify that trench cut is ready to receive work and excavations, dimensions, and elevations are as indicated on Drawings. 2.4 PREPARATION A. Hand trim excavations to required elevations. Correct over excavation with coarse aggregate. B. Remove large stones or other hard matter which could damage pipe or impede consistent backfilling or compaction. C. Cutting: 1. Cut and bevel ends in accordance with manufacturer's standard instructions 2. Machine cut ends smooth and square to proper dimensions 3. Do not cut with a cold chisel,iron pipe cutter, or any other method that may fracture the pipe or leave ragged,uneven edges 4. Remove burrs and wipe off all dust and dirt from jointing surfaces 1416-02 02732 San$:ay Sewer 02732-3 Z E L_ =ENGINEERS= SECTION 02732 SANITARY SEWER 2.5 BEDDING A. Excavate pipe trench in accordance with Section 02205, Trench Excavation and Backfill for work of this Section. Hand trim excavation for accurate placement of pipe to elevations indicated. B, Place minimum of 4 inches of bedding material at trench bottom, level and consolidate materials in accordance with Section 02205, Trench Excavation and Backfill. 2.6 INSTALLATION-PIPE A. Install pipe, fittings, and accessories in accordance with ASTM D2321 and manufacturer's instructions. Seal joints watertight. B. Inspect pipe and accessories for defects before lowering into trench. Replace all defective, damaged or unsound pipe. C. Remove all dirt and foreign material from the inside of pipe before laying. D. Check bedding for firmness and uniformity of surface immediately before laying each section of pipe. E. Carefully lower pipe, fittings, valves, and accessories into the trench with derricks,ropes, and other suitable equipment to prevent damage. F. Do not dump or drop pipe or accessories into trench. G. Lay pipe to slope gradients noted on Drawings: 1. Closely joint to form a smooth flow line H. Provide full support of pipe barrel over its entire length. I. Place and tamp bedding under haunches of pipe up to spring line in previously dug bell holes. J. Install bedding at sides and over top of pipe to minimum compacted thickness of 12 inches compacted to 95 percent. K. Utilize implements,tools, and facilities per manufacturer instructions. L. Keep pipe clean during and after laying. I M. Close all open ends with watertight expandable type sewer plugs or test plugs N. Remove and relay any pipe which has floated. O. Do not lay pipe when: 1. There is water in the trench 2. Trench conditions are unsuitable 3. Weather conditions are unsuitable _ IIA 16.02 62732 Sanitary Saver 02732-4 Z E —ENGINEERS— . 4 4 SECTION.02732. SANITARY SEWER P. Use acceptable adaptors at manhole and structure connections to provide a watertight seal and flexibility;provide a short length of pipe outside each connection. Q. Refer to Section 02205, Trench Excavation and Backfill for trenching requirements. Do not displace or damage pipe when compacting. R. Refer to Section 02607, Manholes and Covers for manhole requirements. S. Connect to building sanitary sewer outlet and the sewer system. 2.7 JOINTING A. Assemble in accordance with the manufacturer's instructions. B. Wipe clean pipe ends, gasket and gasket groove before inserting gasket. C. Apply lubricant furnished by the pipe manufacturer to the gasket and the outside of the spigot end. D. Utilize assembly tool per manufacturer instructions to center the sleeve over the spigot end. E. Insert the spigot end to the reference mark. F. Check gasket location after assembly with a suitable gage: 1. Gasket locations to be the distance form the sleeve and recommended by the coupling manufacturer for their full circumference 2. If not within the required limits, disassemble and reassemble the joint 2.8 FITTINGS A. Install utilizing standard methods. B. Lower into trench with rope, cable, chain, or other means to prevent damage. C. Attach rope, cable or chain around the exterior. D. Do not attach rope, cable, or chain through the interior. E. Carefully connect to pipe or other facility. F. Check joint to insure a sound and proper joint. 2.9 INSTALLATION- CLEANOUTS A. Form bottom of excavation clean and smooth to correct elevation. B. Form and place cast-in-place concrete base pad, with provision for sanitary sewer pipe end sections. C. Establish elevations and pipe inverts for inlets and outlets as indicated. D. Mount lid and frame level in grout, secured to top cone section to elevation indicated. 1416-0202732 Saoiiary Save 02732-5 ZEL ENGANEERS I A R SECTION 02732 SANITARY SEWER 2.10 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400, Quality Control. B. Request inspection prior to and immediately after placing bedding. C. Compaction testing will be performed in accordance with Section 02205,Trench Excavation and Backfill. D. If tests indicate Work does not meet specified requirements,remove Work,replace and retest at no cost to the Owner. E. Air test: 1. Perform an air test on each reach of sewer or drain pipe between manholes: a. Test the first reach prior to installing any of the remaining pipe b. Provide all necessary piping between the reach to be tested together with all required materials and equipment c. Methods used, scheduling, and duration of tests shall be acceptable to Engineer • d. Low pressure air testing 100 percent of system: 1) Submit complete information to Engineer for review describing the proposed test method of water exfiltration testing manholes before beginning air testing. 2) Preparation for tests: Flush and clean the sewer line prior to testing in order to wet the pipe surfaces and produce more consistent results. Plug and brace all openings in the main sewer line and the upper connections. Check all pipe plugs with a soap solution to detect any air leakage. If leaks are found, release the air pressure, eliminate the leaks and start the test procedure over again. 3) Procedure of test: Add air until the internal pressure of the sewer line is raised to approximately 4.0 psi gage at which time the flow of air shall be reduced and the pressure maintained between 3.5 and 4.5 psi gage for a sufficient time to allow the air temperature to come to equilibrium with the temperature of the pipe. 4) After the temperature has stabilized,permit the pressure to drop to 3.5 psi gage in excess of the ground water pressure above the top of the sewer, at which time a stop watch or a sweep second hand watch shall be used to determine the time lapse required for the air pressure to drop to 3.0 psi gage. 5) The time elapsed shall not be less than the following: Pipe size(Inches) Time(sec) 6 through 15 2.67 by length of pipe in feet 18 through 36 6.84 by length of pipe in feet 6) Brace all plugs sufficiently to prevent blowouts and vent the pipeline completely before attempting to remove the plugs. 1416-02 02732 Seaway Scwcr 02732-6 32-6 Z E_ I —ENGINEERS— SECTION 02732 SANITARY SEWER 7) Provide pressurizing equipment with a relief valve set at 5 psi to avoid over pressurizing and damaging an otherwise acceptable line. 8) Conduct exfiltration tests on each manhole,leakage as per exfiltration allowable leakage for manhole. e. Conduct smoke tests to detect leaks if exfiltration or air tests fail to meet specified limits. f. Manholes and pipe lines shall not have any visible leaks or damp spots. g. Repair and retest lines that fail tests until satisfactory results are obtained. F. Infiltration Test: 1. At any time prior to expiration of the correction period,infiltration exceeds 50 gallons per inch of nominal diameter per mile per day, locate the leaks and make repairs 2. If results of infiltration test are not acceptable,perform TV inspection of the reach in question at the discretion of the Engineer G. Pipe Deflection test: 1. No sooner than 30 days after placement and compaction of backfill,but prior to placement of permanent surface materials, clean and mandrel each line to detect obstructions (deflections,joint offsets,lateral pipe intrusions, etc.) 2. Use a rigid mandrel with diameter of at least 95 percent of the pipe's specified average inside diameter and a length of the mandrel circular portion at least equal to the nominal pipe diameter 3. Maximum allowable deflection is 5 percent of the base internal diameter 4. Pull the mandrel through the pipe by hand 5. Relay or replace all pipe exceeding the 5 percent deflection at no additional cost to the Owner. 6. Retest repaired sections 7. Maximum allowable deflection at end of one year correction period, 7-1/2 percent of the base internal diameter tested in the same manner. Uncover and repair sections exceeding the allowable deflection. END OF SECTION 1416.0202732Smitoy Sewn 02732-7 Z E L —ENGINEERS— • 0 SECTION 02739 CURED IN PLACE(CIPP) SEWER REPAIR LINING PART 1 GENERAL 1.1 SECTION INCLUDES A. Reconstruction of sanitary sewer lines by the cured-in-place pipe(CIPP)method. 1.2 DESCRIPTION OF WORK A. The CIPP method is defined as the reconstruction of gravity sewer pipe by the installation of a(thermosetting)resin impregnated polyester d to the host tuie. d tubeeans shallof a ater an impermeable inner surface and shall be forme pipe by column or suitable pressure system. The CIPP shall extend the full length of the pipe reach being rehabilitated, and shall provide a structural sound,impermeable,joint-less, and close-fitting pipe within a pipe when cured. The work shall consist of,but not necessarily be limited to,performing the following work tasks: 1; Sewer line cleaning 2. Sewer flow control (Bypassing) 3:, Closed circuit television inspection 4. Cured-in-place pipe rehabilitation 1.3 QUALIFICATIONS A. Recognized cured-in-place-pipe liner systems include bar are not limited to: 1. Inliner USA 2; Insituform Technologies 3. Cure-Line 4. Equivalent equals approved by the Engineer 1.4 REFERENCES A. ASTM F1216 - Standard Practice forrehabilitReo nof ExistingegnaPipelines id elan s and Conduits by the Inversion and Curing of B. ASTM D5813 - Standard Specification for Cured-In-Place Thermosetting Resin Sewer Pipe. C. ASTM D638 -Test Method for Tensile Properties of Plastics D. ASTM D790 -Test Method for Tensile Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 02739-1 ZEL. 1416-0202739 Cured In Plate(CIPP)Sewa Rcpeir Lining —ENGINEERS— I 0 SECTION 02739 CURED IN PLACE(CIPP) SEWER REPAIR LINING PART 2 PRODUCTS 2.1 CURED-IN-PLACE PIPE MATERIALS A. Felt Tube 1. The tube shall be supplied by the system licensor to the licensed contractor according to ASTM F-1216 or ASTM F-1743. The tube shall consist of one or more layers of flexible,needled felt or an equivalent woven and/or non-woven material capable of carrying resin, withstanding installation pressures and curing temperatures, and compatible with the resin system used. B. Resin/Catalyst 1. The contractor shall furnish a polyester,vinylester, or epoxy resin compatible with the approved liner and a compatible catalyst system that shall meet the requirements of ASTM F-1216 and ASTM F-1743. The resin manufacturer shall provide the contractor with their recommended curing cycle according to ASTM F-1216 and ASTM F1743 and shall submit the same to the project engineer for his approval. The resin shall not contain fillers or additives, except those required for viscosity control, fire retardant, modulus enhancement or chemical resistance. Thixotropil agents that will not interfere with visual inspection may be added for viscosity control. Resins may contain pigments, dyes, or colors that do not interfere with the CIPP or it's required structural properties. 2.2 STRUCTURAL REQUIREMENTS A. Design Criteria 1. The CIPP thickness shall be calculated and designed based upon the following physical condition of the existing pipe to be rehabilitated. a. All pipes shall be considered partially deteriorated. b. All pipes shall be subjected to soil load of 120 lbs./cu.ft.With applicable • live load and water table 5 feet below the top of the ground. c. All pipes shall have a minimum of 2%ovality in the circumference. d. Any pipelines running under highways, city streets, or other roadways shall be assumed to carry highway live loads of(l 6,0001bs.), if pipe is fully deteriorated. B. Mechanical Properties 1. The installed CIPP shall meet the following minimum structural standards: a. Flexural Strength(ASTM D790) 4,500 psi b. Flexural Modulus (ASTM D790)400,000 psi. PART 3 EXECUTION 3.1 INSTALLATION PROCEDURES A. Safety 1. The Contractor shall carry out this operation in strict accordance with all OSHA and manufacturer's safety requirements. Particular attention is drawn to those safety requirements involving working with scaffolding entering confined spaces and operations with hot media. 147642 02739 Cured In Place(CIDP)Saar Repair Lining 02 73 9-2 Z E L —ENGINEERS— 0 SECTION 02739 CURED IN PLACE(CIPP) SEWER REPAIR LINING B. Pre-Installation 1. The Installer must satisfy all insurance, financial, land bonding requirements of the Owner, and must have had at least 3 years active experience in the pipeline reconstruction field or related fields. In addition, the Installer must show compliance with 3.01 F. Experienced personnel trained in locating breaks, obstacles, and service connections by closed-circuit television shall perform inspection of pipelines. The interior of the pipeline shall be carefully inspected to determine the location of any conditions,which may prevent proper installation of the lining of the pipelines, and it shall be noted so that these conditions can be corrected. The Owner shall keep a videotape and suitable log for later reference. C. Bypass 1. Bypass Pumping: The contractor shall provide for the flow of sewage around the section of sewer lines designated for lining. Plugging the line at an existing upstream manhole and pumping or directing the flow to a downstream manhole or adjacent sanitary sewer system shall make the bypass. The pump(s) and bypass lines shall be of adequate capacity and size to handle the flow. Raw sewage shall be routed back to the sanitary sewerage system. D. Cleaning 1. Pre-Installation Cleaning: It shall be the responsibility of the Contractor to remove all debris that is located within the sewer pipe and dispose of the debris in accordance with all applicable laws and regulations. E. Pre/Post-Inspection 1. Pre/Post-Installation Television Inspection: It shall be the responsibility of the Contractor to video (TV) inspect the sewer pipe immediately before and after the insertion of the impregnated tube to assure that the pipe is clean and existing pipe conditions are acceptable for lining. I F. Procedures 1. An itemized list detailing the installation procedures shall be submitted. 2. Installer shall submit evidence of being trained to install the Product. I3. All related ASTM standards,or any nationally recognised standards, for installation of the product shall be submitted. 4. Detailed procedures shall be submitted for repairing the product in the event of failure or future damage. These procedures should not require specialized training and/or equipment for the Owners'maintenance crews. 5. Detailed procedures shall be submitted for future tapping of service connections into the product. The procedures should not require specialized training and/or equipment for the Owner's maintenance. I 14/6-02 02734 Cured InPlace(CIPP)Sewer Repair Lining 02739-3 Z E L. -ENGINEERS- ) I 4 a SECTION 02739 CURED IN PLACE (CIPP) SEWER REPAIR LINING 3.2 RESIN IMPREGNATION A. The Contractor will designate a location where the felt tube will be impregnated. The quantity of resin-used for tube impregnation,shall be suff ci ent to fillthe volume.of air voids in the tube with:additional allowances for polymerization shrinkage;and.:the loss:of resin through cracks and irregularities in the original pipe wall .A vacuum unpf egnatiori process and a roller system shall be used to uniformly distribute the resin through out the tube. 3.3 INVERSION USING HYDROSTATIC HEAD A. The resin-impregnated tube shall be inserted through an existing manhole by means of an inversion ring or standpipe, capable of applying.the hydrostatic head requiredto fully extend the tube to the next designated manhole Or termination point. The tube shall be inserted into the inversion standpipe;the tube shall be turned inside out and attached to the inversion standpipe so that a leak-proof seal is corrugated. The inversion head shall be adjusted to a sufficient height to invert the tube from the manhole.stanliole:to: and:;to hold it tight against the existing pipe wall,;producing dimples at;side connections and' flared ends at the manhole. Care shall:be taken not to overstress the felt tube:at the elevated curing temperatures,which may cause damageor failure prior:to cure. 3.4 CURING USING CIRCULATED HEATED WATER A. After the inversion process is completed, the Contractor shall supply a suitable heat source and water throughout the section to uniformly raise the water temperature above the temperature required to affect a cure of the resin. The resin/catalyst system manufacturer shall recommend this temperature. .'. B. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply.Another such gauge shall be placed between the layers Of the impregnated felt tube in the upstream, downstream, and intermediate manholes to determine the temperature during curing Water temriperature'in the line: during the curing period.shall:not be less than 140 degrees F or more than 200 degrees F as measured at the heat source return line Initial cure may be considered complete when the exposed portions of the felt tube pipe appear to be hard, and the remote sensing device indicates the temperatures to_ be adequate as recommended by the resmlcatalyst system manufacturer. 3.5 COOLING DOWN A. The Contractor shall cool the hardened CIPP to a temperature below 100 degrees F before relieving the water column. Cool water may be added to the water column while draining hot water from a:smallholeaf the end of the CIPP so that a constant water column height is Maintained until cool-down is completed. Careful attention shall be taken not to co'ol:too.quickly to eliminate the possibility of tbermoshock, % I 1416-02 02739 Cured In Place(CIPP)Sewer Repair Lining 02739-4 Z E L —ENGINEERS— M k Elk SECTION 02739 CURED IN PLACE(CIPP) SEWER REPAIR LINING 3.6 SEALING AT MANHOLES A. The CIPP shall make a tight fitting seal with the existing pipe(s)in the manhole. An acceptable seal approved by the manufacturer shall be applied circumferentially near the annular space touching the end of existing pipe and be properly encased with a cement- based orches based mortar. The top half of the pipe shall be neatlycut:off,at least.four(4) ' away from the walls. Breaking or shearing the pipe will not be allowed. The channel in the manhole shall be a smooth continuation of the pipe(s)and shall be merged with other lines or channels,if any. The channel cross-section shall be U-shaped with a minimum height of one-half the pipe diameter to three-fourths of the pipe diameter for fifteen(15) inches and larger. The side of the channels shall be built up with mortar/concrete to provide benches at a maximum 1 in 12 pitch towards the channel. B. CIPP and the existing pipe in the rnan�hle oles shall be individually inspected for linerl be sealed as above before cuton - offs, the next manhole section and benches and sealing works. C. The connection between the cured-in-place pipe and the existing manhole shall be sealed to eliminate all ground water infiltration into the sanitary sewer system at this connection. 3.7 INSPECTION A. The finished pipe shall be continuous over the entire length of the sewer pipe, section. The finished liner will tightly conform to the walls of the existing(host) i e, therefore it is the Contractor's responsibility to verify the section lengths and pipe dimensions.No gap or annular space between the finished liner and the host pipe shall be allowed or be visible at the manhole, sewer service connection, or other exposed points within the finished liner section. The finished liner shall be homogenous throughout and free of any protrusions,holes, cracks, etc.,which in the opinion of the Engineer will affect the liner's structural integrity,hydraulic performance,future maintenance access,and overall line performance.After the work is completed,the Contractor shall provide the Engineer with a videotape showing both the before and after condition s of the liner including the reinstated building lateral connections. 3.8 CLEAN UP A. After the installation work has been completed and all testing acceptable,the Contractor shall clean up the entire project area. The Contractor shall dispose of all excess material and debris not incorporated into the permanent installation. END OF SECTION I 1415-02 02739 Cured In Place(CIPP)Sewer Repair Luling 02739-5 Z E L. —ENGINEERS— i i SECTION 02831 CHAIN LINK FENCES AND GATES PART 1 GENERAL 1.1 SECTION INCLUDES A. Chain link fence framework, fabric, and accessories B. Excavation for post bases; concrete foundation for posts 1.2 RELATED SECTIONS A. Section 03000 - Concrete 1.3 REFERENCES A. ASTM A491- Standard Specification for Aluminum-Coated Steel Chain-Link Fence Fabric B. ASTM C94-Ready-mixed Concrete C. ASTM F567 -Installation of Chain-Link Fence D. ASTM F1043 - Strength and Protective Coating Requirements of Metal Posts and Rails for Industrial Chain Link Fence 1.4 PERFORMANCE AND DESIGN REQUIREMENTS A. Fence height: Overall height of 7' including the 3 strands of barbed wire on the top, arms vertical B. Line post spacing: At intervals not exceeding 10 feet for chain link fence • C. Chain link fence post and rail strength: Conform to ASTM F1043 light industrial fence quality 1.5 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Product data: Provide data on posts, chain link fabric, accessories,fittings, and hardware C. Samples: Submit two samples of fence fabric 12 by 12 inch in size illustrating construction and finish PART 2 PRODUCTS 2.1 MATERIALS A. General: The fence shall have an overall height of 7' including the 3 strands of barbed wire on the top, arms vertical. The fence shall be the standard product of Cyclone Fence Corp.,or American Chain& Cable,Anchor Post Products, or equal. Pipe,posts and braces shall be heavy galvanized. 143E-02 02631 Own Leak Fences And Gates 028311 ZEL. -ENGINEERS- ! ENGINEERS- 1 4 - , SECTION 02831 CHAIN LINK FENCES AND GATES B. Fabric shallwith ASTM A beC No. 9gauge,429"1mesh,. aluminum coated chain link fencefabric in conformance Posts Line posts,2 1/2" 0 D @3 65 lbs/PT shall be spaced not more than 10' Comet posts shall be 3" 0.D. @ 5.79 lbS/FT. Posts for the 16'gate ilea.th shall be 4" schedule 40. @ 10.8 lbs/FT. Posts shall be anchored in concrete footings, crowned to shed water. D. Top Rail: A 1-5/8" O.D. @ 2.27 lbs/FT. top rail shall be provided for the entire fence. E. Fabric Reinforcing Wire:. All fabric reinforcing wire shall be provided along the bottom. edge. It shall be not less than No.7 gauge coiled spring wire. Galvanized ties or clips shall be provided for attaching reinforcing wires to fabric at intervals Of notailtre than.2 feet. F. Post Braces: Nominal 1,5/8"0.D,@,.2.27 lbs./FT. galvanized tubular post braces extending to each adjacent line post at mid-height of the fabric shall be provided,for each corner,pull and end post. A 3/8"diameter truss rod shall also be provided horathe line post back to the corner,pull, or end post,with a turnbuckle or other equivalent provision for adjustment. G. Stretcher bars 3/16 x 3/4 inch in size,withlength 1"less than fabric height, shall be provided for stretching and securing the fabric at each end, corner and pull post, one for each end post and two for each corner and pull post. H. Post Tops: Alf.posts-shall beprovided with post tops Which will fit over the outSide of posts to-exclude moisture and shall be combination tops with barbed wire supporting antis. POst topS'shall be provided with a hole suitable fertile through passage of the fop rail. I. Barbed wire supporting arm shall be vertical and shall be fitted with.clips or other means for securing three lines of galvanized barbed wire,the top line approximately 12".above the top of the fabric and the other lines spaced uniformly between the top line and the top of the fabric. I J. Barbed wire shall consist of 2 strands of 12-1/2 gauge wire with 14 gaugf;,s 4 point barbs.. spaced approximately 5".apart. The wire shall be aluminum bOated. The barbs-maybe alninintini coated clr galvanized. K. Ties or clips of adequate strength shall be pi Ovided in number for attarbing the fabric to all line posts and to top rail at intervals mot exceeding 15 inches.. L. Gates shall be swing-type complete with latches, stops,keepers and hinges,with 3 strands of barbed wire mounted on vertical arms above the fabric. M. Frames for Gate Leafs up to 16' shall bave primary frame Members of 4"0.D.g.9.1 lbs/FT. Gates shall be trussed and braced in such a manner as to provide a rigid frame and ample strength to insure a gate flee from sag and twist The end members of each frame shall be extended approximately 12".above the top member and arranged for attaching 3 uniformly spaced lines of barbed wire. N. Stretcher bars shall be provided for each gate to facilitate tight installation of the fabric in each gate frame. 1416-02 0283]Chain Link Fen=And G.. 02831-2 ZEI.. —ENGINEERS— m SECTION 02831 CHAIN LINK FENCES AND GATES O. Ties,bands and clips of adequate strength shall be eand theprovided d instresufficient ficie ts number o the gator attaching the fabric to the frame and stretcher bars frame. P. Hinges shall be of heavy;pattern,of adequate strength for the gate, and with large bearing surfaces for clamping in position. The hinges shall not twistor turn easilynde r one pthe erson on, onof the gate. The gates shall be capable of being opened and closed Q. Latches,stops and keepers shall be provided for all gates;the latches em open.hall the Laplungerhesubar rraged to engagep the.stops when closed and the keepers w be arranged for locking by padlock. Center stops shall consist of a device arranged to be set in concrete and to engage the plunger of the latch bar of the double gate. Keepers shall consist of a mechanical device for securing the free end of the gate when in full open position, one being required for each gate leaf. R. Bands or:clips of adequate strength shall be provided in sufficient num for attaching the .fabric and stretcher bars to all; terminal posts at intervals u S. Finish: All metallic units or items not otherwise specified s haall l be hot-dip galvanized finish. Ties, clips, and bands and barbed.wire barbs may um. PART 3 EXECUTION 3.1 INSTALLATION A. Post Setting: All posts shall be securely anchored in mess the ncrete fsootings, will not neatly crow ed to shed water. Footings.:shall,be poured in cored holes u in which case alternate methods will be permitted subject to prior approval by the Engineer. Footings for line posts shall be 10''diameter by 2'-9"depand o corner,and end pposts:shall be 16"diameter by 3'-6°'deep;for the gate posts, efooting shall diameter by 4'-6"deep In all cases,the posts shall extend to within 3 inches of the bottom of the footing. Posts shall be aligned and set to permit fabric and top rail installation at a uniform grade approximating the general slope of the nd. its fell be necessary,to prevent short length sags or dips in the top of the fence,,postheights adjusted as directed by the Engineer. � of posts will B. Post Spacing: Each run of fence shall be set upso that a uniform spacing result.The spacing shall be approximately,but not more than 10 feet. Corner and gate posts shall be used as pull posts and shall be installed to facilitate proper stretching of the fabric during its installation. END OF SECTION I I I416_02 02831 Chain Lin}:Fences And Gates 02831-3 Z E—ENGINEERS— I 1 i i i i i i i SECTION 02936 GRASSING PART 1 GENERAL 1.1 SECTION INCLUDES A. Extent of grassing includes all lawn areas disturbed by construction operations B. For roads under state jurisdiction, grassing on the right-of-way shall meet the requirements of the Department of Transportation Standard Specifications 1.2 RELATED SECTIONS A. Section 02200-Excavation B. Section 02607 -Manholes and Covers C. Section 02675 -Disinfection of Water Distribution System: Disinfection of site service utility water piping 1.3 GENERAL The grassing operations shall consist of preparation of the soil, including tillage, liming and fertilizing, seeding, mulching, and watering, and maintenance and repair of planted areas until a satisfactory grass cover is obtained and the work is finally accepted. 1.4 SUBMITTALS A. Certificates of Compliance: Submit Cert6ificates of Compliance for all materials furnished under this Section of the Specifications. PART 2 PRODUCTS 2.1 MATERIALS A. Topsoil shall be natural soil of the region, free from lumps, clay, toxic substance,sticks, debris,vegetation, stones over one-inch in maximum dimension, and suitable for growing grass B. Seed: Slopes of 2 horizontal to 1 vertical and steeper shall be planted with Korean Lespedeza. All other areas to be grassed shall be seeded with Hulled Bermuda grass seed. All seed for grassing shall be tested and approved by the South Carolina Department of Agriculture not more than 6 months prior to the date of sowing and packaged and labeled in accordance with the South Carolina 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. C. Agricultural Lime shall be a pulverized limestone having the following certified chemical and physical properties: 1. Total Carbonates,not less than 85% 2. Passing 10-mesh screen, at least 100% 3. Passing 100-mesh screen, at least 25% 1416-02 02936 Grassing 02936-1 Z E L. -ENGINEERS- R . _... SECTION 02936 GRASSING D. 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 Fertilizer 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. E. 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 harrmful 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. F. Water for use-in connection withthe grassing operation may be`purchased from.the Utility Systeni,or obtained fromany otter approved source :Such.water shall be free of excess chlorine, or other chemicals or substances harmful to plant growth. PART 3 EXECUTION 3.1 GROUND PREPARATION A. 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, stone and other foreign material to tillage, planting and proper growth and maintenance of the grass shall be removed' I n all areas: where the topsoil has been removed duringwaling operations,the topsoil which has been stockpiled shall be returned and evenly distributed over these areas Objectionable. foreign materials contained in the topsoil shall also be removed as the topsoil is distributed. B. Topsoil shall be placed four inches to six inches deep over all areas to be grassed,using salvaged topsoil to the extent possible and topsoil from off-site borrow to supplement that I salvaged. Topsoil shall be spread over the areas to be grassed and shall be fine graded so as to be suitable for sowing 3.2 LIMING AND FERTILIZING A. 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 fertilizer at the rate shown in Grassing Table. 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. 1-0)6-0202936 Grassing 02936-2 Z E —ENGINEERS- 4 - -- . SECTION 02936 GRASSING 3.3 TILLAGE A. The lime and fertilizer shall be thoroughly and uniformly mixed with the soil to a depth of approximately 3"by plowing, discing and until the soil is friable and well pulverized. Hand tillage will be required in all areas wheremechanical equipment cannot : be operated. 3.4 SEEDING A. Hulled Bermuda grass seed conforming to the requirements of this specification shall be uniformly sown by approved mechanical power drawn drillsorseeders or;in small.areas, by mechanical hand Seeddit, at the rate of l 0 pounds per acre;.Letpedeza.at 40 pounds per acre: The seeds shall be covered and compacted to a depth of1.4$;to 1/2 itiell,hy means of a cultipacker and an empty traffic roller or another roller weighing iesathan 3 Olt; Broadcast seeding shall not be done the wind makes it difficult to get satisfactory distribution. The Bermuda grass seed shall not be planted prior to April 15 or after September 15. Seed Shall not be sown unless the soil has the optimum moisture content or more through a depth of at least 3 inches: 3.5 WATERING A. After the seeds have been sown, the moisture content of the soil will be tested. If there is , ,.._, not enough moisture in the soil to insure gentination and adequate plant grewth„water Shall be applied by sprinkling Until an adequaternOisttire'cOntent has been reached. In the absence of adequate rainfall during 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. 3.6 MULCHING A. Mulching of seeded areas wilt 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 I sunlight to penetrate and air to 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. 3.7 ESTABLISHMENT AND MAINTENANCE A. 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 reseeded with Hulled Bermuda seed, and such reseeding 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,i:Ethving,referwizing and reseeding at no additional expense to the Owner, if such damage occurs prior to acceptance of the project. 1416-02 02936 Grassing 02936-3 ZEL —ENGINEERS- II , . SECTION 02936 GRASSING 3.8 GRASSING TO CONTROL EROSION A. In the event completion of grading operations of areas to be planted extends beyond the specified grassing periods, grassing must be postponed until the following spring season. The Contractor will be'pen fitted to seed such areas.with::Rye grass at his own expense,or by Mulching shall controlerosion 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, and to limit migration of silt to the streams: 3.9 GRASSING TABLE perinanent Cover: Fertilizer: 10-10-10; 1000 lbs.per acre Agricultural Lime: 1 '/2 tons per acre Mulch: 2 tons mulch straw per acre On slopes 3:1 or less: Hulled Common Bermuda 10 lb/ac 5/10- 8/15 OR, Tall Fescue 40 lb/ac 9/25- 12/20 AND, Annual Rye Grass 501b/ac 9/1 — 11/10 On slopes greater than 3:1:In addition to the above, add: Interstate Lespedeza(scarified) 40 lb/ac 5/1-8/10 Temporary:Cover: Fertilizer; 10.10.-1.0; 500 lbs.per acre Agricultural Lite: 1500 lbs.per acre,required only for soil pH<5.0 Mulch: As Needed END OF SECTION 1416-02 02936 Grassing ....0293 6-4 Z E L —ENGINEERS— • . ........... . SECTION 03000 CONCRETE PART 1 GENERAL 1.1 SECTION INCLUDES A. Cast-in-place concrete B. Reinforcing steel C. Forms D. Concrete accessories 1.2 RELATED SECTIONS A. Section 03600- Grout B. Section 07900 - Joint Sealants 1.3 REFERENCES A. ACI 304 -Recommended Practice for Measuring,Mixing,Transporting and Placing Concrete B. ACI 309 - Standard Practice for Consolidation of Concrete C. ACI 315 -Manual of Standard Practice for Detailing Reinforced Concrete Structures D. ACI 31$ -Building Code Requirements for Reinforced Concrete E. ASTM A615 -Deformed and Plain Billet Steel Bars for Concrete Reinforcement F. ASTM C31 - Making and Curing Concrete Test Specimens in the Field -I G. ASTM C33 - Concrete Aggregates H. ASTM C39- Test Method for Compressive Strength of Cylindrical Concrete Specimens I. ASTM C94 -Ready-Mixed Concrete J. ASTM C143 - Test Method for Slump of Hydraulic Cement Concrete K. ASTM C150 - Standard Specification for Portland Cement L. ASTM C171 - Sheet Materials for Curing Concrete M. ASTM C173 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method N. ASTM C185 - Standard Test Method for Air Content of Hydraulic Cement Mortar 1476-0203000Concrctc 03000-1 Z E -ENGINEERS- SECTION 03000 CONCRETE O. ASTM C260-Air Entraining Admixtures for Concrete P. ASTM C309-Liquid Membrane-Forming Compounds for Curing Concrete Q. ASTM C404 - Standard Specification for Aggregate for Masonry Grout R. ASTM C494- Chemical Admixtures for Concrete S. ASTM D1752 -Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction T. ANSUAWWA C651 - Standards for Disinfecting Water Mains U. ANSUAWWA C652 -Disinfection Of Water Storage Facilities V. ANSI/AWWA C653 - Standard for Disinfection of Water Treatment Plants W. CRSI-Placing Reinforcing Bars 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Shop drawings of reinforcing steel shall show steel for slabs in plan and steel for walls in elevation. Bar lists and bending diagrams shall be submitted as part of the reinforcing steel shop drawings. Fabrication of reinforcing steel shall not commence prior to approval of the shop drawings by the Engineer. C. Shop drawings for metal forms shall be submitted if requested by the Engineer. 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. D. Except for slabs on grade,placement drawings of all concrete floor and roof slabs showing openings for sleeves, ducts, 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. E. Design Mixes for each class of concrete required shall be submitted for approval. Concrete proportions, including water-cement ratio, shall be established in accordance with ACI 318-11, Proportioning on the Basis of Field Experience or 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 copies of each design mix and each aggregate gradation for approval. 1416-62 C30Conretc 03000-2 Z E -ENGINEERS-- I SECTION 03000 CONCRETE 1.5 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 groundanm metal forms n such a ff the ground;er as to be pit h to shed water rotected from rusting, oil, grease, and distortion. Store and cover with waterproof material. 1.6 CONCRETE QUALITY A. All concrete shall be classified by the 28-day compressive strength,f°. The design slump shall not exceed 4 inches;the air content shall be 5%± 1%. The concrete shall be a workable mixture free from segregation and bleeding. tete shall batch minfor too ASTM C94. Job mixed concrete shall be mixedwith a standard type equipped with adequate facilities.for accuraewhmeasurementcontrol sall be material entering the mixer. A retarding admixtureapproved by the Engineer used when the air temperature is 80°F 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 75°F, or a mix designed utilizing a superplasticizer shall be used for temperatures up to 87°F. In cold weather, fresh concrete shall be protected from freezing. Concrete shall not be poured unless the air temperature is at least 40°F and rising. B. All concrete not otherwise designated shall be 4,000 psi concrete. C. Curbs, gutters and ditch paving may be 3,000 psi concrete. D. Reaction blocking, fill concrete, and pipe encasement may be 2,000 psi concrete. PART 2 PRODUCTS 2.1 MATERIALS A. Cement: Portland Cement shall be Type I or Type III conforming to ASTM C150, or it shall be Type IA or Type IIIA conforming to ASTM C175. Only one brand of cement shall be used for exposed concrete in any individual structure. B. Fine Aggregate shall consist of clean,hard natural sand,manufactured sand or a combination thereof, conforming to the requirements of ASTM C33, Concrete Aggregates, and shall be graded from 3/8" to No. 100 sieve. C. Coarse Aggregate shall consist of crushed stone, gravel, or a combination thereof, conforming to the requirement of ASTM C33, Concrete Aggregates, and shall be graded to meet the requirements of size number 467, 67 and 7, as appropriate. D. Water shall be clean and free from oils, acids, salts, or other injurious substances. E. Admixtures shall be used to provide entrained air. Other admixtures shall be used only with written approval of the Engineer. Air entraining admixtures shall conform to ASTM C 260. Other admixtures shall conform to ASTM C494. Calcium chloride will not be permitted. i,1E-a2o3o00Concrete 03000-3 ZEA.. —ENGINEERS— SECTION 03000 CONCRETE F. Curing Paper shall conform to specifications for Sheet Materials for Curing Concrete, ASTM C171. G. Reinforcing steel for concrete shall conform to ASTM A615, 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". . H. Welded Wire Fabric shall conform to ASTM A185. Splices shall be lapped one bar spacing plus 2 inches but not less than 8 inches. Fabrics from wire gauges 12 gauge and smaller shall be galvanized. I. Forms 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,Forms, thoroughly braced'and tied together with approved corrosion resistant devices, shall be used for exposed concrete surfaces. 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 within 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. J. Slab Fonds to be:left in place shall be:a mu],uurr of2":deep, 20 gauge sinless steel Type 304.:Minimum I shall be 0.378 inohes'and mninaum S shall.be 0:326.inches3. K. Preformed Expansion Joint Filler Strips shall conform.to ASTM D1752. L. 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 conform to ASTM C150,Type I and sand shall conform to ASTM C404, Size 2. M. Joint Sealant shall be Sika®Duoflex®SL or NL with Sika®Duoflexill Primer 5050 as manufactured by Sika Chemical Corp., or the comparable products of W. R. Meadows, Inc.,W. R. Grace, or Williams Equipment Co. N. Waterstops 1; , Steel dams shall be 8"x3/16"bare steel plate and at splices, or joints shall be welded or lapped and bolted for continuity. Steel dams shall be installed where indicated on the plans and in all other construction joints subject to hydrostatic head. 1416-02 03000 Concrete 03000-4 Z E L —ENGINEERS— m. SECTION 03000 CONCRETE 2. PVC dams shall be 9"x 3/16" sealtight polyvinyl chloride waterstops having a hollow center bulb as manufactured by W.R. Meadows, Inc. Splices or joints in PVC 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. O. Bonding Compound: Sika"Sikadur 32,Hi-Mod"bonding compound, or approved equal. P. Epoxy Adhesive(for grouting dowels): Sika"Sikadur Anchorfix-4", or approved equal. _ Q. Stud Anchors shall be Hilti HY-200 System Adhesive Anchors suitable for installation in , drilled holes in concrete. The anchors shall be as manufactured by Hilti, Simpson or approved equal. R. Wall Pipes shall be ductile iron pipe, except where otherwise 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. S. Access Hatches and Ventilators shall be as specified in Division 5 of these specifications. PART 3 EXECUTION • 3.1 EXAMINATION A. Verify requirements for concrete cover over reinforcement. B. Verify that anchors, seats,plates,reinforcement and other items to be case into concrete are accurately placed,positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION previously Prepare Pre placed concrete by cleaning with steel brush, sandblasting, or pressure washing, and applying bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is doweled to existing work, drill holes in existing concrete and insert steel dowels with chemical anchor adhesive system. 3.3 CONCRETE PAVEMENT A. Concrete roadway pavement shall conform 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 unreinforced consisting of a compacted subbase,6" graded aggregate base, and 6" concrete pavement. I03000-5 ,Z EL 1416-0?0300f)Cnncrtic —ENGINEERS— SECTION 03000 CONCRETE 3.4 SIDEWALK AND PAVEMENT JOINTS A. Sidewalk contraction joints at 5'-0"spacing may be formed 1/8"by 1"deep with a jointing tool or may be saw cut. Pavement shall be provided and joints 1-1/2"deep at 12'-0" spacing shall be saw cut promptly after casting. 3.5 EMBEDDED ITEMS A. All embedded items included in an area shall be installed before concrete placement begins. Full cooperation shall be given to 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 design 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. B. 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 unless otherwise noted. • C. Waterstops shall be installed where indicated on the plans and in all other expansion joints subject to hydrostatic head. Waterstops shall be firmly attached to the outside layer of reinforcing steel and shall be installed complete before concrete placement is started. 3.6 WORKMANSHIP A. 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 forms 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, after being deposited,more than 5 feet. The Contractor shall provide sufficient "windows", chutes or other means or methods of depositing 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 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. B. 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. 1416-02 03000 Coracle 03000-6 Z „ L —ENGINEERS— ., . - - SECTION 03000 CONCRETE C. 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 waterstopped where appropriate, shall be adequately keyed and doweled, and shall be formed along either a horizontal or a vertical line. D. 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-50°F 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 r protected weteand covered with curing covered with water for the entire 10 day period shall be kept paper meeting the requirements of the specification for sheet materials for Curing Concrete,ASTM C171. 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. E. Membrane Curing Compound may be used in lieu of water curing on concrete 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 tto the formed surfaces before they dryd, curing compound shall be immediately apple out. Curing compound shall be suitably protected from abrasion during the curing period. F,. 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. 3.7 CONCRETE FINISHES A. 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, 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 carefully removed before setting occurs, otherwise, surfaces shall be left with the texture imparted by the forms. B. 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 Ibring 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 1416-02 0360D Concrctc 03000-7 ZEL —ENGINEERS— •• • SECTION 03000 CONCRETE carefully spread or brushed uniformly over the entire surface and allowed to take a"re- ser. The final finish shall be obtained by a thorough rubbing with a No: 30 Carboluriduar-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. C. Float Finish; The surface of all concrete slabs shall,unte§s,otherwise hereinafter specified,be given a float finish. The structural slab shall bebrought to the established: grade by 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. D. Broom Finish: Surfaces of the roof slab, and exterior walkways or platforms shall be given a broom finish. 4.4i smooth,true and uniform surface is a prerequisite for thi' finish. When the prOgresS'Of.tiegetprovicles thepropereonsisteney;the'Surfate Shall.booked with.a-broornio give parallel transverse in-the:sortace,and to giveauniforrn E. texture.St Standard Trowel Finish: All interior floors shall be trowel finished. Both power and , hand troweling shall be required. Power Itowdlihg-shall begin as soon 1404-.01!:11O, cernentpasteCling:td the blade. troweling.shall be continued Until the surface is dense, - sinboth;and free:of all minor bletni§b0S,:pcbaStrowelmarks, Hand troweling shall be required to remove§light imperfections left by the troweling machine and to bring-the surfaoetpa 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. 3.8 SAMPLES AND TESTS A. 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-theipre,gress of job, delivering the cylinders for testing to the laboratory,testing for slump and air-content, and for conducting 1{30 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 willbe at the Contractor's-expense. Before proceeding with the Mix design the Contractor shall obtain approval by the Engineer of 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. B. Cylinders: Make one strength test per 50 yards of each class of concrete placcd but not less than one for each days pour. Mold and cure threecylinders for each strength test in accordance with ASTM C31. Test two cylinders after 28 days for acceptance in accordance with ASTM C39; 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. 1416.02 03000 Concrete 03000-8 ZEL —ENGINEERS— SECTION 03000 CONCRETE C. Slump; Tests for slump shall be performed at the job sof Portland Cement Concreteite on all eoncrete �y prior to placing in accordance with the Test for Slump that ASTM 0143. If the slump varies frorn that of thedesign no case ix by uore e maximum specifiedtted by�.ASTM C94,the concrete shall be rejected. In water-cement ratio of the approved mix design be exceeded. h test. This est shall D. Air Content: One test for air content shall be made owhen consolgr each idat on of thetconcrete be made on a concrete sample that has been removed in the forms has been completed and shall be in accordance cASTM with tth73 Test for Air Content of Freshly Mixed Concrete by the Volumetric Method, Load Test: If there exists any evidence of faulty workmanship,violations of E. of concrete having been load tests maybe required in specifications,acwith orlikelihood31These tests shall be and thedirection of the Engineer. accordance AO 3 3.9 CONCRETE REPAIRS A. Correction of Deficiencies: The Contractor shall be e responsible requrefor r oine e,ctioono fi n concrete work which does not conform to the specifi honeycomb, spalls,cracks, chips,holes,fins,tolerances>and.niches. Where shrinkagetocracks occur in slabs,walls,etc.,the cracks shall.be pressure grouted with epoxy gout restore the concrete strength and eliminate leaks. END OF SECTION I 03000-9 ENGINEERS— 1416-02 03000 Conc`ete 1111 i i i SECTION 03600 GROUT PART 1 GENERAL 1.1 SECTION INCLUDES A. Grouting of column and equipment baseplates B. Grouting of anchors and dowels into existing concrete C. Other grouting specified or indicated on Drawings 1.2 RELATED SECTIONS A. Section 02607 -Manholes and Covers B. Section 03000- Concrete C. Section 05120- Structural Steel and Miscellaneous Metal 1.3 REFERENCES A. ASTM C109 - Test Method for Compressive Strength of Hydraulic Cement Mortar B. ASTM C157 -Test Method for Length Change of Hardened Hydraulic Cement Mortar and Concrete C. ASTM C191 -Time of Setting of Hydraulic Cement by Vicat Needle 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Product Data: Provide manufacturer's catalog sheet for material indicating test data and Iphysical properties 1.5 QUALITY ASSURANCE A. Conform to applicable industry standard, Corps of Engineers, Specification CRD-C 621—Specification for non-shrink grout PART 2 PRODUCTS 2.1 MANUFACTURERS I A. Non-Shrink,Non-Metallic Grout: 1. Master Builders—Masterflow 928 2. W.R. Meadows—Sealtight 588 I 3. Sonneborn—Sonogrout G.P. 4. Sika—SikaGrout 212 5. Or equal ZEA. 74116-02 03600 Grout 03600-1 -ENGINEERS- SECTION 03600 GROUT B. Non-Shrink,Metallic Grout: 1. Master Builders—Embeco 636 Plus 2, Or Equal C. Epoxy/Grout Adhesive: 1. Hilti Hit HY-200 2. Sika—Sikadur 32 Hi-Mod 3. Or equal D. Latex Bonding Agent: 1. Speeco—B20 Liquid Latex 2. Euclid—Flexbond 3. W.R. Meadows—Intralok Bonding Agent 2.2 MATERIALS A. Non-Shrink,Non-Metallic Grout: Factory premixed compound consisting of non- metallic aggregate, cement, water reducing and plasticizing agents, capable of developing minimum compressive strength of 4,000 psi in one day and 8,000 psi in 7 days. B. Non-Shrink,Metallic Grout: Factory premixed compound consisting of metallic and quartzaggregate, cement, water reducing and plasticizing agents, capable of developing minimum compressive strength of 3,600 psi in one day and 8,000 psi in 7 days. C. Epoxy Grout: Three Component Epoxy Resin System: 1. Two liquid epoxy components 2. One inert aggregate filtered component 3. Each component furnished in separate package for mixing at job site D. Water: Clean and free from deleterious substances E. Latex Bonding Agent:Acrylic liquid compound readily mixable as an admixture to grout PART 3 EXECUTION 3.1 PREPARATION A. Non-Shrink,Non-Metallic Grout: 1. Clean concrete surface to receive grout 2. Saturate concrete with water for 24 hrs prior to grouting and remove excess water just prior to placing grout 3. Cold weather conditions: a. Warm concrete, substrate and base plate to 40 degrees F, or above; store grout in warm area b. Follow manufacturer's recommendations for cold weather application 141642 03600 Grout 03600-2 E L —ENGINEERS— SECTION 03600 GROUT 4. Hot weather conditions: a. Use cold mixing water and cool base plate if possible; store grout in cool area b. Follow manufacturer's recommendations for hot weather application 5. Apply to clean, sound surface 6. Apply latex bonding agent to hardened concrete,mix-in-grout, or as directed by Engineer B. Non-Shrink,Metallic Grout: Mix in accordance with manufacturers printed instructions C. Epoxy Grout: Apply only to clean, dry, sound surface 3.2 APPLICATION A. Non-Shrink,Non-Metallic Grout: 1. Mix in a mechanical mixer 2. Use no more water than necessary to produce flowable grout 3. Provide expansion joints on long.peurs 4. Provide air vents Where necessary to eliminate air pockets 5. Place in accordance with manufacturer's instructions 6. Completely fill all spaces and.cavities below the top ofbaseplates 7. Provide forms where baseplates:andbedplates do not confine grout 8. Where exposed to view finish grout edges smooth the Except where a slope is indicated on the Drawings, finish edges flush ate baseplate,bedpl.ate,member or piece of equipment 10. Protect against:rapid moisture loss by immediately covering with wet rags and polyethylene sheets Or curing compound 11. Wet cure gout for 7 days,minimum I 12. Mere thick grout over.'3 is to be placed,it shall be done in two operations, bringing the surface up to.;about:1"of the machinery base and allowing the initial section:to set;a minimum of 24 hours before placing final grouting 13. Maintain the temperature at a minimum of 40 degrees F until grout reaches 3,000 psi 14. After placement of grout, eliminate excessive external vibration I B. Non-Shrink,Metallic Grout: 1. Mix in a mechanical mixer 2. Use no more water than necessary to produce flowable grout 3. Provide air vents where necessary to eliminate air pockets 4. Place in accordance with manufacturer's instructions 5. Completely fill all spaces and cavities below the top of baseplates. 6. DO NOT VIBRATE GROUT 7. Provide metal or wood forms where baseplates and bedplates do not confine grout 8. Where exposed to view finish grout edges smooth with chamfr flush at the 9. Except where a.slope is indicated on the Drawings,:finish edges Ibasepl:ate,b:edplate,member or piece of equipment 03600-3 y EL I 1416-0203600 Grout —ENGINEERS- I SECTION 03600 GROUT 10. Protect against rapid moisture loss by immediately covering with wet rags and polyethylene sheets or curing compound 11. Wet cure grout for 7 days,minimum 12. Where thick grout over 3"is to be placed, it shall be done in two operations, bringing the surface up to about 1"of the machinery base and allowing the initial section to set a minimum of 24 hours before placing final grouting 13. Maintain the temperature at a minimum of 40 degrees F until grout reaches 3,000 psi 14. After placement of grout, eliminate excessive external vibration C. Epoxy Grout: 1. Mix and place in accordance with manufacturer's instructions 2. Completely fill all cavities and spaces around dowels and anchors without voids ` 3. Grout baseplates and bedplates as specified for non-shrink, non-metallic grout • 4. Obtain manufacturer's field technical assistance as required to insure proper placement 3.3 SCHEDULE • A. Non-Shrink,Non-Metallic Grout: General Use: 1. Grouting of column and equipment baseplates 2. Grouting of water tank bottom plate B. Non-Shrink,Metallic Grout: General Use: 1. Grouting of equipment and machinery baseplates where specifically directed by equipment manufacturers instructions or as directed by the Engineer 2. Where edges will be exposed, cut back 3/inch and finish with non-metallic grout C. Epoxy Grout: 1. :Grouting of dowels and anchor bolts into existing concrete END OF SECTION I I I 1416-02 03600 Grout 03 600-4 Z Ei L I ^ENGINEERS— SECTION 05120 STRUCTURAL STEEL AND MISCELLANEOUS METAL PART 1 GENERAL 1.1 SECTION INCLUDES A. The work covered by this section of the specifications.consists of furnishing all labor, materials,equipment andservices necessary for or reasonably incidental to-the furnishing and erection of all structural metalwork,beams, ladders,angle fames,hatches,bearing plates, anchors, anchor bolts,grating,railing,and all other miscellaneous metal< tems 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. 1.2 RELATED SECTIONS A. Section 03600 -Grout B. Section 09900 -Painting and Finishing C. Individual Equipment Sections- Component Parts of Equipment 1.3. REFERENCES A. AISC- Steel Construction Manual B. AISC- Specification for the Design,Fabrication, and Erection of Structural Steel for Buildings IC. ANSI A202.1 -Metal Bar Grating Manual for Steel and Aluminum Gratings and Stair Threads ID. ASTM A36-Carbon Structural Steel E. ASTM A123 -Zinc(Hot-Dip Galvanized)Coatings on Iron and Steel Products F. ASTM A19y 3 -Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications IG. ASTM A241 - Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip IH. ASTM A307 -Carbon Steel Bolts and Studs,60,000 psi Tensile Strength I. ASTM A325 - Structural Bolts,Steel,Heat Treated, 120/105 ksi Minimum Tensile IStrength J. ASTM A386- Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength IK. ASTM B221 -Aluminum and Aluminum-Alloy Extruded Bars,Rods,Wire,Profiles, and Tubes I 1 °� EStructural16.02 05120 Structural Steel And A ` 05120-1 4igt Metal —ENGINEERS— ! ENGINEERS—I SECTION 05120 STRUCTURAL STEEL AND MISCELLANEOUS METAL L. ASTM B241 -Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Extruded Tube M. ASTM B308 -Aluminum-Alloy 6061-T6 Standard Structural Profiles N. AWS A2.4- Standard Symbols for Welding,Brazing and Nondestructive Examination O. AWS A5.1 - Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding P. AWS A5.4- Specification for Stainless Steel Electrodes for Shielded Metal Arc Welding Q. AWS D1.1 -Structural Welding Code-Steel R. GSA:FF-S-325 -Shield,Expansion;Nail Expansion,And Nail,Drive Screw Devices, Anchoring,Masonry 1.4 TOLERANCES A. Structural steel: 1. All members level,plumb and aligned within 1:500 2. Top elevation of roof equipment and pipe support members within 1/16 inch of that indicated on Drawings 1.5 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. 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. Five sets of shop drawings which have been checked by the Contractor for citxriensrons and conformance to.11eplans 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. C. Product Data: Provide manufacturers information describing fabricated metal specialty items. Include sizes, dimensions and assembled weights 1.6 REGULATORY REQUIREMENTS A. Comply with all applicable provisions of adopted building code and OSHA for handrails, I guardrails and ladders 1.7 DELIVERY, STORAGE AND HANDLING I A. Deliver, store,and handle materials and equipment under provisions of Section 01600, Materials and Equipment. 1416-02 05120 S0 r S cel And Misc MCai 05120-2 ZEL 1 —ENGINEERS— r. .._ + .. , SECTION 05120 STRUCTURAL STEEL AND MISCELLANEOUS METAL B. Store on blocking so that no metal touches the ground and water cannot collect thereon C. Protect materials from bending under its own weight or super-imposed load D. Welding electrodes shall be delivered in unbroken packages and stored when opened in a closed,dry heated box. E. 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. PART 2 PRODUCTS 2.1 MATERIALS,EXCEPT STAINLESS STEEL A. Structural Steel: Except as otherwise indicated, structural steel shall be ASTM A36 (Fy=36ksi). B. Aluminum pipe: shall be ASTM B241 (35 ksi). C. Aluminum shapes: shall be ASTM B308, alloy 6061-T6 (35 ksi). D. Aluminum Orating ASTM B221. alloy 6063-T6,swagelocked, 1-1/2 inch l-bar.:, 1. IKG/Borden serrated I-bar,designation IB 2. McNichols I-bar,designation GAL 3. Or approved equal E. Hatchways forpits shall be a Bilco,Style ID, dor bleleaf or 7,:single leaf alnminhim.access way.or shall be the comparable product of Badcock Davis,Waco or approved equal.The hatch shall have 1/4"patterned plate..designed for 300#/S F. Provide stainless steel: hardware including hold open arms, drop handles;and latches-with removable handles. The frame shall be 1/4"extruded or cast aluminum fitted with suitable anchors into the Iconcrete deck. The frame shall have a drain connection welded to the frame.m. m to ASTMS 241 - F. Exterior Pipe Railing: Pipe shall be aluminuand shall confe ,:5086 1 H111;ry 21 ksi,or better:. Handrails shall bel 9 inch OT],:@ 0.94 lbs/.ft.and the shall be 1.9 inch Q. ).@ 1.26:lbsJfi spaced @ 7"-4"O.C.max. Finish shall.be 204-R1 Natural Anodized having a minimum coating thickness of 0.4 mils., G. Aluminum Ladders: Ladders shall have 2-1/2"x 1/2" stringers with 15/16" square non-slip i alto. 6061='f6: rungs spaced at 1, 0' on center maximum. Ladders shall be aluminum, y' Fy=35 ksi. All necessary'anchor bolts will be=stainless steel:and ffurnished with ladder. All material will have a standard mill finish. The portiont f the ladder in contactwith, I concrete shall have a heavy shop coat of bituminous pa H. Unfinished Threaded Fasteners: Fasteners greater than'A inch in diameter.shall be A325, I all others shall be ASTM A307, GradeA,,regular lowcarbon steel bolts and:nuts with hexagonal heads and nuts. ]41 d-02 O5;2U Strucncet Steel And Mist Memel 05120-3 ZEL-ENGINEERS- SECTION 05120 STRUCTURAL STEEL AND MISCELLANEOUS METAL I. Electrodes for Welding: For carbon steel conform to AWS Code A5.1,A505,or A588, as appropriate utilizing Series F70 electrodes. J. Welding of stainless steel and non-ferrous materials shall use electrodes appropriate for the application. K. Cast Nosing and Thresholds shall be cast aluminum abrasive type cross hatched style as manufactured by American Safety Tread Co. or shall be the comparable products of Wooster,White Foundry, Construction Castings or approved equal. Except as otherwise detailed,thresholds shall be Type 815 or 815S, 6 inches wide;nosings for concrete steps shall be Type 801, 3/8 inch thickness by 4 inches wide and 6 inclies'less:.in length tlian_;the full width of the stair. L. 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, CIass 2, Style I"(2 unit); wedge type, Group II,Type IV,Class 1 or 2;.or selfdrilling type,Group ill,Type l:. Expansion Anchors used inside the clearwell,shall be stainless steel,Rawl drop-in type or approved equal. 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 e*pansion anchor and an edge or:exteri.or corner of concrete shall be not less than 4-1/2 times the diameter of the hole:in which it is installed. 2.2 STAINLESS STEEL MATERIALS A. All metal framing materials within the clearwell and cascade shall be stainless steel. B. 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. 2.3 FABRICATION A. 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. Properlymark and matchinark materials for:field assembly. Fabricate for delivery sequence which Will expedite erectionand minimize field handling of materials.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. B. 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 pittig,seam marks,roller marks,rolled trade names and roughness. 1416-02 05 120 Structural Stml And Mise Metal 05120-4 —ENGINEERS— aa • •a•St if • ••• , a f .• — • SECTION 05120 STRUCTURAL STEEt AND MISCELLANEOUS METAL C. Aluminum Grating: 1. Depth of bearing bars as indicated on Drawings 2. Comply with ANSI A202.1 3. Provide 3/16 inch thick, full depth bands at ends of bearing bars in grating floor sections 4. Provide 3/16 inch toe plates around openings in grating, extend the full depth to 4 inches above top of grating,weld toeplates to each bearing bar 5. Weld bands to first,last and every fourth intermediate bearing bar 6. Center openings at a joint between panel sections 7. Cut tr()ss bars flush with outside face of side bars 8. Cut clean and smooth without fins,beads:,or other projections,sawed or sheared joints 9. Fabricate in easily handled panels,maximum panel weight 80 lbs 10. Align cross bars and edge bars of adjacent panels 11. Make all bearing bars parallel 12. Make all grating flat with no tendency to rock 13. Tolerance: a. Length: 3/16 inch,± b. Width: 1/8 inch,+ c. Maximum differences or opposite diagonals: 1/4 inch d. Bearing bar spacing: 1/32 inch,pins orritinus e. Band and toeplate vertical and horizontal alignment: 1/8 inch+ f. Maximum clearance between panels: 1/4 inch 14. Pressure locked type 15. Treads may be pressure-locked or one-piece extreSien§' 16. Bearing bars: 3/16 inch minimum flat stock or equivalent I-bars at 1 3/16 inch centers D. Connections: Weld or bolt shop connections. Bolt field connections,except where welded connections or other connections are:shown.pr specified. All butt welds shall be full penetration butt welds.Fillet welds not Widngise tiOtea'sball be 3/16". Welders shall be certified for all positions and thicknesses appropriate 1011101 Wolk on this project. Bolted cOnnectionS'not otherwise noted shall be two 314"ø ASTM A00714BX Bolt, E. Holes far Other Work: Provide holes required for Securing other work to Structural steel, and miscellaneous metal, and for the passage of other work theniernbas. Provide threaded nuts welded to framing as needed to receive other work. F. Painting:. Stainless steel,galvanized steel, and'aluminum-will not be painted.All.steelwork shall be shop primed with one coat of grt-ay chromate prither Tnemee pOxiprime 65 over a surface which has received commercial blast(SSPC&SP6)orbotter surface preparation.The prime coat shall be compatible with the coating system specified iO the Section 0900, Painting and Finishing: Where paint has been withheld:froin:areas to be welded and other bare spots,scrapes, etc:,the areas shall be touched up with the original primer. Minimum prime coat drythickness shall be 2 mils. 1416-02 05320 Structural Steel And Misc Meta! 05120-5 ZEI- -ENGINEERS— / SECTION 05120 STRUCTURAL STEEL AND MISCELLANEOUS METAL G. Aluminum Pipe..Railings: Fabricateraihng with smooth bends and welded join is ground smooth and flush The top rail should be 42'above the floor, stair rails shall be 34' 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 bitumi.inous paint to separate the contact steel unless otherwise noted. Space posts not more than 7 feet on centers. Plumb posts in each direction. Handrail posts, except where otherwise detailed, shall have a minimum three bolt fascia type mounting. H. Aluminum in contact with concrete shall receive a heavy coating of epoxy or other coating suitable for exposure to drinking water. PART 3 EXECUTION 3.1 INSPECTION A. Verify that surfaces and areas:to receive structural.and riuseellanenus metal areprepared to regpired grades and.:dimensions,level:.,and otherwise in conformance with theTh Ings: 3.2 ERECTION A. Structural steel and miscellaneous steelwork shall be erected in conformance with current edition of AISC Specifications. B. Handrails and guardrails: 1. Install with posts plumb and longitudinal members parallel to each other and to floor or slope of tank roof 2. All members in a section or in true alignment in the same vertical plane 3. Provide wall brackets where indicated or required, anchored with stainless steel bolts and expansion anchors 4. Rigidly attached fixed handrail posts to supporting structure: a. Attach to concrete structure by setting in sleeves, except as otherwise indicated I b. Where indicated, attach to structure with flanges and other special attachments or anchorages 5. Set removable sections in double sleeves: a. Set inner sleeve in outer sleeve as specified for fixed posts b. Take special care that inner sleeves are accurately spaced and plumb so handrail sections will stand in proper alignment and will be removable without binding 6. Slip joints for expansion and contraction: a. Provide at 30 feet maximum intervals b. Gap: Between 1/8 inch and 3/8 inch 7. Post spacing: a. Aluminum: 5 foot maximum 1416-02 05120 Structural Steel And Mi a Metal 05120-6 Z E L —ENGINEERS— I SECTION 05120 STRUCTURAL STEEL AND MISCELLANEOUS METAL C. Grating: 1. Do not damage during installation 2. Securely anchor in place 3. Fasten with saddle clips or flange blocks in accordance with ANSI A202.1 3.3 PROTECTION A. Protect all metal erections from all damage prior to subsequent work of other trades END OF SECTION ' 1416-02 05124 Struc0.usl Steel lv:d Misc Meta] 05120-7 Z EL. —ENGINEERS— I i i i i i i SECTION 07900 JOINT SEALANTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Preparing substrate surfaces B. Sealant and joint backing for joints 1.2 RELATED SECTIONS A. Section 03000- Concrete B. Section 04200—Unit Masonry C. Section 07530- Single Ply Membrane Roofing D. Section 07600-Flashing and Sheet Metal E. Section 08100-Metal Doors and Frames F. Section 08411 -Aluminum Framed Entrances and Storefronts G. Section 08520 -Aluminum Windows H. Section 08800- Glazing I. Section 09310- Ceramic Tile J. Division 15 -Mechanical K. Division 16 -Electrical 1.3 REFERENCES A. ASTM C790 -Use of Latex Sealing Compounds B. ASTM C804-Use of Solvent-Release Type Sealants C. ASTM C834 -Latex Sealing Compounds D. ASTM C919 -Use of Sealants in Acoustical Applications E. ASTM C920 -Elastomeric Joint Sealants F. ASTM D1056 -Flexible Cellular Materials - Sponge or Expanded Rubber G. ASTM D1565 -Flexible Cellular Materials -Vinyl Chloride Polymers and Copolymers (Open-Cell Foam) 1416-02 0?90007900-Joint07900-1 Z E Lrt Sealants —ENGINEERS— I SECTION 07900 JOINT SEALANTS H. SWRI(Sealant, Waterproofing and Restoration Institute) - Sealant and Caulking Guide Specification I. ANSI 116.1 -Multi-Component Elastomeric Sealing Compounds for the Building Trade J. FS TT-S-227E- Sealing Compound,Rubber Base, Multi-Component for Caulking, Sealing, and Glazing in Building Construction K. FS TT-S-230C- Sealing Compound,Rubber Base, One-Component for Caulking, Sealing, and Glazing in Building Construction 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Product Data: Provide data indicating sealant chemical characteristics,performance criteria, substrate preparation,limitations, color availability and intended use. C. Samples: Submit two samples,2-inch by 2-inch in size,illustrating sealant colors for selection. D. Manufacturer's Installation Instructions: Indicate special procedures, surface preparation, perimeter conditions requiring special attention for field installation. 1.5 QUALITY ASSURANCE • A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform acoustical sealant application work in accordance with ASTM C919. C. Maintain one copy of each document on site. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum five years documented experience. B. Applicator: Experience in performing the work of this section approved by manufacturer 1.7 ENVIRONMENTAL REQUIREMENTS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. B. Install sealants only when the air and surface temperatures are above 50 degrees F. :476-0207900•Joint Sealants 07900-2 E L —ENGINEERS— 1 SECTION 07900 JOINT SEALANTS 1.8 WARRANTY A. Provide five year warranty under provisions of Section 01700,Contract Closeout. B Warranty: Include coverage for installed sealants:.and accessories which fail to achieve air tight seal,water ti It seal;exhibit,loss of,adhesion or cohesion,or do not cure. PART 2 PRODUCTS 2.1 SEALANTS A. Bitiumiriaus.Biased(Type A): Burgle component;::asphalt compound;,elongation capability of 0 to 2 percent of joint width;manufactured by Sonneborn or approved equal. B. Acrylic Emulsion Latex (Type B) ASTM C920,Grade P,;class 25,Use ono astir SL2 component,non-staining,non-bleeding,non sagging, col&manufactured by Sonnebom or approved equal: 1. Elongation Capability: 500 percent n150 degrees F 2. Service Temperature Range: 3. Shore A Hardness Range: 25 to 35 C. Butyl Sealant(Type C): ASTM C920, Grade NS, Class 25,Use T; single component, solvent release,non-skinning,non-sagging,black color; manufactured by Sonnebom or approved equal: 1. Elongation Capability: 7 to 10 percent 2. Service Temperature Range: -13 to 180 degrees F 3, Shore A Hardness Range: 10 to 30 D. Polysulfide Sealant(Type D): FS TT-S-227E,ASTM C920, Grade NS, Class 25,Use NT;two component, chemical curing,non-staining,non-bleeding, ,on-bleeSonolaino manuble of coof d nt nuous water immersion,non-sagging type; color asselecte by Sonneborn or approved equal: 1. Elongation Capability: 25 percent 2. Service Temperature Range:. -40 to 180 degrees F 3. Shore A Hardness Range: 20 to 35 E. Polyurethane Sealant(Type E): FS TT-S-227E, ASTM C920, Grade NS, Class 25,Use NT; single component, chemical curing,non-staining,non-bleeding,non-sagging type; color as selected; Sonolastic NP2 manufactured by Sonneborn or approved equal: 1. Elongation Capability: 50 percent 2. Service Temperature Range: -40to. 180 degrees F 3. Shore A Hardness Range: 20 to 35 07900-3 Z E I I 1416.02 07900.Joint SvIlents -ENGINEERS- SECTION 07900 JOINT SEALANTS F. Silicone Sealant(Type F): FS-TT-S-230C,ASTM C920, Grade NS, Class 25, Use NT; single component, solvent owing,non-sagging,non-staining,fungus resistant,non- bleeding; color as selected; Proglaze Manufactured by Treinco Omnisealmanufactured by Sonneborn or approved equal: 1. Elongation Capability, 50 percent 2. Service Temperature Range: 20 to 350 degrees F 3. Shore A Hardness Range: 20 to 35 2.2 ACCESSORIES A. Primer: Non-staining type,recommended by sealant manufacturer to suit application. B. Joint Cleaner: Non-corrosive and non-staining type,recommended by sealant manufacturer; compatible with joint forming materials. C Joint Backing: ASTM Dl056;round,closed cell polyethylene foam rod,oversized 30 to 5.0 percent larger than joint width,non gassing, Sofiod..manufactured;by AET Sonof�am R: manufactured by Sonneborn, Cera-Rod manufactured by W Meadows or approved equal. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that substrate surfaces and joint openings are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.2 PREPARATION A. Remove all dust, grease oil, wax and loose materials and foreign matter which might impair adhesion of sealant. B. Wipe surfaces with clean rag soaked in suitable solvent. C. Remove loose materials and foreign matter which might impair adhesion of sealant. D. Clean and prime joints in accordance with manufacturer's instructions. E. Perform preparation in accordance with manufacturer's instructions. F. Protect elements surrounding the work of this section from damage or disfiguration. 1416-02 07400-loins Sadents 07900-4 L _ I —ENGINEERS— SECTION 07900 JOINT SEALANTS 3.3 INSTALLATION A. Install sealant in accordance with manufacturer's instructions. B. Measure joint dimensions and size materials to achieve required 2:lwidth/depth ratios with minimum depth 1/2 inch. C. Install joint backing to achieve a neck dimension no greater than 1/3 of the joint width. D. Install bond breaker where joint backing is not used. E. Install sealant free of air pockets,foreign embedded matter,ridges, and sags. F Apply sealant*Alain recommended°application temperature ranges. Consult manufacturer when.sealant cannotbe applied within these temperature ranges. G. Tool joints concave to a smooth even finish, flush with the edges of the sealant recessed. H. Keep adjacent surfaces clean and free of overlapping sealant. I. Remove sealant and reseal joints when: 1. Excess sealant is outside the joint and feathered onto surfaces 2. It is not possible to paint adjacent surfaces to a clean line • 3.4 CLEANING A. Clean work under provisions of 01710, Contract Closeout B. Clean adjacent soiled surfaces 3.5 PROTECTION OF FINISHED WORK A. Protect finished installation under provisions of Section 01500, Construction Facilities and Temporary Controls. B. Protect sealants until cured 3.6 SCHEDULE Location T ae e. Color Window perimeter E To match frame color Metal Roofing D To match roofing color Door Frame/Walls B To match adjacent paint colors Under Thresholds C Black Shower/Ceramic Tile F To match grout colors Paving Joints A To match grout colors Casework B To match casework color I 07900-5 ZEL 1416.02 07960-Joint Sealants -ENGINEERS- SECTION 07900 JOINT SEALANTS A. Non-Sag Polysulfide or Polyurethane: 1. Entire perimeter of frames for exterior metal doors. 2. Entire perimeter of metal louvers. 3. Entire perimeter of metal dampers and metal surfaces. 4. Watertight joints in aluminum sheet metal work. 5. Joints between cast-in-place concrete or where indicated on the Drawings. 6. Other locations where caulking is shown on the Drawings or specified in other sections. B. Self-Leveling Polysulfide or Polyurethane: 1. Expansion and contraction joints in walks. • 2. Expansion, contraction and saw joints in traffic-bearing slabs. C. Silicone: 1. Non-Porous substrates. D. Color: 1. Schedule of colors for caulking used in each location for approval by Engineer. END OF SECTION 16-02 07900aoint Sealants 07900-6 ZEL —ENGINEERS— Elk SECTION 08306 ACCESS HATCHES PART 1 GENERAL 1.1 SECTION INCLUDES A. Access hatches in valve vaults B. Access hatches in wetwell C. Access hatches in discharge structure 1.2 RELATED SECTIONS A. Section 02310—Precast Concrete Vaults B. Section 03000 - Concrete C. Section 09900 -Painting 1.3 DESIGN REQUIREMENTS A. Access Hatches in vaults and structures: 1. Opening size: As shown on drawings. 2. Material: Aluminum with maximum design stress of 17,300 psi per the Aluminum Association 3. Live load: 300 lb/sq ft t door 4. Single leaf with hinges on one side, spring loaded assist,locking uprigh (Provide double leaf doors for hinged openings exceeding 48 inches wide. 5. Gasket sealed for containment of odors 6. Insulated 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Product Data: Provide sizes,types, finishes, scheduled locations, accessories, and details of adjoining work. C. Manufacturer's Installation Instructions: Indicate installation requirements,rough-in dimensions and anchorage. 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01720,Project Record Drawings. 1416-02 08306 Access}Ietctes 08306- 1 ZEL -ENGINEERS- I SECTION 08306 ACCESS HATCHES 1.6 QUALITY ASSURANCE Al Perform Work in accordance with UL requirements. 1.7 FIELD MEASUREMENTS AND COORDINATION A. Field verify measurements and coordinate with supplied materials. B. Coordinate frame delivery and installation with concrete demolition. PART 2 PRODUCTS 2.1 FABRICATION • A. Frame: Aluminum, channel or angle type as shown on the drawings, 1/4-inch thickness, coal tar coat all surfaces in contact with concrete, 10 mils min. B. Doors to be equipped with: 1. Heavy duty, stainless steel pneumatic dampened spring. 2. Cover to be counterbalanced. 3. Aluminum automatic hold open arm with a red vinyl grip release handle. C. Door to lock open in the 90 degree position. D. Hinges: 316 stainless steel with 316 stainless steel bolts. E. Hardware: All Type 316 stainless steel. F. Lift Handle: Flush with top of the 1/4-inch diamond plate. G. Sealed with gasket for odor control. H. As manufactured by Halliday, Bilco, Thompson Fabricating or equa.I 2.2 FINISHES A. Aluminum mill finish with bituminous coating applied to exterior of frame in contact with concrete. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that rough openings for door and frame are correctly sized and located. 1416-02 0E306 Access Hatches 08306-2 Z E L —ENGINEERS— SECTION 08306 ACCESS HATCHES 3.2 INSTALLATION A. Covers shall be delivered to the precast valve vault supplier for r. Installinstallation uis as howvault on top slab as specified in Section 02310,Precast Concrete Drawings,in accordance with manufacturer's instructions. B. Repair nicks or other damage to bituminous surface of frame prior to installation. C. Install frames plumb and level in opening. Secure rigidly in place. D. Lubricate and adjust for proper operation. END OF SECTION I I 08306 - 3 —ENOINEERS— I1426-02 08306 Access Hatches ZEI. i i i i i i i SECTION 09900 PAINTING AND FINISHING PART 1 GENERAL 1.1 SECTION INCLUDES A. The work covered by this specification consists of famishing 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.Painting shall be performed at such times and in such places as the Contractor and Engineer may agree upon in order that dust-free and neat work shall be obtained. All painting shall be done in strict accordance with the recommendations of the manufacturer and shall be performed 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 coat. 1.2 RELATED SECTIONS A. Section 05120—Structural Steel and Miscellaneous Metal B. Section 15060 -Pipe and Pipe Fittings C. Section 15100-Valves, Cocks and Hydrants D. Section 16050-Basic Materials and Methods E. Section 16075 -Electrical Identification 1.3 REFERENCES • A. ASTM D4258 - Surface Cleaning of Concrete B. ASTM D4259 Abrading Concrete C. SSPC-SP 1 - Solvent Cleaning D. SSPC-SP 2 -Hand Tool Cleaning E. SSPC-SP 3 - Power Tool Cleaning F. SSPC-SP 6- Commercial Blast Cleaning G. SSPC-SP 7 - Sweep Blast Cleaning H. SSPC-SP 10 -Near White Blast Cleaning I. Unless otherwise specified, all work and materials for the preparation and coating of all metal surfaces shall conform to the applicable requirements specified in the Steel Structures painting Manual, Volume 2, Systems and Specifications Revised,latest edition,published by the Steel Structures Painting Council. 1416-02 09900 Painting And Finishing 09900-1 Z E L -ENGINEERS- I SECTION 09900 PAINTING AND FINISHING 1.4 QUALITY ASSURANCE 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;the comparable products of Induron or Tnemec may be substituted upon approval by the Engineer. 1.5 SHIPPING, STORAGE AND HANDLING A. 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. B. 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-102,NFPA Bulletin No. 101 and all federal, state and local regulations. 1.6 SURFACES REQUIRING PAINTING A. The painting required by this section shall include painting the piping and equipment of this contract,including the steel work associated with the project. B. Exterior painting shall include: all ferrous metal associated with the work of this contract, exposed piping and equipment, and any other exterior work shown as requiring a coating or fmish. C. Interior painting shall include all new exposed interior ferrous metal work,piping, fittings,valves, equipment and other metal work of this contract. Interior painting shall also include touch up of all surfaces modified or damaged during construction. D. Unions, screwed fittings, and flanges on PVC pipe shall not be painted. E. Equipment prefinished by the manufacturer shall conform to the special requirements equirements 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. 1416-0:09900 Painting And Finishing 09900-2 Z E L —ENGINEERS— . SECTION 09900 PAINTING AND FINISHING PART 2 PRODUCTS 2.1 COATING SYSTEMS A. Surface: Exposed ferrous metal,machinery, and equipment—non-immersion; interior or exterior;new or existing. Surface Prep—SSPC SC6 Primer—Carbozinc 859 @ 3.0-5.0 mils DFT. Shop apply primer for new work. 1st Coat—Carboguard 690 or 890 @ 5.0-8.0 mils DFT 2nd Coat—Carbothane 133HB @ 3.0-5.0 mils DFT Total System—11.0-18.0 mils DFT B. Surface: Ferrous metal—immersion; interior or exterior. Surface Prep—Abrasive blast clean(SSPC SP 10)with 3.5 mil anchor profile. Primer—None , Finish—Polyclad 708/ 100%solids elastomeric polyurethane @ 25.0mils DFT in a single coat(multiple passes) Total System—25.0 mils Surface - PART 3 EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01010, Summary of Work B. Verify that surfaces are ready to receive work as instructed by the product manufacturer C. Examine surfaces scheduled to be finished that will adversely affect execution, permanence, or quality of work and which will not allow preparatory work outlined in preparation.of:surfades Report any condition that may potentially affect proper applieatYori prior.:to cominenceYienx of work D. Do not proceed with surface preparation or coating application until conditions are suitable - E. Test shop applied primer for compatibility with subsequent cover materials I 09900-3 Z E 1516-02 09900Feinting And Finishing —ENGINEERS— SECTION 09900 PAINTING AND FINISHING 3.2 SURFACE PREPARATION A. All surfaces that are to be painted shall,prior to application of paint,be cleaned,washed and further prepared as specified herein. Surfaces of ferrous metal to receive 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-SP10). B. Prepainted surfaces: Primed surfaces where the coating is in good condition shall be lightly sanded,wire brushed, or brush blasted to lightly roughen the surface. Where the: faint is showing`rust,or otherwise failing,:the surface shall be sand blasted for ryepaixtg as:new material Surfaces shall be sanded to eliminate the scale marks and other imperfections which will not permit a smooth finished surface. Cracks;nail holes, and.. other defects shall be appropriately filled and smoothed. 3.3 WORKMANSHIP A. 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 manufacturer. 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. 3.4 COLORS A. 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 book. Trim shall be finished same as wall colors. A color schedule complete with color chips shall be submitted for approval. B. Exterior Work: 1. Manhole frames and covers Black 2. Electrical Equipment&PolesAluminum Color 3. Guards and Caution Marking Safety Yellow 4. Piping- Stenciled names and Color Code Direction Arrows every 36" 5. Valves -To match Pipe Color Code 1516-02 09900 Fainting And Finishing 09900-4 ZEL. —ENGINEERS— 7 SECTION 09900 PAINTING AND FINISHING C. Piping,Pumps,Valves: Color Code Identification painting shall be provided for all piping in accordance with the following schedule. Names and flow arrows shall be stenciled on all the piping in an appropriate approved contrasting color. NAME OF PIPE GENERIC COLOR CARBOLINEFinished or Potable Water Dark Blue 91126751 Sewer(Sanitary or Other) Dark Gray Other pipes 2716. Light Gray 2716. Electrical Light Gray 3.5 CLEAN UP A. 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. 3.6 UNSATISFACTORY APPLICATION A. 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. END OF SECTION 1475-62 0"H4G0 Painting And Finishing 09900-5 Z E-ENGINEERS- I i i i a. SECTION 11000 EQUIPMENT ERECTION PART 1 GENERAL 1.1 SECTION INCLUDES A. The work covered by this section of specifications consists of furnishing hne tionplant,labo , supervision, equipment and materials and performing all operations h Equipment Erection as shown on the Drawings and as specified herein 1.2 RELATED SECTIONS A. Section 03000 - Concrete B. Section 03600 - Grout 1.3 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Product Data: Provide manufacturer's catalog sheet for material indicating physical properties 1.4 GENERAL REQUIRMENTS A. All equipment and pipe supports shall be routed with plain grout,unless otherwise directed • B. The Contractor,unless instructed otherwise by the Resident Project Representative(RPR) _ shall comply:with the markings:where shown for:lifting and oilier such notations placed upon the packages C. The Contractor shall be responsible for the final alignmenofall the Ower ori r.purchased furnished directlyy the by the Owner or furnished_with the equipment purchased by Contractor D. All works necessary forpreservatiori 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 IE. Spare parts furnished with equipment,but not to be erected, shall be placed in the storage area designated by the RPR F. The Contractor shall furnish such expendables as welding rods, oxygen, acetylene, stainless steel(ss) shims,cleaning solvents, cleaning rags, etc. G. Equipment guards,platforms,railings, etc., furnished with equipment, shall be completely erected by the Contractor. 11000-1 Z E L I 1416-0:11000-Egviymmt Erection - --ENGINEERS- SECTION 11000 EQUIPMENT ERECTION PART 2 PRODUCTS 2.1 TAGS A. All equipment shall be provided with stainless steel equipment identification tags (not painted) showing equipment number,permanently attached to the equipment. 13. 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. 2.2 GROUT A. Conform to requirements of Section 03600, Grout PART 3 EXECUTION 3.1 ERECTION AND ASSEMBLY A. The Contractor shall place and assemble equipment and machinery in accordance with the best practice of the trades involved. B. Wherever equipment manufacturer's special setting or erection instructions are furnished or called for by the manufacturer's representative,they shall be followed. C. 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. D. Dial indicators shall be used for equipment alignment unless otherwise instructed by the RPR. E. Couplings shall be aligned within .003"tolerance overall unless otherwise instructed by the RPR. F. 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. G. 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-upfor misalignment misalignment shall be corrected by the Contractor. gnment and any 1416-02 11000 Equipment Ercdiou 11000-2 Z E —ENGINEERS I SECTION 11000 EQUIPMENT ERECTION H. The work includes the flushing of gear cases and lubricant boxes where necessary and placement of initial fill of lubricants. I. Equipment erection shall include furnishing and installing dowels installed for hall allbe standard t component pins (1/4 inch to ft.)with pulling nut. Dowels shall 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. J. 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. K. Openings for access into the building shall be made and closed by the Contractor. L. The Contractor must furnish,install, and dismantle any temporary access platforms that he deems necessary to erect the equipment. M. 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 in cases involving a direct-connected motor drive. All items shall be in place and aligned prior to grouting. N. Spare parts and maintenance tools furnished with equipment shall not be used for installation work, and shall be turned in to the RPR. 3.2 GROUTING OF EQUIPMENT AND MACHINERY A. 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. B. Plywood or metal forms, approved by the RPR,may be used at the Contractor's option. C. Exposed edges shall have chamfer as directed. D. All necessary ties, wires,braces, etc.,required to properly align the forms, shall be furnished by the Contractor. E. Grout shall be mixed in a mechanical mixer, either concrete mixer or mortar mixer type. For small amounts,hand mixing may be permitted if approved by the RPR. Material shall be accurately measured by volume or by weight,with mixing water carefully measured. 14]6-0211000 Equipment Erection 11000-3 _.. Z E —ENGINEERS— ! SECTION 11000 EQUIPMENT ERECTION F. 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. G. Any required chipping of foundations to prepare a satisfactory surface shall be done prior to placing machinery by the Contractor. H. 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. I. Unless otherwise directed, grout shall fill the entire base and shall be finished off smoothly and flush at the grout holes. J. Any equipment that is required to be grouted with Non-shrink,metallic grout by the manufacturer or manufacturer's erection supervisor shall be grouted with same unless otherwise changed by the RPR. K. 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 1" of the machinery base and allowing the initial section to set a minimum of 24 hours before placing final grouting. 3.3 INSTALLATION OF CHAIN OR BELT DRIVEN EQUIPMENT A. 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. B. 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. C. Angular alignment and end clearance shall be checked by use of a feeler gauge of proper thickness inserted at four equally spaced points, 90°apart, around the outer edges of coupling halves. D. 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. 1416-02 71000 Equipmeu Erasion 11000-4 Z EL —ENGINEERS— SECTION 11000 EQUIPMENT ERECTION 3.4 INSTALLATION OF DIRECT DRIVEN EQUIPMENT A. Direction and speed of rotation of driving shafts and motors shall be checked before Connecting.to driven shaf€s. Driving shafts having axial end play, such as those of motors and certain other equipment,;shall beam 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. B. Shaft leveling shall be by use of a machinist's(Starrett#98, or equivalent) level placed across the faces oftl the two coupling halves. Radial alignment ent shall be checked at the same time by use of a straight edge placed across the faces of the two coupling halves in both the horizontal and vertical planes. C. Angalar alignment and end clearance shall.be checked by use of a feeler gauge of proper thickness inserted at four equally spaced points, 90° apart, around the outer edges of coupling halves. D. 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 ano.th:er. Final recheck shall,be made with dial indicators of high accuracy, or . 3.5 TEST RUN A. Before starting an item of equipment for the first time, all of the following shall be performed: B. Direction and speed of rotation shall be checked. C. Removal of all shaft blocks used for blocking shafts in running position during installation. D. Lubrication of all parts with manufacturer's recommended grade and quantity of lubricant, and under the Owner's supervision. E. Tightening of all bolts and capscrews. F. Torch trim bolt projections to approximately 1/8 inch above nut, and grind smooth. G. Whenready tostart;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-i tthe equipment: Otherwise,::a thorough visual inspection shall be made. H. Start-up and test run shall be conducted in the presence of the Resident Project Representative. 1416-0211000 Equipment Erection 11000-5 Z E L -ENGINEERS- .a SECTION 11000 EQUIPMENT ERECTION I. "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 place before placing the equipment in operation, In addition, torch trim bolt projections to approximately 1/8 inch above nut. J. 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: 1. Equipment erection, installation, and tie-ins. 2. Equipment operation. 3. Equipment maintenance. 4. Equipment trouble-shooting,problem analysis and problem correction. K. Since the-installation and start-up of equipment must proceed in an orderly manner and according to schedule the 1'equipment teclmician(s)" is to be available at the job site when scheduled and is expected to cooperate with all personnel. L. 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. M. All results from tests,trials, and final acceptance tests shall be documented and turned over to the RPR as required by the RPR. END OF SECTION 1416-02 11000 Equipment Fraction 11000-6 Z E ENGINEERS— SECTION 11310 SUBMERSIBLE PUMPS PART 1 GENERAL 1.1 SECTION INCLUDES A. Vertical rail guided submersible pumping units. B. Provide complete with motors, shafts with mechanical seals, guide bearings,pump supports, suction elbows, and other necessary appurtenances 1.2 RELATED SECTIONS A. Section 02310-Pumping Station Wetwell B. Section 03000 -Concrete C. Section 03600 - Grout D. Section 09900 -Painting and Finishing E. Section 13400- Instrumentation and Controls F. Section 16050-Basic Materials and Methods G. Section 16482 -Motor Control Centers 1.3 REFERENCES A. AISI 4165 - Stainless Steel416 B. AISI 1045 -Steel, cold drawn,high temperature stress relieved, 50-75 mm(2-3 in)round C. ANSI B16.1 - Cast Iron Pipe and Flanges and Flanged Fittings, Class 25, 125,250, and 800 D. ASTM A48 - Gray Iron Castings E. ASTM A276 - Stainless and Heat Resisting Steel Bars and Shapes F. Hydraulic Institute Standards for Centrifugal, Rotary, and Reciprocating Pumps (Centrifugal Pumps Standards Section), 13th Edition 1.4 PERFORMANCE AND DESIGN REQUIREMENTS A. General: 1. Stable and free of cavitation and noise throughout the specified operating head range 2. Design based on a wearing ring diametrical clearance which is the greater of 0.012 inch or 1 mil/in of wearing ring diameter 1416-02 11310 Submersible Fnmi" 11310-1 Z E L —ENGINEERS— SECTION 11310 SUBMERSIBLE PUMPS 3. The suction elbow shall be considered a part of the pump 4. Minimum hydrostatic test pressure: 1.5 x shutoff head plus suction pressure 5. Design based on running clearance between the impeller and suction cover of at least 0.02 inch 6. Performance requirements based on a water temp of 68 degrees F B. Environmental conditions: 1. Temp range: 40 degrees-68 degrees F 2. Setting elevation: 6,000 ft above sea level C. Raw Water Pumps (P-101,P102): 1. Number of units: 2 2. Pumped liquid: Wastewater containing solids and/or other fibrous materials 3. Rated total dynamic head(TDH) at max flow: 10 ft 4. Rated capacity at rated head(max speed): 2,860 gpm each 5. Minimum Efficiency at rated flow(%): 70 6. Minimum shutoff head(max speed): 30 ft 7. Normal operating TDH range: 6-19 ft 8. Minimum head for continuous operation(max speed): 4 ft 9. Pump operating speed range: 1150 rpm 10. Max NPSH required at minimum head for continuous operation(max speed): 26ft 11. Max brake horsepower required at any head above minimum for continuous operation: 14 bhp 12. Discharge nozzle diam: 10 inch 13. Manufacturer: Flygt Model NP3153LT3-623 or approved equal 1.5 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings, Product Data and Samples B. Shop Drawings: Submit complete fabrication, assembly foundation, and installation drawing for all pumps,motors and accessories to illustrate construction and assembly of components C. Product data: Submit sufficient data to verify compliance with specifications to include materials,parts, devices, and accessories: 1. Pump: a. Manufacturer name b. Type and model I c. Rotative speed d. Size of suction nozzle e. Size of discharge nozzle f. Type of bearings g. Type and construction of seals h. Net weight of components and total assembly including motor 1416.0211310Submmible Pumps 11310-2 Z E L —ENGINEERS— I SECTION 11310 SUBMERSIBLE PUMPS i. Complete performance curves showing capacity versus head,NPSH required, operating speeds,pump efficiency, and bhp j. Type of coupling k. Data on shop painting 2; Motor: a. Manufacturer name b. Type and model c. Rated size(hp) d. Type of shaft and bearings e. Efficiency f. Full load current g. power voltage,phase and frequency D. Test reports: 1. Submit certified copies of shop test reports at least 10 days before shipping equipment 2. . Reports shall include: a. Test log b. Description of test piping, equipment, and setup c. Test procedure d. Certified performance curves plotted against capacity at 1,200 rpm, 1,400 rpm, 1,600 rpm, and full speed(single speed curves only for constant speed pumps): 1) Head_ 2) Brake horsepower 3) Efficiency. 4) Actual speed 5) Net positive suction head available e. Plot curve to be easily read at scales consistent with the performance requirements E. Manufacturer's installation instructions: 1. Provide connection requirements and start-up instructions for pumps F. Manufacturer's field start-up report: 1. Indicate personnel present and actual tests and start-up procedures that were f performed by manufacturer's representative I 1.6 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Section 01730, Operation and Maintenance Data IB. Operation data: Include manufacturer's instructions, description of system operation, start-up data,trouble-shooting check lists, and repair data for pumps and motors IC. Maintenance data: Include manufacture's literature, cleaning procedures,replacement parts lists, wiring diagrams for pumps and motors H16-02 11310 Subrnersiblc Pumps 11310-3 Z E L -ENGINEERS- SECTION 11310 SUBMERSIBLE PUMPS 1.7 DELIVERY, STORAGE,AND HANDLING A. Deliver, store,protect, and handle products to site under provisions of Section 01600, Materials and Equipment B. Accept pumps and components on site in factory packing. Inspect for damage. Comply with manufacturer's installation instructions 1.8 MAINTENANCE MATERIALS A. Provide spare parts under provisions of Section 01700, Contract Closeout: 1. For each pump: a. One set of wear rings b. One bearing set c. One double mechanical seal d. One shaft sleeve e. One gasket set f. One pump impeller 2. Provide a 1 year supply of all greases and lubricants for each pump PART 2 PRODUCTS 2.1 MANUFACTURERS A. Flygt Corporation B. KSB C. Approved Equal 2.2 MATERIALS A. Pump: 1. Casing and frame: Cast iron, ASTM A48—Class 35 2. Impeller: Cast iron,ASTM A48—Class 30 3. Shaft: Carbon steel,AISI C-1045 4. Shaft sleeve: Stainless steel,AISI 416 5. Mechanical seal: Double seal arrangement: a. Seal faces: Upper: Carbon/stainless steel, lower: Silicon/tungsten carbide b. Elastomers—Buna N c. Metal components-316 stainless steel d. John Crane Type 1 or accepted equal 6. Bearings: Anti-friction, ball bearing type 7. Thrust bearings: Duplex angular contact B. Anchor bolts, nuts, and washers: Stainless steel,ASTM A276, Type 316 1416-02 11310SubmcrsiblePumj» 11310-4 ZE —ENGINEERS— I SECTION 11310 SUBMERSIBLE PUMPS 2.3 FABRICATION AND MANUFACTURE A. Casing: 1. Permits removal of the rotating element without disconnecting the piping 2. Flanged cleanout handholes on discharge and suction nozzles with interior surfaces flush with the casing water passages 3. Parts to have registered fit for alignment 4. Nozzles flanges: ANSI B16.1 125 lb diam and drilling 5. Pipe tapped openings with gage cocks for draining,priming, and venting the casing B. Impeller: 1. Accurately machine and statically and dynamically balance 2. Provide manufacturers standard impeller 3. Free of abrupt transitions,projections or cavities C. Wearing rings: 1. Provide renewable wearing rings in casing 2. Design clearance at least 8 mil/in of ring diam 3. Casing ring positively locked in place D. Mechanical seal: 1. Two according to manufacturer's standard to maintain an oil filled chamber E. Shaft bearings: 1. Ball bearing,pillow block type 2. Equipped with lubrication fittings for oil or grease 3. Bearing secured to shaft with set screws 4. Minimum lift(B-10)rating: 100,000 hrs 5. Rated for maximum shaft speed F. Motors: 1. Motor chamber: Hermetically sealed motor in an oil or water filled chamber 2. 460 V, 3 phase,60 Hz, 15 HP. Motor shall be rated for variable frequency drives. 3. Bearings: Thrust and guide bearings: Manufacturers standard 4. Provided with sufficient submersible power cable for installation as indicated on Drawings 5. Humidity-sensitive switch,mounted inside the dry (air-filled) stator-rotor enclosure, which will open a protective circuit if moisture has entered the Ienclosure. This switch shall be wired to shut off the motor, and should be non- resettable to ensure operators must attend to moisture entry prior to putting motor back into service. 6. Redundant thermal sensors embedded in the stator windings, wired in series with the above humidity switch,which will open a protective circuit if winding temperature exceeds rated operating temperature. These sensors should automatically reset when winding temperature has cooled to a safe operating temperature. I 1416-0211310Submersible Pumps 11310-5 Z E L —ENGINEERS- SECTION 11310 SUBMERSIBLE PUMPS G. Accessories: 1. Each unit: a. Lifting eye bolts or lugs b. Lifting chain shall be 304 stainless steel. Furnish 30 ft. in length with two end shackles for each pump. The chain shall be shackled to the pump handle and supported at the top on the nut rail when the pump is in position 2.4 LIQUID LEVEL SENSORS A. Furnish and install non-floating, displacement type liquid level sensors, consisting of a mercury switch in a smooth, chemical resistant polypropylene casing and suspended on its own cable. The level sensor shall be used in conjunction with the pump control panel to control pump operation. The cable of the level sensor shall be continuous from the sensor casing to the terminal blocks of the Pumping Station when the sensor is installed at its correct elevation. 2.5 COATINGS A. All surfaces, coming into contact with water, other than stainless steel or brass, shall be protected by an approved water resistant coating. The pump exterior shall be sprayed with PVC epoxy primer over a sand-blasted surface; fmish painting shall be chlorinated rubber of the manufacturer's standard,but in no case of a quality lower than required by the painting section of the specifications. PART 3 EXECUTION 3.1 INSTALLATION A. Use procedures recommended by pump manufacturer, Hydraulics Institute, and specified or described on Drawings B. Level,plumb, and align unit into position to fit connecting piping C. Grout pump base after initial fitting and alignment but before final bolting of connecting piping D. Take special care to maintain alignment of components E. No stress shall be transmitted to the pump flanges F. Test pump connections for piping stresses after final alignment and bolting: 1. Loosen flange bolts 2. If any movement or opening of joints is observed, adjust piping to fit G. Realign couplings after pouting to within pump manufacturer's recommendations H. Do not shim between machined surfaces 1416.0211310Submesibla Pumps 11310-6 Z EL —ENGINEERS— SECTION 11310 ,SUBMERSIBLE PUMPS 3.2 FIELD START-UP SERVICES A. Provide manufacturer's field service representative for a minimum of one(1) day to inspect installation and observe pump station start-up B. Provide additional two(2)hours of Owner's personnel training after start-up C. Comply with the requirements of section 01650, Starting of Systems END OF SECTION 1416-02 1131OSUt r blerun,>s 11310-7 Z E L' —ENGINEERS— I i i i i SECTION 13230 MIXED MEDIA ODOR FILTER PART 1 GENERAL 1.1 SECTION INCLUDES A. Modular mixed media filter for removal of hydrogen sulfide and other nxusand wastewater odors from air, complete with all associated internals,packing media, piping connections. 1.2 REFERENCES A. ASTM A276—Stainless Steel Bars and Shapes B. ASTM A480—Flat-Rolled Stainless and Heat-Resisting Steel Plate, Sheet and Strip C. AS/NZS 1554.1:2011 —Welding of Steel Structures 1.3 PERFORMANCE AND DESIGN REQUIREMENTS A. Design Criteria 1. Maximum dimensions: 65 x 29 x 38 inches(including water separator) 2. Minimum efficiency: 90 percent removal H2S 3. Design hydrogen sulfide concentration: 50 mg/L 4. Design air flow rate per unit: 375 acfm 5. Air temperature: 40° - 90°F 6. Site Elevation: 140 feet above sea level 1.4 SUBMITTALS A. Provide under provisions of Section 01340, Shop Drawings,Product Data and Samples. B. Shop Drawings: Provide complete fabrication and detail drawings showing overall dimensions, anchor requirements, size of all major components, internal distribution and fittings, external fitting locations, and accessories as specified herein. C. Product data: Provide manufacturer's process calculations,literature including materials of construction,written process guarantee,media product data, system pressure loss, colors available, specifications, and additional information necessary to determine compliance with these specifications. D. Manufacturer's guaranty: Provide written manufacturer's materials and process guaranty. 1416-02 13230 atxedMedieOdorFilter 13230-1 Z E L- —ENGINEERS— i SECTION 13230 MIXED MEDIA ODOR FILTER 1.5 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Section 01730, Operation and Maintenance Data. B. Operation Data: Include manufacturer's instructions, description of system operation, startup data. C. Maintenance Data: Include manufacturer's literature, cleaning procedures,media replacement procedures, and instrument wiring diagrams. 1.6 QUALITY ASSURANCE A. Filter manufacturer shall warrant the filter to the Owner against defects in workmanship and materials for a period of one(1)year from the date of beneficial use or twenty four (24)months from shipment, whichever occurs first. B. Filter manufacturers shall provide a written process guaranty demonstrating the system can meet all requirements specified herein at the given conditions. 1.7 DELIVERY, STORAGE AND HANDLING A. Deliver, store,protect, and handle products to site under provisions of Section 01600, Materials and Equipment. B. Accept filter on site and inspect for damage. Replace damaged unit with undamaged unit. C. Protect during transportation, in storage at the site, and during installation and subsequent construction activities. D. Provide one complete media replacement kit,packaged for storage. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Robert H. Wager Company(Model 2050-200 I+2500 CFM Water Separator),Rural Hall,NC B. McBerns Pty Ltd(Model ZC1200),Kunda Park, QLD Austrailia C. Approved Equal 1416-02 13230 hrixed Media Odor Filter 1323 0-2 Z E L —ENGINEERS— SECTION 13230 MIXED MEDIA ODOR FILTER 2.2 MATERIALS A. Filter Housing: The enclosure for the filter shall be austenitic stainless steel complying with ASTM A276 or ASTM A480, series 300, containing not less than 8%nickel or fabricated aluminum plate. Internally and externally coated with anti-corrosion coatings. B. Sealing Gaskets: Gaskets shall be resistant to the wastewater gases, temperature or environmental conditions to which the gasket will be subjected. C. Filter Media: The filter media shall have: 1. Proven capabilities to absorb and treat odors and chemical compounds from the waste airstream by absorption and chemical conversion. 2. Adequate surface area in the filter media to treat the specified concentrations and air flow rates of the waste airstream. 3. The filter media shall be a homogeneous material that provides uniform airflow distribution and maintains a low head loss (less than 2 inches w.c. at design flow rate). D. Fasteners and Latches 1. Fasteners such as bolts, screws,nuts and washers shall be 316 stainless steel;: E. Flanged connections: 1. Flange diameter and drilling per ANSI B16.5, 150 lb 2. Extend at least 4 inches from outside face of tank to face of flange 3. General location and sizes are as follows (refer to drawings for location) Nozzle Size, Quantity Connection Inches Location On Tower - 1 Air Inlet 4 inch Bottom side 1 Lower Drain 3/4 inch Bottom side 1 Air Outlet 4 inch Top Side 1 Upper Drain(Where 3/4 inch Top Sides required) F. Mounting Flanges: One continuous each side for securing unit to floor. PART 3 EXECUTION 3.1 PREPARATION A. Verify that field conditions are suitable to receive work. B. Verify items provided by other section of work are properly sized and located. . C. Install unit on 4 inch concrete housekeeping pad and provide inlet and drain connections to wetwell per the manufacturer's instructions. - 1416-02 13230 Mixed Media Odor Filter 1323 0-3 - Z E ENGINEERS— f .. �_.. SECTION 13230 MIXED MEDIA ODOR FILTER 3.2 INSTALLATION A. Contractor to install in accordance with manufacturers instructions,where directed by Engineer, or as shown on Drawings. B. Connect piping and other appurtenances as indicated on the Drawings. END OF SECTION • • 1416-0213230MuedMedin oda Filtsr 13230-4 Z E L —ENGINEERS— - SECTION 13400 INSTRUMENTATION PART 1 GENERAL 1.1 SECTION INCLUDES A. The.work covered by alis section of the specifications includes fiartushingall;=labor; equipment,ent, appliances and materials and performing alloperations in connection with the satisfactory installation.of the instrum.entatirm and control system complete with.all- appurtenances, accessories, control piping, and wiring. 1.2 RELATED SECTIONS A. Section 16010—Electrical–General Provisions B. Section 16050—Basic Materials And Methods 1.3 GENERAL A. Work includes,but is not necessarily limited to, the following: 1. Engineering design and selection of all components including hardware, field instruments and control devices, etc. as indicated, specified, and required by the plans,loop descriptions and other specifications sections contained herein. 2. All engineering,hardware and software installation, and onsite supervision necessary. 3.. Testing and operational demonstrations as specified. 4. Final terminations of all I/O signals and AC power wiring to equipment, instruments, and control panels specified and supplied under this section of the contract documents. 5. Training programs as specified. 6. Preparation of Operation and Maintenance Manuals. 7. Preparation of Record Drawings. B. Work not included: 1. Physical installation of in-line devices. 2. Physical installation of control panels. 3. Physical installation of field instruments and associated mounting hardware. 4. Conduit and wire. 1.4 QUALITY ASSURANCE A. The control system is an integrated t l be furnished by a single and Control System� licensed and approved InstrumentationIntegrator(ICS)who shall provide all of the instruments, equipment, and appurtenances regardless of manufacturer, and who shall be responsible to the Contractor for the complete and satisfactory operation of the entire control system. 1416.02 134OOInsmimentation 13400-1 _.. Z E L -ENGINEERS- I SECTION 13400 INSTRUMENTATION B. These specifications cover the intended functionality of the equipment,but do not necessarily cover all details necessary for a complete, operable and functional system. The Instrumentation and Control System Integrator shall supply all devices and appurtenances necessary to provide a complete, operable and satisfactory system as indicated or specified. C. Instrumentation and Control System Integrators: 1. It is the intent of these specifications and drawings that the Contractor shall engage a pre-approved and qualified Instrumentation and Control System Integrator to provide the system as specified and indicated. 2. Responsibilities of the Instrumentation and Control System Integrator to include: a. Complete the engineering design and furnish a fully integrated and functionally operating and instrumentation and control system, warranted to perform the intended functions as herein specified b. 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,record prints, and operator training without additional cost to the Owner. c. Employ a minimum of three(3) full time employees who are fully trained and qualified Engineers specializing in the areas of instrumentation and controls,project management,project engineering, electrical design, cellular telemetry system design,PLC programming, applications software development,mechanical design, and field service engineering. 3. The Instrumentation and Control System Integrator Company shall have been fully engaged in the business of installing instrumentation and control systems for the municipal water and wastewater market for a period of at least ten(10)years. 4. The Instrumentation and Control System Integrator shall be a certified member of the Control System Integrator Association(CSIA). 5. It shall be the responsibility of the Instrumentation and Control System Integrator to prepare the final engineering design for the system. 6. The Contractor's shall engage the services of M/R Systems, Inc. of Norcross, GA., Control Instruments, Inc. of Smyrna, GA., Southern Flow,Inc. of Alpharetta, GA, or Revere Control Systems, Inc. of Birmingham,Al. D. Contractor: 1. 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. 2. To provide personal superintendence and direction to the work,maintaining and supplying complete supervision over and coordination between all subcontractors employed by him. 3. To be responsible for defining the limits of his subcontractor's work. 4. Shall be responsible for physical mounting/setting of instruments,including instruments as provided under other sections of these specifications. 1416-02 13400 Instrumentation 13400-2 Z E —ENGINEERS— SECTION 13400 INSTRUMENTATION 5. Final piping and/or wiring connections to all instruments, including instruments as provided under other sections of these specifications shall be made by the Contractor and/or electrical subcontractor. 6. Physical mounting/setting of all control panels shall be made by the Contractor and/or electrical subcontractor. E. Underwriters Laboratories,Inc. (UL) Listing of Control Panels: F. All control panels supplied for this project shall be UL 508 listed. 1.5 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Component manufacturing data sheets indicating pertinent data and identifying each component by item number and nomenclature as indicated on the drawings and in the specifications. C. Component drawings showing dimensions,mounting and external connection details. D. System wiring schematics, each on a single drawing with full description of operation. Component identification on the schematic shall be as indicated above. E. A system schematic of the major system components. F. A system schematic of the major telemetry system components. G. Component manufacturing data sheets for each system item,including all system peripherals and remote site hardware. H. Provide six(6) operation and maintenance manuals complying with the following provisions: 1. Provide original manufacturer's parts list,illustrations, assembly drawings, and diagrams required for operation and maintenance. 2. Use operation and maintenance manuals as basis for instruction. Review contents of manual with personnel in detail to explain all aspects of operation and maintenance. I. Instruction Manuals 1. Provide a total of five(5) sets of instruction manuals, sturdily bound. Three(3) sets shall be delivered to the Owner, one(1) set shall be delivered to the Engineer, and one (1) set shall be maintained by the Instrumentation and Control System Integrator. 2. Operating instructions to incorporate a functional description of the entire system including the "as-built" system schematics. 3. Include and clearly define special maintenance requirements particular tothe system along with special calibration and test procedures. 1416-02134001nstmmoutation 13400-3 Z E L —ENGINEERS— SECTION 13400 INSTRUMENTATION J. Software Documentation 1. Provide complete documentation for operation and maintenance, covering both operating system software and application software. 2. Furnish one(1) set of documentation for operating system software. a. This to be the hardware manufacturer's standard comprehensive documentation for the operating system as supplied for this project. b. Include complete user information for proper utilization of the system. 3. Furnish five(5) sets of detailed user manuals for the application software. Three (3)sets shall be delivered to the Owner,one(1) set shall be delivered to the Engineer, and one(1) set shall be maintained by the Instrumentation and Control System Integrator. K. Design manuals to permit Owner's personnel to adequately understand the operation of the system as it relates to the process being controlled. L. Sub-divide manuals into detailed sections describing each of the major software sub- systems provided. M. Each sub-section to include an overview or abstract defining in general terms the function of that particular sub-system. N. Following the overview include a detailed functional description of the operation of that particular sub-system including a detailed explanation of all operator inputs required, copies of typical displays involved with the function of the particular subsystem, and, where applicable, include copies of typical hardcopy printouts associated with the sub- system. O. Make significant use of step-by-step examples to simplify system use and operation. 1. User manuals are to be sturdily bound in hardback binders. P. Drawings 1. Provide "as-built" drawings containing all necessary information for proper maintenance and system operation. 2. Interconnection information between system components; and system components and packaged equipment found in other sections of these specifications, shall be complete with all necessary interconnection information. Notes referring to equipment manufacturer's drawings for proper interconnection will not be acceptable. 3. Systems manufacturer to be responsible for furnishing the drawings. 1.6 PRODUCT DELIVERY, HANDLING,AND STORAGE A. Schedule the delivery of the equipment to coordinate with the project completion schedule. Each item of equipment shall be tagged with identifying number shown on the Shop Drawings. 141E-0?13400 Instrumentation 13400-4 Z E —ENGINEERS— SECTION 13400 INSTRUMENTATION B. 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. Damaged equipment will not be accepted. C. Equipment not for immediate use shall be stored inside a building, with enclosures under protective coverings and shall be fully protected from moisture, extreme heat and vibration. 1.7 WARRANTY A. Provide one(1) year warranty from project substantial completion date. B. The Instrumentation and Control System Integrator shall furnish a hardware maintenance contract for the computer system,providing for an 8-hour response time in normal working hours, five days per week for a period of one year after acceptance of the system. For any service visit during this period,provide the Owner and Engineer with a written report stating the reason for equipment failure and recommendations to prevent recurrence. C. Upon expiration of the initial one-year warranty period,the Instrumentation and Control System Integrator shall make available to the Owner a maintenance contract to cover system hardware, HMI software,PLC software,PLC hardware,radio or cellular telemetry equipment, field instruments, and instrumentation repair and calibration services. 1.8 CONTROL LOOP DESCRIPTIONS A. Normal Operation: 1. When water level reaches 130.00' the 24"hydraulic valve(FCV 202)will open allowing the siphon line to operate. FCV 202 will remain open until the wet well level reaches 119.00' and then FCV 202 will close. A high level float will be set at level 130.50' for backup to level transmitter to open valve. A low level float will be set at 118.50' for backup to level transmitter to close valve. 2. 24"Magmeter flow(FE-202),pressure, and wet well level will be recorded and trended by SCADA. B. Periodic Pressure Cycle: 1. Once a week when the water level is full,initiate a pressure cycle. Turn pump on at 70% speed,then initiate 10"hydraulic valve(FCV-201)to open. Adjust pump speed to maintain less than 30 PSI. Control the pump speed between 50% and 100%. If pressure exceeds 30 PSI at minimum pump speed close FCV-201 and then turn off pump. If wet well level falls below 119.00', close FCV-201 and then turn off pump.A high level float will be set at level 130.50' for backup to level transmitter to open valve. A low level float will be set at 118.50' for backup to level transmitter to close valve. At the completion of the pressure cycle,return to normal mode. 1476-02 134001nsttumenta!ion 13400-5 Z E —ENGINEERS— SECTION 13400 INSTRUMENTATION 2. When the pump signal to run is given during the Periodic Pressure Cycle,the 24" hydraulic valve(FCV-301) at the Discharge Valve Vault will be given a signal to close. When the pump is turned off at the end of the Periodic Pressure Cycle,FCV- 301 will be given a signal to open. 3. 10"Magmeter flow(FIT/FE-201),pressure,pump run time, and wet well level will be recorded and trended by SCADA. 4. There are two pumps that will alternate between cycles. C. Siphon Loss of Prime: 1. If the wet well is full and the 24"hydraulic valve(FCV 202)is open but no flow is detected on the 24"Magmeter(FE-202), close FCV-202 and run a periodic pressure cycle. The periodic pressure cycle primes the line. PART 2 PRODUCTS 2.1 PUMP CONTROL PANEL(PCP-1741) A. PCP-1741 shall be comprised of variable frequency drives (VFD), terminal strips, circuit breakers, line reactors,utility light, GFI utility outlet, enclosure, and other appurtenances as required for a fully functioning and fully operational system. B. The control panel shall be suitable for 480 V, 60 Hz, single-phase power with adequate control power transformer to supply 120 V, 60 Hz power for devices listed. C. Terminal strips shall be mounted using DIN rails. D. A single pole limit switch shall be mounted on the door frame of the RTU enclosure and shall be wired to a non-relay-isolated input of the RTU to provide an intrusion signal to the SCADA system. Limit switch shall also turn on an interior fluorescent light mounted to top panel. When door is open light turns on and door closes light turns off. E. A Square D AC power surge protector shall be installed integral to the RTU to provide transient and surge protection for incoming AC power. F. A phase monitor shall be provided for 480 Volt 3 phase monitoring. G. Enclosure shall be NEMA 4X stainless steel as shown on drawings. H. Anti-corrosion inhibitor blocks shall be mounted inside PCP enclosure to reduce corrosion. Corrosion inhibitors shall be Hoffman Model A-HCI10E. 2.2 REMOTE TELEMETRY UNIT(RTU-174-1) A. The Instrumentation and Control System Integrator shall make use of readily available products with a proven history of reliable service when used in municipal water and wastewater applications. 1416-02 13400 lnstnunentetion 13400-6 Z E —ENGINEERS— SECTION 13400.,. INSTRUMENTATION B. RTU-1741 shall be comprised of a Modicon M340 programmable logic controller(PLC), surge arrestors,relays,power supplies,terminal strips,heater and thermostat,circuit breakers,utility light, GFI utility outlet, Cellular modem, enclosure, and other appurtenances as required for a fully functioning and fully operational system. C. Cellular modem shall be Sixnet SN-6801HSPA. Include with 4"portable hinged dual- band antenna Sixnet FANDK819SMAH3. Verify data carrier with Augusta Utilities Department prior to ordering. D. As a minimum,the RTU shall be capable of supporting the following I/O complement: 16 Digital (discrete) Inputs, 12 Digital(discrete) Outputs, 6 Analog Inputs(4-20 mA or 1-5 VDC), and 2 Analog Outputs (4-20 mA,isolated, into 750 ohms minimum). E. 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. F. All analog inputs and outputs, including spare analog inputs and outputs, 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 3 AG size fast acting fuse. Secondary and tertiary protection shall be fulfilled using combination gas discharge tube 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 power for connections of future 2-wire transmitters. G. All digital inputs,including spare digital inputs, shall be isolated via electro-mechanical relays. Minimum contact rating for relays shall be 5 Amps at 250 VAC. A minimum of eight digital inputs shall be connected to field wiring via DIN rail mounted terminal strips. A 2 Amp 3 AG size fuse shall protect digital inputs. A minimum of eight(8) relays shall be provided and shall be fully wired to eight(8)digital inputs. Additional inputs shall be wired via interposing relays and terminals if required to accommodate additional field signals. H. Digital outputs shall be isolated from field wiring through terminal strips and electro- mechanical relays with contact ratings of 10 Amps at 250 VAC minimum. A minimum of six(6)relays shall be provided and shall be fully wired to six(6) of the digital outputs. Additional outputs shall be wired via interposing relays and terminals if required to accommodate additional field signals. I. Separate DC power supplies shall be provided for the PLC, cellular modem, and for field analog and digital inputs. All DC power supplies shall be protected via indicating 3 AG size fast-acting fuses. Indicating fuse holders shall be utilized and shall be DIN rail mounted. 1416-0213400Irstnunentation 13400-7 Z E 1: -ENGINEERS- I SECTION 13400 INSTRUMENTATION J. A single pole limit switch shall be mounted on the door frame of the RTU enclosure and shall be wired to a non-relay-isolated input of the RTU to provide an intrusion signal to the SCADA system. Limit switch shall also turn on an interior fluorescent light mounted to top panel. When door is open light turns on and door closes light turns off. K. Surge protectors shall be provided internal to the RTU enclosure to provide transient and surge protection for the phone line(where telephone line communications are used.) L. A 750 VA(minimum)Uninterruptible Power Supply shall be provided integral to each RTU enclosure. M. The control panel shall be suitable for 120 V, 60 Hz, single-phase power. N. Control power shall be sized to serve the breakers being provided to service lights and receptacle listed below. 1. One(1) circuit breaker shall be provided for the RTU's internal power supplies and control power. 2. One(1) circuit breaker to serve four-150 Watt lights mounted under electrical shed. 3. Provide one(l) circuit breaker for convenience outlet. 4. Provide one(1) circuit breaker to serve flow transmitters. 5. Provide two (2) spare circuit breakers. O. A Square D AC power surge protector shall be installed integral to the RTU 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. P. RTU enclosures shall be constructed in accordance with the following requirements: 1. RTU enclosure shall be a NEMA 4X Stainless Steel, 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. 2. Anti-corrosion inhibitor blocks shall be mounted inside each RTU enclosure to reduce corrosion. Corrosion inhibitors shall be Hoffman Model A-HCI10E. Q. Through the hinged interior panel the following indicating lights and readout shall be provided: 1. Control power indicator light 2. Run/Stop indication light for the pump 3. Running hour meter for the pump 4. Provide CUBS Series Panel Meter by Red Lion for the following: wetwell level (lx),Magmeter flow(2x), Pressure(lx), and pump run time(lx) 1416-02 134007nstrvmentetion 13400-8 Z E L —ENGINEERS— SECTION 13400 INSTRUMENTATION 2.3 REMOTE TELEMETRY UNIT(RTU-945) A. RTU-945 purpose is to control the open/close operation of the gate valve at the Discharge Valve Vault as described in the functional description periodic pressure cycle. B. The RTU will consist of a cellular modem,Web controlled Relay,power supply and enclosure. C. Cellular modem shall be Sixnet SN-6801HSPA. Include with 4"portable hinged dual- band antenna Sixnet FANDK819SMAH3. Verify data carrier with Augusta Utilities Department prior to ordering. D. The web controlled relay will be WebRelayTM configured to accept a Ethernet connection • from the Sixnet modem and switch a relay to open and close the valve. Input voltage range shall be 11 to 26 VDC and relay contact shall be rated 12 AMO VAC. E. Power supply will be a PULS MiniLine with 120 VAC input and a 24VDC output. F. Enclosure shall be NEMA 4X Stainless Steel,hinged exterior door, easy open latches(no tools required) and padlocking provisions. Provide back panel for mounting all devices. 2.4 PLC ENCLOSURE INTERNAL PANEL WIRING AND GENERAL CONSTRUCTION A. All PLC equipment shall be supplied with power supplies suitable for operation on 120 Volt, 60 Hertz, single-phase,AC power. B. Receptacles with isolated ground shall be supplied for computer devices in the control room and internal to the PLC enclosures. C. 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 Weidmuller, Phoenix Contact, Square D,or approved equal. D. All analog inputs and outputs,including all spare analog inputs and outputs, 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 each spare analog surge protector to provide 24 VDC for connections of future 2-wire transmitters. Spare analog inputs and outputs shall be wired to analog surge protection, fuses, etc. and shall be ready to accommodate future field signals. Analog signal surge protectors shall be Phoenix Contact or equal. 1416.0213400Instrument aLion _.. 13400-9 Z E L —ENGINEERS— SECTION 13400 INSTRUMENTATION E. All digital inputs, including spare digital inputs, shall be isolated via indicating electro- mechanical relays. Minimum contact rating for relays shall be 10 Amps at 250 VAC, minimum. Digital inputs shall be connected to field wiring via DIN rail mounted terminal strips. A 2 Amp 3AG size fuse shall protect digital inputs. Spare digital inputs shall be fully wired complete with relay isolation and terminal strips to accommodate future field signals. F. All digital outputs, including spare digital outputs, shall be isolated from field wiring through terminal strips and indicating electro-mechanical relays with contact ratings of 10 Amps at 250 VAC,minimum. Spare digital outputs shall be fully wired complete with relay isolation and terminal strips to accommodate future field signals. G. As a minimum, separate DC power supplies shall be provided for the PLC rack, analog I/O field supply, and digital I/O field supply. All DC power supplies shall be UL Listed and shall be protected via indicating 3AG size fast acting fuses. Indicating fuse holders shall be DIN rail mounted. H. A fluorescent light(24"minimum) shall be mounted in the top of each PLC enclosure. The light shall be wired to a 2-pole limit switch that 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. The second pole of the limit switch shall be wired to a non-relay-isolated input of the PLC to provide a panel intrusion signal to the SCADA system. I. Surge protectors shall be provided internal to the PLC enclosure to provide communications signal transient and surge protection. J. Uninterruptible power supplies shall be furnished and installed inside each PLC enclosure and shall be sized to provide at least 30 minutes of backup power for the entire PLC enclosure. UPS systems shall be designed to provide transfer to backup power in the event of AC power failure without interrupting or halting the PLC processor. Provide 1500 VA minimum UPS systems for each PLC enclosure. UPS systems for PLC enclosures shall be APC Model SMT1500 with Ethernet option card and Ethernet software driver. K. A minimum of two (2) circuit breakers shall be provided integral to the PLC enclosure. One circuit breaker shall provide protection to the PLC's internal power supplies and the other circuit breaker shall provide protection to a Ground Fault Interrupt(GFI) duplex utility outlet. L. An AC power surge protector shall be installed integral to the PLC to provide transient and surge protection for incoming AC power.A separate 20 amp GFI duplex utility outlet shall be protected by the surge protector and shall be used only for the UPS system. M. For power with 120 VAC supplied from a foreign source,provide an engraved nameplate (white letters,red background) to read"WARNING—This panel energized by foreign control power sources. Equipment will be live with panel disconnect in either on or off position." 1416-02 134001nstnuncntation 13400-10 Z E l —ENGINEERS— SECTION 13400 INSTRUMENTATION 2.5 PROCESS INSTRUMENTATION A. General 1. The Instrumentation and Control System Integrator shall supply all equipment specified under this section. 2. The intent of this specification is that all systems form a completely integrated system without the addition of any other equipment than that specified herein. B. Pressure Transmitter: Provide pressure transmitter capable of measuring-10 to 50 psi. Transmitter shall be Turck PS010V-503-LI2UPN8X-H1141 pressure sensor. Also, provide with Turck WK4.4T-10/S618 mating cable. Tag Service - Range PIT-201 Sewer pump station discharge 10"line -10 to 50 psi .. PIT-202 Sewer pump station discharge 24"line -10 to 50 psi.. C. Flow Meter(FE-201,FE-202): Flow meters shall be furnished for installation by piping where indicated on the drawings. 1. The flow meters shall operate on electromagnetic induction principle and give and output signal directly proportional to the liquid rate of flow. 2. 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. 3. The field coils of the meter shall be supplied with a precisely adjusted bi-polar direct current. 4. 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. 5. The meter body shall have a housing rated IP68 for constant submersion in water. 6. Electrode material shall be compatible with the process fluid. 7. Liner material will be hard rubber. 8. Meter will have field replaceable electrodes with access parts. 9. The instrument shall be manufactured in an ISO 9001 approved facility. 10. The meter shall be provided with corrosion resistant grounding rings. 11. 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. 12. The meters shall be Rosemount 8750WA. 13. The magnetic inductive flow converters shall be remote mounted in a NEMA 4X panel at the equipment rack and provide precisely controlled and regulated,bi- polar DC primary field excitation pulses at a keyed frequency which is user configurable. It shall convert the primary flow meter 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. 1416-021340016s1rvmentation . 13400-11Z E -ENGINEERS— SECTION 13400 INSTRUMENTATION 14. Cables as recommended by Rosemount 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. Tag Service Line Size FE/FIT-201 Sewer Discharge Line ._.,.. 10 FE/FIT-202' Sewer Discharge Line 24" D. Level Transmitter: 1. Device shall be a loop powered device that supports both Foundation fieldbus, and the analog 4-20 mA with superimposed digital HART. 2. The transmitter housing shall have two integral %2"NPT cable entries for conduit/cable connections. Provide Dual compartment housing to separate cabling from the electronics for increased moisture resistance. Unit shall be IP67 rated. 3. The antenna assembly is the only part in contact with the tank, and it consistent of an antenna, an 0-ring, a tank seal, a flange or a thread. 4. Level Transmitter shall be Rosemount 5402 two wire radar level transmitter. 5. Provide with Extended Cone. 6. Schedule: Tag Service Range g _: LE/LIT-101 Sewer wetwell level(Mounts in lift station) - 0 to 20 feet E. Liquid Level Sensors: 1. Furnish and install non-floating, displacement type liquid level sensors, consisting of a mercury switch in a smooth, chemical resistant polypropylene casing and suspended on its own cable. The level sensor shall be used in conjunction with the pump control panel to stop pump operation, and to open a solenoid valve on a valve operator. The cable of the level sensor shall be continuous from the sensor casing to the terminal blocks of the Pumping Station when the sensor is installed at its correct elevation. Tag Service ... Elevation ......__ . .. LS-101A _: _. .Sewer Discharge Line HWL 130.5 MSL LS=101B Sewer Discharge Line LWL 118.5 MSL PART 3 EXECUTION 3.1 SURFACE CONDITIONS A. 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. 14116-02134001nstrumentahon 13400-12 Z E —ENGINEERS— SECTION 13400 INSTRUMENTATION 3.2 FIELD EXAMINATION A. Verify that field measurements are as indicated on shop drawings and as instructed by manufacturer. B. Verify that the instrumentation is of the correct size and voltage in accordance with the manufacturer's approved shop drawings. C. Verify that the location is suitable for instrumentation installation. 3.3 PREPARATION A. Verify that the location is ready to receive work and the dimensions are as indicated. B. Do not install any instrument until the building environment or power requirement can be maintained within the service conditions required by the manufacturer. C. Provide Type 316 Stainless Steel stands as necessary for mounting of the instrumentation and other equipment. 3.4 INSTALLATION A. 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. B. 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. C. Perform all wiring in compliance with NEC. D. Before and during the installation,the instrumentation shall be protected from site contaminants. E. Installation shall be where indicated,in compliance with manufacturer's instructions, drawings and recommendations NEMA ICS 3.1. F. Install materials and equipment in a workmanlike manner utilizing craftsmen skilled in the particular trade. Provide work which has a neat and finished appearance. G. Mount control equipment securely on wall or equipment rack ata location 48 inches above the finished floor as shown on drawings using type 316 Stainless steel hardware. H. Mount Transmitters with isolation valves for servicing or replacement without taking line out of service. All mounting frames and hardware shall be#316 stainless steel. I. Properly connect the transmitters to the PLC inputs and power supply to obtain a current loop. 1416.02 13400 Instrumentation 13400-13 ZE —ENGINEERS— 11 SECTION 13400 INSTRUMENTATION J. Tighten accessible connections and mechanical fasteners after placing instrumentation, K. Coordinate with Manufacturer for Startup Services as specified. L. Provide engraved plastic nameplates under the provisions of Division 16— ELECTRICAL. 3.5 CLEANING A. Touch up scratched or marred surfaces to match original finish. B. All panels shall be thoroughly vacuumed to remove all trash and other debris. 3.6 FIELD SERVICES A. Manufacturer's field representative shall inspect completed installation of all instrumentation for physical damage,proper alignment, anchorage, and grounding. B. The manufacturer field representative shall be a factory certified technical representative to supervise the contractor's installation,testing and start-up of the instrumentation furnished under this specification as specified herein. 3.7 CALIBRATION AND START-UP SERVICES A. The Instrumentation and Control System Integrator's (ICSI) on-site field service technician shall be responsible for the startup and field calibration of all instrumentation and equipment supplied herein. B. The ICSI shall supplier a trained technician for a minimum of three(3)days in order to place the equipment in operation, calibrate the equipment, and provide training for the Owner in the equipment's proper operation and maintenance. Additional days shall be provided as necessary to insure that the equipment isoperating properly. C. The ICSI shall provide a certification letter that all equipment has been installed in accordance with their recommendations and has been calibrated to their published accuracy. Any deviations shall be promptly reported to the Engineer. D. Upon completion of field calibration of instrumentation the technician shall place labeling inside of the equipment stating the date, name of certified calibrator, and the calibration range of each item of equipment. E. ISA style calibration data sheets shall be provided to document calibration of each instrument. These data sheets shall be included with the O&M Manuals. 3.8 TECHNICAL SERVICES: A. 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 one(1) 8-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 ofprotecting all of the equipment prior to placing it into service. 1416-O2 13400 Instrumentation 13400-14 Z E L —ENGINEERS— I SECTION 13400 INSTRUMENTATION B. Upon completion of equipment installation,provide services of the above service engineer for a period of not less than two (2) 8-hour days for calibration and start-up of the equipment and instructing the operating personnel. C. The number of days specified above does not relieve the system manufacturer of providing sufficient service to place the system in complete and satisfactory operation. D. System supplier to provideoperation and maintenance training for Owner's personnel to ensure their adequate knowledge of.ise of the system. E. Training to be conducted on-site by instructors thoroughly lfaam liar with operation of the system,with training divided into three general areas as F. Analog and digital hardware maintenance training: 1. Instruct Owner's maintenance personnel in the proper preventative maintenance and repair tasks associated with system maintenance. 2. 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. 3. 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. 4. Include detailed instruction in maintenance and repair work associated with the computer process I/O sub-system. 5. Minimum training time for this material to be eight(8)hours. G. Operator familiarization training: 1. Instruct Owner's operating personnel in the proper use of the analog and digital process control system. 2. Include instruction in the system control steps and basic interface with the computer system. 3. Provide sufficient training to Owner's operating personnel so they can respond to the normal tasks required for operation of the plant. 4. Minimum training time for this material to be eight(8)hours. END OF SECTION 1410-02 I3400 Instrumentation 13400-15 ZEL —ENGINEERS— I 1 SECTION 15100 VALVES, COCKS AND HYDRANTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Valves indicated on Drawings, specified or as required for proper operation of equipment or systems 1.2 RELATED SECTIONS A. Section 02200 -Excavation,Filing and Backfilling B. Section 09900 -Painting and Finishing C. Section 15060 -Pipe and Pipe Fittings D. Section 15107 -Plug Valves 1.3 REFERENCES A. AWWA C500 -Metal-Seated Gate Valves for Water Supply Service B. AWWA C502 -Dry Barrel Fire Hydrants C. AWWA C508 - Swing Check Valves for Waterworks Service, 2 inch through 24 inch NPS D. AWWA C509 -Resilient Seated Gate Valves 3 inch through 12 inch NPS, for Water and Sewage Systems E. AWWA C511 -Reduced-Pressure Principle Backflow-Prevention Assembly F. AWWA C512 -Air Release,Air/Vacuum, and Combination Air Valves for Waterworks Service G. AWWA C550 -Protective Epoxy Interior Coatings for Valves and Hydrants H. NSF 61 -Drinking Water System Components -Health Effects I. UL 246 -Hydrants for Fire-Protection Service 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples. B. Product Data: Provide data on valves and accessories. Provide manufacturer's catalog information with dimensions,materials, and assembled weight. Indicate valve data and ratings. C. Manufacturer's Instructions: Provide complete manufacturer's installation instructions. 1416-02 15100 Valves,Cocks and Hydrants Addendum No l.doc 15100-1 Z E I —ENGINEERS— SECTION 15100 VALVES, COCKS AND HYDRANTS 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01720, Project Record Documents. B. Record actual size, type and location of all valves. 1.6 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Section 01730, Operation and Maintenance Data. B. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly views. 1.7 QUALITY ASSURANCE A. Manufacturer's name and pressure rating marked on valve body. B. Test valves in accordance with applicable standards referenced above. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the products specified in this Section with minimum 10 years documented experience. 1.9 REGULATORY REQUIREMENTS A. Conform to all municipal codes and ordinances, laws and regulations of the State. B. In case of apparent conflict, State and local requirements govern over these specifications. C. In absence of State and local regulations, Uniform Plumbing Code will apply. 1.10 DELIVERY, STORAGE,AND HANDLING A. Deliver, store,protect, and handle products to site under provisions of Section 01600, Materials and Equipment. B. Prepare valves and accessories for shipment according to AWWA C500. C. Accept valves on site in shipping containers with labeling in place. Inspect for damage. D. Provide temporary protective coating on cast iron and steel valves. E. Seal valve ends to prevent entry of foreign matter into valve body. 1416-02 15100 Valves,Cocks and Hydrants Addendum No 1.doc 15100-2 Z E —ENGINEERS— SECTION 15100 VALVES, COCKS AND HYDRANTS PART 2 PRODUCTS 2.1 GENERAL A. Construction: 1. Actual valve length within± 1/16 inch of specified or theoretical length. 2. Ends, except as otherwise specified: a. 2-1/2 inch and smaller,threaded or soldered ends b. 3 inch and larger: 1) Buried: Push-on or mechanical joint, ANSI A21.11 2) Others: Flanges,ANSI 125 lb c. Wafer style valves designed for installation between ANSI 125 lb flanges B. Shop Painting: 1. Comply with provisions of Section 09900,Painting and Finishing 2. Shop paint all ferrous metal surfaces of valves and accessories,both interior and exterior for corrosion protection. 3. Manufacturer's standard paint will be acceptable if it is functionally equivalent to the specified paint and compatible with the specified field painting 4. Surfaces to be painted: a. Unfinished surfaces: 1) Interior: Coal tar epoxy or epoxy 2) Exterior to be buried, submerged, or located in manholes: Coal tar epoxy or suitable exterior coating acceptable to Engineer 3) Other exterior: Rust inhibitive primer b. Polished or machined surfaces: Rust-preventive compound c. Operators and accessories: Rust inhibitive primer C. Actuators: 1. Provide manual actuators for all valves not specified to be power actuated or designed for automatic operation: a. General use: Handwheel b. Seven feet or more above the floor or grade: Chain wheel with operating chain: 1) Equipped with chain guide to permit rapid chain handling of the chain without "gagging" the wheel and to permit reasonable side pull on the chain 2) With extensions as required to prevent interference with adjacent piping or equipment 3) Chain heavily zinc or cadmium-plated and looped to extend between 3 feet and 4 feet of the floor or grade below valve c. Buried valve,valves operated through floor boxes, and as indicated on Drawings: Wrench nuts: 1) AWWA C500, Section 19 2) Provide 2 operating keys d. Plug or ball valves not to be chain wheel or wrench nut operated: Lever: 1) Provide 2 operating levers of each required size 1416-02 15100 Valves,Cocks and Hydrants Addendum No 1.doc 15100-3 Z E L —ENGINEERS— SECTION 15100 VALVES, COCKS AND HYDRANTS 2. Rotation: a. Counter clockwise (to the left)to open b. The word "OPEN" and an arrow indicating the direction to open cast on each valve body or operator 3. Extension stems: a. Provide where indicated on Drawings, specified,required for proper operation and for buried valves with operating nuts more than 8 feet below grade b. Non-rising stems: 1) Solid steel shafting with O.D. not less than O.D. of valve stem or galvanized steel pipe with I.D. not less than O.D. of valve stem 2) Connected to the valve by a flexible socket coupling 3) All other connections pinned,keyed, or socket c. Rising stem: 1) Stainless steel or carbon steel shafting with O.D. not less than O.D. of valve stem 2) Bronze or stainless steel sleeves securely attached to stem 3) Sleeve length and location to extend through each stem guide throughout the full vertical travel of stem d. Stem guides: 1) Cast iron, bronze brushed, adjustable in two directions 2) If extension stem length exceeds 10 feet or the weight exceeds 50 lbs, design top guide to carry the stem weight and provide a collar on the stem to bear against the thrust guide 3) Max spacing: a) Non-rising stems: 100 times stem O.D. b) Rising stems: 60 times stem O.D. c) Ten feet max e. Buried valves: 1) Stem extend to within 6 inches of grade 2) Provide spaces to center stem in valve box 3) Provide wrench nut 4. Operating Stands: a. Provide as indicated on Drawings b. Fabricated steel or cast iron c. Support handwheel or lever approximately 36 inches above floor d. Handwheel diam: 8 inch minimum e. Provide standard weight galvanized pipe sleeve for opening in floor f. For longer than 10 feet and without stem guides with thrust bearings, provide a suitable thrust bearing in each stand to carry extension stem weight 5. Floor boxes: a. Provide when openings are provided in concrete slabs for key operation of wrench nuts in or below the slab b. Cast iron with cover c. Depth as required for slab 1416-02 15100 Valves,Cocks and Hydrants Addendum No 1 doc 15100-4 Z E —ENGINEERS— SECTION 15100 VALVES, COCKS AND HYDRANTS d. Nut in slab: Provide a stem guide to center nut in box e. Nut below slab: Bottom opening to permit passage of key f. Box and cover coated by coal tar epoxy g. The word "SEWER" cast on each cover 6. Valve boxes: a. Provide for all buried valves b. Cast iron extension sleeve type with boxes and covers c. Depth as required for valve d. Minimum diam: 5 inch e. Minimum thickness: 3/16 inch f. Box, cover, and base coated by dipping in asphalt varnish g. An appropriate word designating the valve service case on the cover 2.2 GA11,VALVES A. Clear water service, 3/4 inch to 2 inch: 1. Bronze,rising stem, solid wedge, screw in bonnet 2. Threaded ends: Nibco T-111, Grinnell 3010, or approved equal 3. Soldered ends: Nibco S-111, Grinnell 3010 SJ, or approved equal B. Gate valves 4-16" shall be of the resilient seat type designed for a minimum working pressure of 250 psi. Valves>12" 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. 2.3 CHECK VALVES A. Clear water service, 3 inch through 12 inch,200 psi working pressure or less: 1. Wafer style for installation between 2 150/250 lb ANSI pipe flanges 2. APCO Series 9000, Crane "Duo-Check,Valmatic Dual Disc or approved equal 3. Cast iron body 4. Bronze plates 5. Stainless steel springs,hinge pins, and stops 6. Teflon spring and hinge bearings 7. Standard trim for IBBM construction B. Synthetic Disc Check Valve 1. ASTM A126, Cast Iron Body and Cover 2. ASTM D2000,Buna N Disc 3. Unobstructed Waterways 4. Epoxy Coated Interior 1416-02 15100 Valves,Cocks and Hydrants Addendum No 1 doc 15100-5 Z E —ENGINEERS— SECTION 15100 VALVES, COCKS AND HYDRANTS 5. Screw-Type Stainless Steel backflow actuator 6. Mechanical position indicator 7. Open-Close position indicator limit switch 8. Valmatic Swing Flex Series 500 or equal 9. Valmatic Swing Flex Series 500, Crispin Type RF, or equal. Per Addendum No. 1 2.4 BALL VALVES A. Application: 1. Except as otherwise indicated or specified,provide ball valves for all 3 inch or smaller shutoff valves 2. Provide additional ball valves as indicated on drawings or as specified B. Air and water service, 3 inch and smaller: Jamesbury A-211 or approved equal C. Domestic Water Plumbing Valve, 2"and smaller: Class 150, chrome-plated brass ball, full port valve. Valve shall be Nibco S-580 or T-580 or equal. D. Fabrication: 1. Handles showing direction of opening 2. Ball design which does not allow media contact with stem 3. Balancing stop for all applications 2.5 ALVES A. SolenoidELECTRIC valves:V 1. General: a. Bronze bodies and bonnets b. Packless construction without packing box or sliding seal c. Asco, ITT, or approved equal d. 120 V AC encapsulated Class F coils: 1) In NEMA 4 enclosures: Spade type terminals e. Enclosures: 1) With conduit hubs 2) General use: NEMA 4 3) Explosion proof areas: NEMA 7 f. Working pressure: 1) Water service: 125 psig 2) Air service: 126 psig g. Maximum required differential: 1) 1/4 inch: 0 psi 2) 3/8 inch-1 inch: 5 psi 2. Accessories: a. In water service provide an upstream strainer: 1) Bronze bodied, Y-pattern 2) Monel or stainless steel screens 1416-02 15100 Valves,Cocks and Hydrants Addendum No 1.doc 1.5100-6 Z E I ENGINEERS— SECTION 15100 VALVES, COCKS AND HYDRANTS 3) Asco 8600,Fisher 260, Hoffman 420, OPW Jordan 811 VP, or approved equal 4) With blowoff valve,Nibco "U-valve," Dyna-Quip "Combo Valve," or approved equal b. Provide strainers at other locations indicated on Drawings 2.6 YARD HYDRANTS A. Manufacturers: 1. Wade—W-8609 2. Josam-71600 3. Smith-5810 4. Zurn—Z-1360 5. Or approved equal B. Hydrant, 3/4 inch to 2 inch: 1. Exterior locations 2. Cast iron box and cover,brass valve, and casing for 4'-0" bury 2.7 PRESSURE REDUCING VALVE A. General: 1. Tight shutoff under no flow conditions 2. No "hunting" under normal flow conditions 3. Sized and selected as recommended by valve manufacturer B. Water service: 1. Provide as indicated on Drawings 2. Max flow greater than 150 gpm: Pilot operated, Cla-Val 90-01, GA 45, OCV 127-3, or approved equal 3. All others: Non-pilot operated Fisher 75A,Mueller H- 9000, or approved equal 4. 2-1/2 inch or smaller: Provide a Y pattern strainer: a. Bronze body b. Stainless steel or monel screen c. Cash-Acme SY,Hoffman 420,Mueller H-9330, Fisher 260C, or approved equal d. Blow-off Valve: Nibco "U-Valve," Dyna-Quip "Combo Valve," or approved equal 2.8 AIR RELEASE VALVES A. General: 1. Provide as indicated on Drawings 2. Water working pressure: 125 psig B. Clear water service: 1. Individual air release valves: a. Inlet size as indicated on Drawings 1416-02 15100 Valves,Cocks and Hydrants Addendum No 1 doc 15100-7 Z E —ENGINEERS— SECTION 15100 VALVES, COCKS AND HYDRANTS b. GA "Figure 930-T,"Val-Matic "Model 38,"APCO "200A,"or approved equal c. Provide throttling devices where indicated. C. Low Pressure Sewer 1. Single Chamber Design 2. 304 Stainless Steel body screen and ends 3. HDPE cylindrical control floats 4. Discharge orifice area equal to nominal valve size 5. EPDM rubber orifice seals 6. Valve design shall be air release only without reentrant air for use with siphons. 7. Vent-O-Matic Series RGXV or approved equal. 2.9 BACKFLOW PREVENTER A. Dual check valve assembly with reduced pressure zone B. Construction: 1. Bronze body 2. Bronze mounted 3. 2 inch—Watts 909MIQT or approved equal 2.10 TAPPING SLEEVES AND VALVES A. Provide as indicated on Drawings: 1. Designed for 150 psig working pressure 2. Tested to 300 psig working pressure B. Tapping Sleeves: 1. Flanged outlet type designed for attachment to inlet end of tapping valve 2. Mechanical joints at each end of run 3. Mueller No. H-615, Clow F-5205, or approved equal 2.11 CORPORATION ACCESSORIES A. Corporation stops: 1. Bronze body,AWWA tapered threaded tap 2. 100 psi maximum working pressure 3. Ford#B-22 or approved equal B. Curb stops: Ball type (1 inch–2 inch), Ford`B22" Series, or approved equal C. Curb stop box: 4 Ford arch base curb box, or approved equal D. Tapping saddles: Ductile iron with double stainless steel strap and rubber sealing gasket, 250 psi pressure rating, Mueller"#H-16100,"Rockwell"#323," Superior Style "36,"or approved equal 1416-02 15100 Valves,Cocks and Hydrants Addendum No 1 doc 15100-8 Z E —ENGINEERS— SECTION 15100 VALVES, COCKS AND HYDRANTS E. Service saddles (large diameter PVC): Wide stainless steel band or bands,bronze body, Ford"S-90" or approved equal 2.12 BEDDING MATERIALS A. Bedding: As specified in Section 02200,Excavation, Filling and Backfilling PART 3 EXECUTION 3.1 INSTALLATION A. General: 1. Install valves and accessories in accordance with the manufacturer's instructions 2. Provide union or flanged connection within 2 feet of each threaded end valve unless valve can otherwise be easily removed from piping 3. Set buried valves on solid bearing 4. Center and plumb valve box over valve 5. Set box cover flush with finished grade 6. Evenly fill around box and thoroughly compact on all sides 7. Extend stem to within 6 inches of final grade 8. Provide spacers to center stem in valve box B. Yard hydrants: 1. Provide a concrete slab 18 inch square by 4 inch thick 2. Install plumb 3. Provide 1 cu ft gravel or crushed stone below each hydrant for drainage C. Backflow preventers: Install in an area not subject to flooding 3.2 ADJUSTMENT A. Check and adjust valves and accessories for smooth operation in accordance with manufacturer's instructions END OF SECTION 1416-0215100 Valves,Cocks and Hydrants Addendum No l.doc 15100-9 Z E L —ENGINEERS— SECTION 15107 PLUG VALVES PART 1 GENERAL 1.1 SECTION INCLUDES A. Eccentric plug valves as indicated on Drawings or as specified for sewage service. 1.2 RELATED SECTIONS A. Section 02200- Excavation,Filling And Backfilling B. Section 09900-Painting and Finishing C. Section 15060 -Pipe and Pipe Fittings D. Section 15100 -Valves, Cocks and Hydrants E. Section 15140 - Supports and Anchors F. Section 16050-Basic Materials and Methods 1.3 REFERENCES A. ASME B16.1 - Cast Iron Pipe Flanges and Flanged Fittings B. ASTM A126 - Gray Iron Castings for Valves,Flanges, and Pipe Fittings C. ASTM A536-Ductile Iron Castings D. AWWA C111 -Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples. B. Product Data: Provide complete data on valves and accessories sufficient to verify compliance with the specifications: 1. Provide manufacturer's catalog information with size, dimensions,number of turns to open,materials, and assembled weights. Indicate valve pressure/temperature rating. 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01720,Project Record Drawings. B. Accurately record actual locations of valves and accessories. EL416-0;15107 Plug Valvcs 15107-1 Z —ENGINEERS— SECTION 15107 PLUG VALVES 1.6 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Section 01739, Operation and Maintenance Data. B. Maintenance Data: Include installation and maintenance instructions,recommended spare parts lists, and exploded assembly views of valves, operators, and accessories. 1.7 V , A , HNN A. DeDELIliver,storeERY ,protectSTORGE, and AND handleA productsDLItG o site under provisions of Section 01600, Materials and Equipment. B. Prepare valves and accessories for shipment and storage: 1. Seal valve ends to prevent entry of foreign matter into valve body. 2. Box, crate, completely enclose, and protect valves and accessories from accumulations of foreign matter. PART 2 PRODUCTS 2.1 MATERIALS A. Valves: 1. Body: Cast iron,ASTM A126, Class B 2. Plug: Ductile iron,ASTM A536, Grade 65-45-12 or cast iron,ASTM A126, Class B 3. Plug seat: Neoprene or Buna-N, 70 durometer hardness 4. Stem seal: • a. Buna-N dual U-cup b. EPDM self-lubricating packing ring 5. Thrust washers: PTFE 6. Body seat: Welded-in overlay of 90 percent Nickel • 7. Upper and lower trunnion bearings: Sleeve type, Type 316 stainless steel 2.2 MANUFACTURERS A. Valves: 1. Dezurik:PEC 2. Milliken: Millcentric 3. Pratt: Ballcentric 4. Valmatic: Series 5800R or 5900R 5. Victaulic: Series 365 2.3 FABRICATION A. Non-Lubricated Eccentric Plug Valves: 1. Valve port at least 80 percent of pipe size area for all valve sizes 2. Port design: Rectangular or round 3. Tight shutoff at rated pressure from either direction 1416-02 15107 Plug Valves 15107-2 Z E L —ENGINEERS— .- SECTION 15107 PLUG VALVES 4. Ends to match connecting piping: a. Flanged, 125 lb,ASME B16.1 b. Mechanical joint,AWWA C111 5. Maximum working pressure: a. 175 psig, 4 inch through 12 inch b. 150 psig, 14 inch through 36 inch 6. Opening motion eccentric, lifting plug away from body seat 7. Provided with fully adjustable plug position stops 8. Valve bonnet stuffing box sufficiently deep for 4 packing rings on 4-inch and larger valves 9. Valve body plainly marked to indicate seat end 10. Actual length within 1/16 inch±of specified or theoretical length 11. Valve packing adjustment accessible without removing actuator from valve 2.4 VALVE ACTUATORS A. Manual actuators: 1. 4 inches and smaller: Lever actuator 2. 6 inches and larger: Geared actuator with handwheel 3. 6'-0" or more above the floor or grade: Provide chain wheel with operating chain. B. Electric motor actuators: Plug valves shall be fitted with electric actuators where indicated. 1. The actuators shall be for open-close service,non-modulating for two position duty,in NEMA 4X enclosures, limit switches, torque switches,mechanical dial position indicator, analog position transmitter proportional to valve position, declutchable handwheel,heater, open-stop-close pushbuttons,local off remote selector switch. Indicator lights and a 120 volt single phase service. Valve actuators shall provide reversing start and safety and over current protection for the motor. 2. For modulating duty operator shall be similar and shall alter the valve position in proportion to a 4-20 MA analog command signal. Positioning shall be accomplished by comparing the command signal to position feedback. An automatic adjustment based on the difference shall move the valve to the required position without overshoot. 3. Actuators shall be Harold Beck &Sons or equal. Model type as required to meet vale operating torque requirements. 2.5 SHOP PAINTING A. Provide coatings under provisions of Section 09900,Painting and Finishing 1. Shop paint all ferrous metal surfaces of valves and accessories,both interior and exterior for corrosion protection. B. Manufacturer's standard paint will be acceptable if it is functionally equivalent to the specified paint and compatible with the specified field painting. 7416-02 75107 Plug Valva 15107-3 Z E L _ENGINEERS_ SECTION 15107 PLUG VALVES C. Surfaces to be painted: 1. Unfinished surfaces: a. Interior: Coal tar epoxy(2 coats) b. Exterior to be buried, submerged, or located in manholes: Coal tar epoxy c. Other exterior, exposed surfaces: Epoxy or Rust-inhibitive primer d. Accessories: Epoxy or Rust-inhibitive primer PART 3 EXECUTION 3.1 INSTALLATION A. General: 1. Install valves and accessories in accordance with manufacturer's instructions 2. Set valve and valve boxes plumb 3. Install valve box directly over valve it serves with top of box flush with finish grade 4. Fill around box with earth and thoroughly tamp on all sides B. Valves: 1. Except as required for proper operation, install with shaft horizontal and plug in upper half of body 2. In vertical pipe runs,install valve with the seat end flange up 3. On sewage and sludge lines install with seat on upstream end and with plug rotating up into open position for valves in horizontal lines 3.2 ADJUSTMENTS A. Check and adjust valves and accessories for smooth operation in accordance with manufacturer's instructions. 3.3 FIELD QUALITY CONTROL A. Coordinate inspection of all valves by manufacturer's representative, confirm valve orientation is correct, and instruct plant personnel on their operation and maintenance. END OF SECTION 14l6-02 15107 Plus Valves 1 51 07-4 Z E —ENGINEERS— SECTION 15123 STAINLESS STEEL SLIDE GATES PART 1 GENERAL 1.1 SECTION INCLUDES A. This section covers Stainless Steel Flow Control Slide Gates and operators. 1.2 REFERENCES A. Except as modified or supplemented herein, all gates and operators shall conform to the applicable requirements of AWWA C561 standards. 1.3 PERFORMANCE AND DESIGN REQUIREMENTS A. The equipment provided under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions and recommendations of the equipment manufacturer unless exceptions are noted by the engineer. B. Gates and operators shall be supplied with all the necessary parts and accessories indicated on the drawings, specified, or otherwise required for a complete,properly operating installation, and shall be the latest standard product of a manufacturer regularly engaged in the production of fabricated gates. C. Leakage. Slide gates shall be substantially watertight under the design head conditions. Under the design seating head,the leakage shall not exceed 0.05 US gallon per minute per foot of seating perimeter. Under the design unseating head,the leakage for heads of 20 feet or less shall not exceed 0.1 US gallon per minute per foot of perimeter. For unseating heads greater than 20 feet,the allowable leakage shall not exceed the rate per foot of perimeter specified by the following equation: Gallons per minute per foot of perimeter =0.10 + (0.0025 x (unseating head in feet-20). D. Design Head. The Slide gates shall be designed to withstand the design head shown in the gate schedule. E. Seal Performance Test. The gate's sealing system shall have proof of design or have been tested through a cycle test in an abrasive environment and should show that the leakage requirements are still obtained after 25,000 cycles with a minimum deterioration. F. Gates shall be self-contained or non self contained of the rising stem configuration as indicated on the gate schedule. G. Gate Dimensions per as indicated on the gate schedule. 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples 1416-0215123 Stainless Steel Slide Gates Addendum No l.doc 15123-1 Z E L —ENGINEERS— SECTION 15123 STAINLESS STEEL SLIDE GATES B. Shop Drawings: Provide gate layout fabrication and assembly drawings with dimensions. Provide sufficient information to verify compliance with specifications C., Product Data: Provide complete data on gate and accessories sufficient to verify compliance with the specifications. Provide manufacturer's catalog information with size, dimensions, number of turns to open,materials and assembled weights. Indicate slide gate seating/unseating head(feet) and leakage rate. D. The manufacturer shall submit for approval by the purchaser, drawings showing the principal dimensions, general construction and materials used in the gate and lift mechanism. E. The manufacturer shall submit for approval by the purchaser, complete engineering design calculations in compliance with AWWA standards latest edition. 1.5 QUALITY ASSURANCE A. The manufacturer shall have experience in the production of substantially similar equipment, and shall show evidence of satisfactory operation in at least 50 installations. The manufacturer's shop welds, welding procedures and welders shall be qualified and certified in accordance with the requirement of the latest edition of ASME, Section IX. B. The fully assembled gates shall be shop inspected, tested for operation and leakage, and adjusted before shipping. There shall be no assembling or adjusting on the job sites other than for the lifting mechanism. 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01720,Project Record Documents B. Accurately record actual locations of valves and accessories 1.7 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Section 01730, Operation and Maintenance Data B. Maintenance data: Include installation and maintenance instructions,recommended spare parts lists and exploded assembly views of gates, operators and accessories PART 2 PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the requirements of the plans and specifications, manufacturers offering fabricated slide and weir gates which may be supplied for the work include the following: 1. Rodney Hunt-20 series, Orange,Mass. 2. WACO Products,Baltimore, MD 1416-0215123 Stainless Steel Slide Gates Addendum No l.doc 15123-2 Z E L. —ENGINEERS— SECTION 15123 STAINLESS STEEL SLIDE GATES 3. Whipps—Athol,MA 01331 4. Dynamic Water Control Gates, Dollard des Ormeaux, Quebec, 5. Orbinox—Armory, Mississippi Per Addendum No. 1 2.2 MATERIALS A. Minimum material thickness for gate construction shall be 1/4 inch Part Material Frame, yoke, stem guides, slide, stem Stainless steel ASTM A-240,Type 304L or 316L extension Slide and top seals,stem guide liner Ultra high molecular weight polyethylene (UHMWPE),ASTM D-4020-96 J or P bulb Nitrile ASTM D-2000 Compression Cord Nitrile ASTM D-2000 Invert seal Neoprene ASTM D-2000 Grade 2 BC-510 Threaded stem Stainless steel ASTM A-276,Type 303 MX or 316 Fasteners ASTM F593 and F594 GM for type 304 and GR2 for type 316 Crank ASTM A240,Type 304L or 316L stainless steel Pedestal,wall brackets ASTM A36 steel,epoxy coated Stem cover Polycarbonate ASTM A-707 Lift nut Manganeze bronze,ASTM B584,UNSC86500 2.3 FABRICATION A. FRAME: 1. The gate frame shall be constructed of structural members or formed plate welded to form a rigid one-piece frame. The frame shall be of the integral flange back design suitable for mounting on a concrete wall with a non-shrink grout pad or a wall thinble. 2. The frame configuration shall be of the flush-bottom type and shall allow the replacement of the top and side seals without removing the gate frame from the wall or wall thimble. B. SLIDE 1. The slide shall consist of a flat plate reinforced with formed plates or structural members to limit its deflection to 1/720 of the gate's span under the design head. C. GUIDES AND SEALS 1. The guides shall be made of UHMWPE (ultra high molecular weight polyethylene)and shall be of such length as to retain and support at least tow thirds (2/3) of the vertical height of the slide in the fully open position. 2. Side and top seals shall be field adjustable resilient J or P bulb seals attached to the spigot and held in place by a bolted retainer bar. The sealing system shall maintain efficient sealing in any position of the slide and allow the water to flow only below the slide plate. 1416-0215123 Stainless Steel Slide Gates Addendum No 1.doc 15123-3 Z E —ENGINEERS— SECTION 15123 STAINLESS STEEL SLIDE GATES 3. The flush bottom seal shall be made of resilient neoprene set into to bottom member of the frame. Foir submerged gates the neoprene invert seal shall be attached to the slide. D. LIFT ASSEMBLIES 1. Stem And Couplings. a. The operating stem shall be of stainless steel designed to trasmit in compression at least 2 times the rated output of the operating manual mechanism with a 40 lb (178 N) effort on the crank or handwheel. b. The stem shall have a slenderness ration(L/R) less than 200. The threaded portion of the stem shall have machine cut threads of the Acme type. c. Where hydraulic,pneumatic or electic operator is used, the stem design force shall not be less than 1.25 times the ouput thrust of the hydraulic or pneumatic cylinder with a pressure equal to the maximum working pressure of the supply, or 1.25 times the output thrust of the electric motor in the stalled condition. 2. For stems in more than one piece and with a diameter of 1 3/4 inches (45 mm) and larger,the different sections shall be joined together by solid couplings. The couplings shall be grooved and keyed and shall be of greater strength than the stem. Stems with a diameter smaller than 1 %inches (45 mm) shall be pinned to an extension tube. 3. Stem Guides. Stem guides shall be equipped with a UHMWPE bushing. Guides shall be adjustable and spaced in accordance with the manufacturer's recommendation. The LAR ratio shall not be greater than 200. 4. Stem Cover. Rising stem gates shall be provided with a clear polycarbonate stem cover. The stem cover shall have a cap and condensation vents and a clear mylar position indicating tape. The tape shall be field applied to the stem cover after the gate has been installed and positioned. 5. Yoke. Self-contained gates shall be provided with a yoke made of structural members or formed plates. The maximum deflection of the yoke shall be 1/360 of the gate's span. E. LIFTING MECHANISM 1. General. Operators of the types listed in the schedule shall be provided by the gate manufacturer. Each manual operator shall be designed to operate the gate under the maximum specified seating and unseating heads by using a maximum effort of 40 lb on the crank or handwheel, and shall be able to withstand, without damage, an effort of 80 lb. 2. Gearboxes. Gearboxes shall be provided when required to maintain the operating force below 40 lb. All bearings and gears shall be totally enclosed in a weather tight housing. The pinion shaft fo crank-operated mechanisms shall be constructed of stainless steel and supported by roller or needle bearings. 3. Manual Actuators. The operating shaft shall be fitted with a 2-inch square operating nut and removeable crank. The crank shall be fitted with a corrosion- resistant rotating handle. The maximum crank radius shall be 15-inches and the 1416-02 15123 Stainless Steel Slide Crates Addendum No 1.doc 15123-4 Z E —ENGINEERS— SECTION 15123 STAINLESS STEEL SLIDE GATES maximum handwheel diameter shall be 24-inches. Actuator shall be located approximately 36 inches from operating floor. PART 3 EXECUTION 3.1 INSTALLATION A. Gates and appurtenances shall be handled and installed in accordance with the manufacturer's recommendations. 3.2 FIELD TESTS A. Following the completion of each gate installation,the gates shall be operated through at least two complete open/close/open cycles. If an electric or hydraulic operator is used, limit switches shall be adjusted following the manufacturer's instructions. B. Gates shall be checked for leakage by the contractor after installation(refer to the Performance section for approval criteria). 3.3 FIELD QUALITY CONTROL A. Gate Vendor shall provide two (2) eight hour days (not including travel time) of services to start-up and certify installation of gates and gate actuators. END OF SECTION 1416-02 15123 Stainless Steel Slide Grates Addendum No I doe 15123-5 Z E I- _ —ENGINEERS— .- .. .. i. ! '.. .. .. .r. SECTION 16010 ELECTRICAL- GENERAL PROVISIONS PART 1 GENERAL 1.1 SECTION INCLUDES A. Division 16,ELECTRICAL, covers the work necessary for the complete electrical system. Furnish materials,labor, and equipment in accordance with these Specifications and the accompanying Drawings • 1,2 RELATED SECTIONS A. Section 13400- Instrumentation and Controls B. Section 16050- Electrical -Basic Materials C. Section 16075 -Electrical Identification • D. Section 16110 -Raceways E. Section 16120 - Conductors F. Section 16130 -Boxes G. Section 16441 - Safety Switches H. Section 16450- Grounding I. Section 16461 -Dry-Type Transformers J. Section 16470-Panelboards • K. Section 16500 -Lighting 1.3 WORK PROVIDED OUTSIDE THIS CONTRACT A. Incoming underground transformereprovide trench, and backfill, and duct cables, ls, lation, temination, and connection;under this Conta t system. B. Transformers supplying main electrical service to the facility; site preparation and transformer pad included in this Contract. C. Power company metering facilities, except as indicated. 16010-1 Z E 1416-02 16010 General H'm•isions —ENGINEERS-- SECTION 16010 ELECTRICAL- GENERAL PROVISIONS 1.4 MATERIALS AND EQUIPMENT FURNISHED UNDER OTHER DIVISIONS WITH RACEWAY AND ELECTRICAL CONDUCTORS FURNISHED, INSTALLED,AND CONNECTED UNDER DIVISION 16, ELECTRICAL: A. All Equipment shown on the plans with an electrical or control wiring connection shown on the plans. B. Section 13400, Instrumentation 1.5 INSPECTION OF THE SITE AND EXISTING CONDITIONS A. The electrical drawings were developed from information supplied by the Owner. Verify all scaled dimensions prior to submitting bids. B. Before submitting a bid,visit the site and determine conditions at the site and at all existing structures in order to become familiar with all existing conditions and electrical systems which will,in any way or manner, affect the work required under this Contract. No subsequent increase in Contract cost will be allowed for additional work required because of the Contractor's failure to fulfill this requirement. 1.6 RESPONSIBILITY A. The Contractor shall be responsible for: 1. Complete systems in accordance with the intent of these Contract Documents. 2. Coordinating the incoming electrical service with the electric utility company providing service. 3. Coordinating the details of facility equipment and construction for all Specification Divisions which affect the work covered under Division 16, ELECTRICAL. 4. Furnishing and installing all incidental items not actually shown or specified,but which are required by good practice to provide complete functional systems. 1.7 DEFINITIONS A. Integrated Equipment Short Circuit Rating(IESCR): The short circuit current at the line terminals of an assembly which the assembly can interrupt without damage beyond that allowed by NEMA or UL for the short circuit design test for similar equipment;unless otherwise noted, IES CR is expressed in 3-phase, symmetrical,rms amps. 1.8 INTENT OF DRAWINGS A. Electrical plan drawings show only general locations of equipment, devices, and raceway, unless specifically dimensioned. The Contractor shall be responsible for the proper routing of raceway, subject to the review of the Engineer. 1416-02 16010 Gmoal Provisions 16010-2 l —ENGINEERS— SECTION 16010. ELECTRICAL- GENERAL PROVISIONS 1.9 DEPARTURES FROM CONTRACT DOCUMENTS A. Submit to the Engineer in writing details of any necessary,proposed departures from these Contract Documents and the reasons therefore. Make no such departures without written review of the Engineer. 1.10 SUBSTITUTION OF MATERIALS AND EQUIPMENT A. In accordance with provisions elsewhere in these Contract Documents,manufacturers' names and catalog numbers stated herein are intended to indicate the type and quality of equipment or materials desired. Unless substitution is specifically forbidden,proposed alternatives may be submitted for approval. B. Make requests for review of alternatives in writing to the Engineer before submittals of shop drawings. Provide sufficient material or data to allow evaluation of the proposed alternative and determination of compliance with these Contract Documents. List any proposed deviations from these Contract Documents. 1.11 STANDARDS, CODES,PERMITS, AND REGULATIONS A. Perform all work; furnish and install all materials and equipment mons occurdance with f the following: the latest applicable rules,regulations,requirements, and spec 1. Local Laws and Ordinances. 2. State and Federal Laws. 3. National Electrical Code(NEC). 4. State Fire Marshall. 5. Underwriters" Laboratories (UL). 6. National Electrical Safety Code(NESC). 7. American National Standards Institute(ANSI). 8. National Electrical Manufacturer's Association(NEMA). 9. National Electrical Contractor's Association(NE(IEEE).Standard of Installation. 10. Institute of Electrical and Electronics Engineers 11. Insulated Cable Engineers Association(ICEA). 12. Occupational Safety and Health Act(OSHA). 13. National Electrical Testing Association(NETA). 14. American Society for Testing and Materials (ASTM). B. Conflicts, if any,that may exist between the above items will be resolved at the discretion of the Engineer. C. Wherever the requirements of the Specifications or Drawings exceed those of the above items,the requirements of the Specifications or Drawings govern. Code compliance is mandatory. Construe nothing in the Contract Documents as permitting work not in compliance with these codes. 16010-3 Z E L 1416-02 16010 General Provisions —ENGINEERS— . .. . ,. SECTION 16010 ELECTRICAL- GENERAL PROVISIONS D. Obtain all pennits and pay all fees required by any governmental agency having jurisdiction over the work. Arrange all inspections required by these agencies. On completion of the work, furnish satisfactory evidence to the Engineer that the work is acceptable to the regulatory authorities having jurisdiction. 1.12 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings, Product Data and Samples B. Provide complete manufacturers'descriptive information and shop drawings for equipment,material, and devices furnished under Division 16,ELECTRICAL, interconnection and connection diagrams, in accordance with provisions elsewhere in these Contract Documents. C. In addition to submittals for specific items that may be mentioned in other sections, furnish shop drawing information and submittal data on the following items as applicable to the project: 1. Switchgear 2. Panelboards. 3. Separately mounted circuit breakers and nonfused disconnect switches. 4. PVC conduit. 5. Liquid-tight flexible metal conduit. 6. Wireway. 7. Pull boxes and junction boxes with any dimension over 12 inches. 8. Terminal junction boxes. 9. Precast handholes. 10. 600-volt conductors. 11. Control cable. 12. Lighting fixtures. 13. Emergency lighting units. 14. Light poles. 15. Pushbuttons,Indicating Lights, Selector Switches: devices and stations . 16. Elapsed time meters, separately mounted. 17. Control relays and timers, separately mounted. 18. Dry type small power transformers, 0-600V primary. 19. Surge protective equipment. 20. Automatic transfer switches. 21. Lightning protection system. 22. Conductor and Field Test Data 23. Short circuit and protective device coordination study. D. OPERATIONS AND MAINTENANCE MANUALS Provide operations and maintenance manuals in accordance with provisions of Division 1, GENERAL REQUIREMENTS, in these Contract Documents. Provide the number of copies specified therein containing: 1. Information required by Division 1, GENERAL REQUIREMENTS. 2. Information listed under individual specification items. 3. Provide reproducible time-current coordination study. 1416-02 16010 General Provisiois 16010-4 Z E ENGINEERS— SECTION 16010 ELECTRICAL- GENERAL PROVISIONS 1.13 GUARANTY A. Materials, equipment, and workmanship shall be guaranteed in accordance with provisions of General Conditions in these Contract Documents. PART 2 PRODUCTS 2.1 PRODUCTS AND EQUIPMENT, COMMON REQUIREMENTS A. GENERAL 1. Unless otherwise indicated,provide all first-quality,new materials and equipment, free from any defects,in first-class condition, and suitable for the space provided. Provide materials and equipment listed by UL wherever standards have been established by that agency. 2. Where two or more units of the same class of material or equipment are required, provide products of a single manufacturer. Component parts of materials or equipment need not be products of the same manufacturer. B. STANDARD PRODUCTS 1. Unless otherwise indicated,provide materials and equipment which are the standard products of manufacturers regularly engaged in the production of such materials and equipment. Provide the manufacturers'latest standard design that conforms to these Specifications. C. CLASSIFICATION OF AREAS 1. The following areas are classified nonhazardous and shall use watertight, dusttight, and corrosion resistant NEMA 4X materials and methods unless otherwise specified under specific equipment section or noted otherwise on drawings: Outdoor Areas, Chemical Building 2. The following areas are classified nonhazardous and shall use raintight NEMA 3R materials and methods,unless otherwise noted. Piping Gallery,High Service Pump Room 3. The following areas are not classified and shall use dusttight NEMA lA or NEMA 12 materials and methods: All areas not covered above. D. EQUIPMENT FINISH 1. Unless otherwise indicated,provide materials and equipment with manufacturers' standard finish system. Provide manufacturers' standard finish color, except where specific color is indicated. If manufacturer has no standard color, finish equipment with ANSI No. 61, light gray color. E. EQUIPMENT RATINGS 1. Equipment shall be applied only within its rating. Equipment ratings shown are minimums. Voltage and current ratings shall be as required to adequately power the connected equipment. Fault current ratings shall be as shown for the particular item or for the next upstream device that has a fault current rating shown. 1416-02 16010 GmcrrlProvntions 16010-5 Z E L —ENGINEERS— SECTION 16010 ELECTRICAL- GENERAL PROVISIONS F. ALTITUDE 1. Provide materials and equipment suitable for installation and operation under rated conditions at the elevations given on the plans in feet above mean sea level. G. OUTDOOR EQUIPMENT 1. Provide equipment and devices to be installed outdoors or in unheated enclosures capable for continuous operation within an ambient temperature range of 10 degrees F to 110 degrees F. If the equipment being provided will not work within these ambient temperatures,then additional heating or cooling must be provided at no additional cost to the Owner. 2.2 MOUNTING HARDWARE FOR ALL ITEMS A. Provide all fasteners and mounting hardware of Type 316 stainless steel. This shall include screws, anchors,bolts,nuts, fasteners,rivets, or any other fastening or mounting hardware. B. Unistrut: Provide all unistrut mounting channel made of Aluminum or Stainless Steel and all track and mounting hardware for unistrut out of Stainless Steel. PART 3 EXECUTION 3.1 INSTALLATION, COMMON REQUIREMENTS A. Install materials and equipment correctly using workers skilled in the Particular trade. Provide work which has a neat and finished appearance. Carry out work in accordance with NEMA Standard of Installation,unless otherwise specified. B. Coordinate electrical work with Engineer and work of other trades to avoid conflicts, errors, delays, and unnecessary interference with operation of the plant during construction. C. Check the approximate locations of light fixtures, electrical outlets, equipment,and other electrical system components shown on Drawings for conflicts with openings, structural members, and components of other systems and equipment having furred locations. In the event of conflicts,notify the Engineer in writing. The Engineer's decision shall govern. Make modifications and changes required to correct conflicts. 3.2 PROTECTION DURING CONSTRUCTION A. Throughout this Contract,provide protection for materials and equipment against loss or damage in accordance with provisions elsewhere in these Contract Documents. Throughout this Contract, follow manufacturers'recommendations for storage. Protect everything from the effects of weather. Prior to installation, store items in clean, dry, indoor locations. Store in clean, dry, indoor,heated locations items subject to corrosion under damp conditions, and items containing electrical insulation,such as transformers, conductors,motors, and controls. Energize all space heaters furnished with equipment. Provide temporary heating, sufficient to prevent condensation,in transformers, switchboards,motors, and motor control centers which do not have space heaters. 1416-02 160/0 General Prasysmns 16010-6 Z E —ENGINEERS— SECTION 16010 ELECTRICAL- GENERAL PROVISIONS B. Following installation, protect materials and equipment from corrosion,physical damage, and the effects of moisture on insulation. When equipment intended for indoor installation is installed at the Contractor's convenience in areas where it is subject to dampness,moisture, dirt, or other adverse atmosphere until completion of construction, ensure that adequate protection from these atmospheres is provided that is acceptable to the Engineer. Cap conduit runs during construction with manufactured seals. Keep openings in boxes or equipment closed during construction. Energize all space heaters furnished with equipment. 3.3 MATERIAL AND EQUIPMENT INSTALLATION A. Follow manufacturers'installation instructions explicitly,unless otherwise indicated. • Wherever any conflict arises between the manufacturers' instructions, codes and regulations, and these Contract Documents,follow Engineer's decision. Keep copy of manufacturers'installation instructions on the jobsite available for review at all times. B. Use appropriate conduit and conductor entry fittings with enclosures which maintain the specified enclosure environmental capability after proper installation. 3.4 REMOVAL OR RELOCATION OF MATERIALS AND EQUIPMENT A. Where existing materials and equipment are removed or relocated,remove all materials no longer used such as studs, straps, conduits, and wires. Remove or cut off concealed or embedded conduit,boxes, or other materials and equipment to a point at least 3/4-inch below the final finished surface. B. Repair affected surfaces to conform to the type, quality, and finish of the surrounding surface in a neat and workmanlike manner. Follow specific instructions given by the equipment manufacturer. 3.5 CUTTING AND PATCHING A. Lay out work carefully in advance. Do not cut or notch any structural member or building surface without specific approval of Engineer. Carefully carry out any cutting, channeling, chasing, or drilling of floors,walls,partitions, ceilings,paving, or other surfaces required for the installation, support, or anchorage of conduit,raceways, or other electrical materials and equipment. Following such work,restore'surfaces neatly to original condition. Use skilled craftsmen of the trades involved. 3.6 LOAD BALANCE A. The Drawings and Specifications indicate circuiting to electrical loads and distribution equipment. Balance electrical load between phases as nearly as possible on switchboards, panelboards,motor control centers, etc. 1-0164;,2 16010 Ge,cd rro,dslaas 16010-7 Z E —ENGINEERS— SECTION 16010 ELECTRICAL- GENERAL PROVISIONS 3.7 MOTOR ROTATION A. After final service connections are made, check and correct the rotation of all motors. B. Coordinate rotation checks with the Engineer and the Contractor responsible for the driven equipment. Submit a written report to the Engineer for each motor verifying that rotation has been checked and corrected. 3.8 CLEANING AND TOUCHUP PAINTING A. Keep the premises free from accumulation of waste material or rubbish. Upon completion of work,remove all materials, scraps, and debris from premises and from interior and exterior of all devices and equipment. Touch up 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. if extensive damage is done to equipment paint surfaces,refinish the entire equipment in a manner that provides a finish equal to or better than the factory finish, that meets the requirements of the Specifications, and that is acceptable to the Engineer. 3.9 INSPECTION A. Allow materials, equipment, and workmanship to be inspected at any time by the Engineer, or their representatives. Correct 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. 3.10 SHORT CIRCUIT AND PROTECTIVE DEVICE COORDINATION A. The ELECTRICAL EQUIPMENT MANUFACTURER shall provide short circuit and phase and ground fault coordination such that the following conditions are met: 1. Each item will withstand the maximum fault to which it is exposed. 2. Utilization equipment and conductor systems are protected from thermal damage. 3. An overload or short circuit will cause operation of the next upstream device and no others. 4. Device operation will not occur on steady state or inrush conditions. B. The Drawings and Specifications indicate the general requirements for the electrical equipment being provided. Changes and additions to equipment characteristics may be required as a result of the investigation of short circuit and protective device coordination. Submit any such proposed changes and additions as a part of the SUBMITTAL DRAWINGS. Necessary field settings of devices, and adjustments and minor modifications to equipment to accomplish conformance with the manufacturers short circuit and protective device coordination shall be carried out by the particular manufacturer or by the Contractor. ]416-O2160]OGenera]Provisions 16010-8 Z E L. —ENGINEERS— SECTION 16010 ELECTRICAL- GENERAL PROVISIONS 3.11 CHECKOUT AND STARTUP During checkout and startup of the various plant systems,provide a crew of skilled craftsmen to be available for checkout and troubleshooting activities as required by the Engineer. Since coordination with other crafts and contractors will often be required, the craftsmen assigned to checkout must be available outside normal working hours when necessary. 3.12 TESTS A. Carry out tests specified hereinafter and as indicated under individual items of materials and equipment specified in other sections. OPERATIONS: After the electrical system installation is completed and at such time as the Engineer may indicate, conduct an operating test for approval. Demonstrate that the equipment operates in accordance with the requirements of these Specifications and Drawings. Demonstrate that.protective functions are operating properly and are properly incorporated in control system, circuit breaker, and motor control center circuitry. Perform the test in the presence of the Engineer. Furnish all instruments and personnel required for the tests. The Owner will furnish the necessary electric power. B. VOLTAGE: When the installation is essentially complete and the plant is in operation, check the voltage at the point of termination of the power company supply system to the project. Check voltage amplitude and balance between phases for loaded and unloaded conditions. C. Record the supply voltage(all three phases simultaneous on the same graph) for 24 hours during a normal working day. Submit the recording with a letter of transmittal to the Owner and his authorized representative within 5 days of the date the test was taken. D. If an unbalance(as defined by NEMA) exceeds 1 percent, or if the voltage varies throughout the day and from loaded to unloaded conditions more than plus or minus 4 percent of nominal,make a written request to the power company,with a copy to the Owner and his authorized representative,that the condition be corrected. If corrections are not made, obtain from a responsible power company official a written statement that the voltage variations:and/or unbalance are..withiritheir normal stand.aids. Send a copy'of this statement with a transmittal letter to the Owner and his authorized representative. E. EQUIPMENT LINE CURRENT AND VOLTAGE 1. Check the line current and voltage in each phase for each piece of equipment. If the power company makes adjustments to the supply voltage magnitude or balance, make the line current check after the adjustments are made. If any phase current in any piece of equipment is above the rated nameplate current, determine the cause of the problem and submit it in writing to the Engineer. 1415-021G010Grnan1Provisions 16010-9 Z EL ENGINEERS— SECTION 16010 ELECTRICAL- GENERAL PROVISIONS F. CONDUCTOR AND EQUIPMENT FIELD TESTS 1. The Contractor shall furnish the necessary test equipment and labor to test the insulation of the electrical equipment and circuits before they are energized. A 500-volt megger shall be used to test the insulation resistance of equipment and circuits insulated for 600 volts. 2. The insulation to ground of each conductor shall be tested and must be at least 5 megohms. The insulation resistance of motors shall be at least 80 percent of the factory test value. The insulation resistance of motors for which factory test values are not available must be at least equal to the values required for low voltage transformers. 3. The insulation resistance of low voltage transformers must be at least as great as the following values: Case Temperature Test Value 0 12.0 10 7.0 20 4.2 30 2.5 40 1.5 50 1.0 4. Any equipment which does not pass test shall be replaced or repaired to bring the insulation resistance up to the value of comparable new equipment. Any piece of _ equipment which passes the above test but is significantly below values obtained for comparable new equipment or which the Contractor or the Engineer believe to be faulty on the basis of insulation resistance tests shall be replaced or repaired as above. 5. A written record of all insulation resistance tests shall be kept. The test records shall show the Contractor, tester,witness (if any), date, air temperature at test site, test instrument manufacturer,model and serial number. For each tested circuit or apparatus, the records shall show the test voltage and test results in megohms. These records shall be turned over to the Engineer on request or at the end of the work. G, METER TESTING 1. After installation, each meter in an electrical assembly shall be calibrated by NEC traceable standards. Where metering circuits include instrumentation transformers,the circuits shall be calibrated using primary injection A record of the calibration, certifying the calibration and fitness of the standards, shall be submitted to the Engineer. END OF SECTION 1416.02 16010 Gcnera]Previsjors 16010-10 • Z E L —ENGINEERS— SECTION 16050 BASIC MATERIALS AND METHODS PART 1 GENERAL 1.1 SECTION INCLUDES A. This section covers the work necessary to furnish and install, complete,the materials specified hereinafter. 1.2 RELATED SECTIONS A. Section 16010—Electrical–General Provisions 1.3 REFERENCES A. NFPA 70 -National Electrical Code. B. NEMA ICS 1 - General Standards for Industrial Control Systems. C. NEMA ICS 2- Standards for Industrial Control Devices, Controllers and Assemblies.. D. NEMA ICS 3 -Industrial Systems. E. NEMA ICS 6 - Enclosures for Industrial Controls and Systems. F. IEEE—All applicable standards G. UL--All applicable standards 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Provide complete manufacturers'descriptive information and shop drawings for equipment,material, and devices furnished under Division 16,ELECTRICAL, interconnection and connection diagrams, in accordance with provisions elsewhere in these Contract Documents. PART 2 PRODUCTS 2.1 SERVICE ENTRANCE A. When service entrance work is required provide materials and work, as required by the electric utility which will provide service to the facility, for installation of service conductors, and mounting of,utility company equipment. All such materials and work shall meet the requirements of the utility company. 2.2 WIRING DEVICES A. Switches: 1. General Use Switches: Provide specification grade,totally-enclosed, ac type, quiet tumbler switches meeting NEMA WD 1 performance standards and Federal Specification W-S-896E, and capable of control of 100 percent tungsten filament and fluorescent lamp loads. Use switches rated at 20 amps, 120/277 volts. Provide operating handles colored ivory in office areas, and brown in all other areas. Switches shall have screw terminals. 1416.02 16050 Basic h5alcrials 16050-1 E —ENGINEERS— SECTION 16050 BASIC MATERIALS AND METHODS 2. Weatherproof Switches: Use switches as specified mounted in a cast metal box with gasketed, weatherproof device plate as specified. 3. Switches with Pilot Lights: Provide switches as specified with 125 volt,neon light with red jewel, or lighted toggle which is lighted when the switch is ON. 4. Acceptable Manufacturers: Bryant, General Electric,Hubbell,Pass and Seymour, or equal. B. Receptacles: 1. Single and Duplex: Provide specification grade receptacles meeting NEMA WD 1 performance standards and Federal Specification W-C 596, and having a contact arrangement such that contact is made on two sides of each inserted blade without detent. Use two-pole,three wire grounding type receptacles rated 20 amps, 125 volts,NEMA Configuration 5-20R, and with screw type wire terminals suitable for No. 10 AWG. Provide high strength thermoplastic bases colored ivory. Acceptable manufacturers:Bryant, General Electric, Hubbell,Pass and Seymour, Sierra, or equal. 2. Weatherproof Receptacles: Receptacles shall be specified above mounted in a cast metal box with gasketed,weatherproof device plate as specified below. 3. Ground Fault interrupter(GFI)Receptacles: Provide duplex specification grade GFCI receptacles tripping at 5 milliamps;rated 20 amps, 120 volts,NEMA Configuration 5-20R. Use units meeting NEMA WD 1, fitting standard sized outlet boxes,having provision for testing, and ivory in color. Use standard model where ground fault protection is needed. Do not use feed-thru model. Acceptable manufacturers:Pass and Seymour,Arrow Hart,Hubbel, or equal. 4. Corrosion-Resistant Receptacles: Receptacles shall meet the requirements for single and duplex Receptacles, above. Receptacle bodies shall be made from polycarbonate or other corrosion-resistant material. Metal parts shall be stainless steel or nickel plated brass or bronze. Receptacles shall be mounted in a nonmetallic box with a gasketed corrosion-resistant device plate as specified below. 5. Special Purpose Receptacles: Provide receptacles of the type,rating,and number of poles indicated or required for the anticipated purpose. Furnish a matching plug with cord-grip features for each special purpose receptacle. C. Device Plates: 1. Provide plates fitting closely and tightly to the box on which they are to be installed. On surface mounted boxes,provide plates which do not extend beyond the sides of the box unless the plates do not have sharp corners or edges. Flush mount plates shall be oversize style plates. 2. Use plate material compatible with the box material such that galvanic corrosion of the plate and/or box does not occur. 3... Metal(M)Plates: Provide specification grade, one-piece, 0.040-inch nominal minimal thickness,No. 430 satin finish stainless steel device plates with oval-head, matching mounting screws. 141602 16050 Banc Materials 16050-2 Z E L —ENGINEERS— SECTION 16050 BASIC MATERIALS AND METHODS 4. Engraved Plates: Where device titles are indicated,provide device plates engraved with the designated titles. Provide engraved letters,numbers, or characters 3/16-inch high with filler of red color. 5. Acceptable Manufacturers: Cooper,Arrow Hart, Leviton, or equal. D. Weatherproof(WP) Plates: 1. Where weatherproof receptacles are designated,the receptacle shall be installed in the specified box with a gasketed,weatherproof; cast metal or stainless steel cover plate with individual cap over each receptacle opening and stainless steel mounting screws. Utilize plates with caps held tightly closed with stainless steel springs when receptacle is not in use. Acceptable manufacturers: General Electric,Bryant, Hubbell, Sierra,Pass and Seymour, Crouse-Hinds, Bell,or equal. 2. Where weatherproof switches are designated,the switch shall be installed in the specified box with a gasketed,weatherproof, cast metal cover plate incorporating an external operator for the internal switch and with stainless steel mounting screws. Acceptable manufacturers and types: Crouse-Hinds DS-181 or DS-185,Appleton FSK-1VTS or FSK-1VS, or equal. 3. Raised Sheet Metal(SM)Plates: Provide 1/2-inch high zinc- or cadmium-plated steel device plates designed for one-piece drawn type sheet steel boxes. 4. Corrosion-Resistant(CR)Plates: Where corrosion-resistant receptacles are designated,the receptacle shall be installed in the specified box with a gasketed, weatherproof; corrosion-resistant, nonmetallic cover plate individual cap over each, receptacle opening and stainless steel mounting screws. Use plates with caps held tightly closed with stainless steel springs when receptacle is not in use. Acceptable manufacturers: General Electric,Hubbell, or equal. 2.3 FUSES, 0 TO 600 VOLTS A. Provide a complete set of current-limiting fuses whenever fuses are indicated. Supply a set of six spare fuses of each type and each current rating installed. Utilize fuses that fit mountings specified with switches and which provide features rejecting Class H fuses. Provide the following types : 1. For 0-to 600-volt motor and transformer circuits, 0 to 600 amps,UL Class RK-1 with time delay, Bussmann Type LPS-RK, Shawmut Type A6D-R, or equal. 2. For 0-to 250-volt motor and transformer circuits, 0 to 600 amps,UL Class RK-1 with time delay,Bussmann Type LPN-RK, Shawmut Type A2D-R, or equal. 3. For 0-to 600-volt feeder and service circuits, 0 to 600 amps,UL Class RK-1, Bussmann Type KTS-R, Shawmut Type A6K-R, or equal. 4. For 0-to 250-volt feeder and service circuits, 0 to 600 amps,UL Class RK-1, Bussmann Type KTN-R, Shawmut Type A2K-R, or equal. 2.4 PUSHBUTTONS, INDICATING LIGHTS,AND SELECTOR SWITCHES A.. For nonhazardous, indoor, dry locations,including motor control centers, control panels, and individual stations,provide heavy-duty, oiltight type pushbuttons, indicating lights, selector switches, and stations for these devices. Utilize Square D Type K, Alien Bradley, Cutler-Hammer Type T, or other acceptable manufacturer. 1416-0216050 Basic Materiels 16050-3 Z E —ENGINEERS— SECTION 16050 BASIC MATERIALS AND METHODS B. nonhazardous, r, malwet , otherwise indicated, providFore heavy-duty corrosioutdooon-resor inorstantly, watertight locationstype or pushbuttonswhereoter , or indicating lights, or selector switches mounted in NEMA 4X watertight enclosures. Provide special Basketing required to make complete station watertight. Utilize Square D Type SK,or equivalent by Alien Bradley, Cutler-Hammer,or other manufacturers. C. Provide devices meeting the requirements of NEMA ICS 2, and having individual, extra large nameplates indicating their specific function. Provide pushbutton stations with laminated plastic nameplates indicating the drive they omit-rot Provide contacts with NEMA designation rating A600. Install provisions for lock ng`pushbuttons and selector switches in the OFF position wherever lockout provisions are indicated. D. Utilize selector switches having standard operating levers. Make all indicating lights transformer push-to-test type. Provide ON or START pushbuttons colored black. Provide OFF or STOP pushbuttons colored red. 2.5 TERMINAL BLOCKS 0 TO 600 VOLTS A. Provide terminal blocks for termination of control circuits at enclosures and for termination of power and control conductors where shown. Terminal blocks shall be solderless box lug type,rated for the highest phase-to-phase voltage used in the enclosure. Provide terminal blocks manufactured by Square D, General Electric, or equal. 2.6 CONTROL RELAYS A. Provide magnetic control.relays,NEMA Class A600(600 volts, 10 amps continuous, 7,200VA make, 720VA break),industrial control type with field convertible contacts, and meeting the requirements of NEMA ICS 2. Provide Cutler-Hammer Type M-600, General Electric Type CR120B, or equal. B. Where time delay relays are specified or required,units shall have adjustable time delay 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 delay. Time delay range shall be at least 10:1. Operating voltage shall be 120V ac,plus 10 percent, -15 percent at 60-Hz. Repeat timing accuracy shall be plus or minus 10 percent over the operating range. Units shall be Agastat Series 7000, or equal. C. Where latching(mechanically held)relays or motor thermal detector relays are specified, provide:magnetic control relays with mechanical ical latch attachment With unlatching coil and coil clearing contacts. Utilize an attachment allowing easymanual latching and unlatching. 1416.0:16050 BasicMatmats 16050-4 Z E —ENGINEERS— SECTION 16050 BASIC MATERIALS AND METHODS 2.7 ELAPSED TIME METERS A. Provide synchronous-motor-driven, elapsed time meters, 0 to 99,999.9 hours range, nonreset type, suitable for semiflush,panel mounting. Provide General Electric Type 240, 2-1/2-inch Big Look unit, Eagle Signal Bulletin 705 unit, or equal. 2.8 MAGNETIC CONTACTORS A. Provide contactors of the NEMA sizes indicated. Mount contactors in NEMA 1, general purpose enclosures unless otherwise indicated. Mount contactors located in Chlorine Building in NEMA 4X stainless steel enclosures. Utilize contactors manufactured and rated in accordance with NEMA ICS 2. 2.9 MAGNETIC LIGHTING CONTACTORS A. Provide electrically held lighting contactors of the current ratings indicated. Mount contactors in NEMA 1, general purpose enclosures unless otherwise indicated. Utilize contactors manufactured and rated in accordance with NEMA ICS 2. 2.10 SURGE PROTECTIVE DEVICES A. STANDARDS: 1. ANSI/IEEE: C62.41, C62.45 &C62.48 2. National Electric Code: 285 3. Underwriters Laboratories: UL1449 &UL1283 B. SURGE SUPPRESSOR 1. SPD shall be listed in accordance with UL1449 second edition and UL1283. 2. SPD shall be marked with a short circuit current rating equal to or greater than available fault currents at the point of installation. 3. SPD shall provide surge current diversion paths for all modes of protection; L-N, L- G,N-G in WYE systems, and L-L, L-G, in delta systems. 4. Each mode including N-G shall be fused with a UL Recognized 200kAIC surge rated fuse and incorporate a thermal cutout device. 5. At Service Entrance, a UL approved disconnect switch shall be provided as a means of disconnect if a 60A breaker is not available. 6. UL 1449 Listed and Recognized component suppression voltage rating shall not exceed the following: VOLTAGE LL=N L-G N-G MCOV 208Y/120 330V 330V 330V 150V 480Y/277 700V 700V 700V 320V 7. SPD shall have a minimum EMI/RFI filtering of—50dB at 100kHZ. 8. SPD shall monitor all modes; L-N, L-G and N-G. 9. SPD shall have a five-year warranty. 10. SPD shall be provided with individual suppression modules per phase for ease of maintenance. 1416-0216050 Basic Mateia1 16050-5 Z E L —ENGINEERS— SECTION 16050 BASIC MATERIALS AND METHODS 11. SPD shall be provided with 1 set of NO/NC dry contacts to signal SCADA system when suppression module fails. 12. SPD shall be provided with surge event counter. 13. SPD shall be provided with spare suppression module mounted in cabinet. 14. Unit to be rated for 200kA minimum. C. MANUFACTURERS 1. Advanced Protection Technologies, Inc.,American Power Conversion, Siemens or engineering approved equal. 2.11 CHANNEL FRAMING A. Provide Unistrut channel framing, fittings, and hardware of stainless steel in corrosive areas and aluminum in other areas. Contractor may propose, for review by the Engineer, a welded framework as a substitution provided there is no additional cost to the Owner. 2.12 PHASE REVERSAL RELAY A. Phase reversal relay shall open a contact to protect against phase failure and phase reversal. Phase reversal relay shall be rated to withstand 10,000 volts,momentarily. Phase reversal relay shall be manufactured by Furnas: 2.13 SWITCHBOARD.MATTING A. Provide 36-inch wide switchboard matting having a breakdown of 20 kV,minimum. Manufacturers: U.S. Mat and Rubber Company;or equal. PART 3 EXECUTION 3.1 WIRING DEVICES A. Switches: Mount switches for switch operation in the vertical position. B. Receptacles: Mount receptacles with grounding slot up except where horizontal mounting is indicated,in which case mount with neutral slot Lip. Ground receptacles to boxes with grounding wire,not by yoke or screw contact. Mount weatherproof receptacles with the hinge for the protective cover above(not at side,or below)the receptacle opening. C. Mounting Heights: 1. Install wall switch 48 inches above finished floor 2. Install wall convenience receptacle 18 inches above finished floor 3. Install counter convenience receptacle 6 inches above backsplash of counter 4. Install dimmer 48 inches above finished floor 5. Install telephone jack 18 inches above finished floor 6. Special Purpose Receptacles: Locate special purpose receptacles where shown. Install and mount the receptacles in accordance with the manufacturer's instructions and the applicable codes. 1416-0216050 BasicMalenls 16050-6 Z E L —ENGINEERS— SECTION 16050 BASIC MATERIALS AND METHODS D. Device Plates: Securely fasten device plates to switch or receptacle boxes or the wiring device contained therein. Install device plates used with flush mounted boxes with all four edges in continuous contact with the finished wall surfaces without the use of mats or similar materials. Plaster fillings will not be acceptable. Install device plates vertically or horizontally with an alignment tolerance of 1/16-inch. Do not use sectional type device plates. 3.2 SWITCHBOARD MATTING A. Install switchboard matting at switchboards,motor control centers, and panelboards. Matting shall run the full length of all sides of equipment which have operator controls or provide access to devices. 3.3 SPD INSTALLATION A. SPD shall be installed per manufacturer's installation instructions with lead lengths as short and straight as possible. Gently twist conductors together. B. SPD shall be installed on the load side of the main disconnect or as directed by engineer. END OF SECTION • ......_ 1416-C2 16030 Basic Materials 16050-7 Z E L —ENGINEERS— SECTION 16075 ELECTRICAL IDENTIFICATION PART 1 GENERAL 1.1 SECTION INCLUDES This section includes electrical identification materials 1.2 RELATED SECTIONS A. Section 16050 -Basic Materials and Methods B. Section 16130—Boxes C. Section 16441—Safety Switches D. Section 16470—Panelboards 1.3 REFERENCES: A. NFPA 70-National Electrical Code. 1.4 SUBMITTALS: A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Product data: Provide catalog data for nameplates and wire markers PART 2 PRODUCTS: 2.1 NAMEPLATES A. Nameplates: 1. Engraved three-layer laminated plastic, white letters on black background. Edges shall be chamfered. Minimum size shall be 1 inch high by 2.5 inches wide. B. Locations: 1. Major items of electrical equipment including switchboards,motor control centers,panelboards, individual starters, safety switches,transformers and individual components of switchboards and motor control centers shall be marked with a nameplate to identify the equipment. C. Letter Size: 1. Use '/ inch letters for identifying individual loads. 2. Use 1/2 inch letters for identifying equipment and grouped loads. 1416-02 16075 Elaceiceuaentifcation 16075-1 E L.. —ENGINEERS— SECTION 16075 ELECTRICAL IDENTIFICATION 2.2 UNDERGROUND WARNING TAPE A. Manufacturers: 1. Terra-Tape 2. or equal B. Description: Provide heavy-gauge,red plastic-tape of 6-inch minimum width foruse in trenches containing electric circuits: Utilize tape made of material resistant to corrosive soil. Use tape with printed warning that an electric circuit is located below the tape. PART 3 EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.2 APPLICATION: A. Install nameplate parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Secure nameplate to inside surface of door on panelboard that is recessed in finished locations. D WarningTapes:Bury:warning tapes approximately 12 inches above all undeig ound conduit.•runs or duct banks. Align parallel to,and Within 12 inches of the centerlln e of runs. END OF SECTION 1416-02 16075 Electrial1datti5alion 16075-2 ZEL -ENGINEERS- SECTION 16110 RACEWAYS PART 1 GENERAL 1.1 SECTION INCLUDES A. This section covers the work necessary to furnish and install, complete, electrical raceway systems. 1.2 RELATED SECTIONS A. Section 03000- Concrete B. Section 16010 - Electrical - General Provisions 1.3 REFERENCES A. NFPA 70 National Electrical Code. 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Produt Data and Samples B. Multiple Channel Prewired Raceway submittals shall show the complete layout of all products that make up the complete system prior to installation with raceway lengths, device type,locations and circuit identification. PART 2 PRODUCTS 2.1 GALVANIZED RIGID CONDUIT(GRC) A. Use Galvanized rigid steel conduit,including couplings,bushings, elbows,nipples, and other fittings,hot-dip galvanized and meeting the requirements of UL and the NEC. Do not use setscrew type couplings,bushings,elbows,nipples, and other fittings,unless approved by the Engineer. Galvanized rigid steel conduit shall be threaded on both ends and threads shall be hot-dip galvanized after cutting. Shall be produced in accordance with UL safety standard#6 and ANSI C80.1. 2.2 INTERMEDIATE METAL CONDUIT(IMC) A. Use intermediate metal conduit,including couplings,bushings, elbows,nipples, and other fittings,hot-dip galvanized and meeting the requirements of UL and the NEC. Do not use setscrew type couplings,bushings, elbows,nipples, and other fittings,unless approved by the Engineer. Intermediate metal conduit shall be threaded on both ends and threads shall be hot-dip galvanized after cutting. Shall be produced in accordance with UL safety standard#1242 and ANSI C80.6. 3416.C2161:OBeccways 16110-1 � Z E L —ENGINEERS— SECTION 16110 RACEWAYS 2.3 ELECTRIC METALLIC TUBING(EMT) A. Use electric metallic tubing, couplings,bushings, elbows,nipples, and other fittings meeting the requirements of ANSI C80.3,ANSI C80.4,UL, and the NEC. Use only compression type couplings,bushings, elbows,nipples, and other fittings,unless approved by the Engineer. 2.4 PVC SCHEDULE 40 CONDUIT A. Use rigid PVC Schedule 40 conduit, UL listed for concrete-encased,underground direct burial, concealed and direct sunlight exposed use, and UL listed and marked for use with conductors having 90 degrees C insulation. Use conduits, couplings,bushings, elbows, nipples, and other fittings meeting the requirements of NEMA TC 2 and TC 3,Federal Specification W-C-1094, UL,NEC, and ASTM specified tests for the intended use. Use only conduit with a factory formed bell on one end. Conduit that requires the use of couplings for straight runs will not be acceptable. 2.5 FLEXIBLE METAL CONDUIT, LIQUID-TIGHT A. Use UL listed liquid-tight flexible metal conduit consisting of galvanized steel flexible conduit covered with an extruded PVC jacket and terminated with nylon bushings or bushings with steel or malleable iron body and insulated throat and sealing 0-ring. 2.6 PVC COATED GALVANIZED RIGID CONDUIT A. NEMA RN-1 and UL-6 rigid steel conduit with factory applied external 40 mil PVC coating and urethane interior coating. Must carry the ETL PVC-001 verified label. Prior to coating,treat conduit with a heat polymerizing adhesive so the bond between metal and coating is greater than the tensile strength of the coating. All couplings, fittings, conduit bodies,pipe straps,U bolts,beam clamps, flex connections and other accessories shall have factory applied PVC coating. Use PVC coated hubs for connection of coated conduits—locknuts are not acceptable. Manufacturers: Plast-Bond, KorKap,Perma-Cote. 2.7 WIREWAYS A. Provide screw-cover,indoor, outdoor,rain tight, steel-enclosed wireway and auxiliary gutter where indicated. Utilize wireways and fittings that are UL listed,have a cover that can easily be removed, and have a gray,baked enamel finish. Manufacturers and types: Square D Square-Duct; General Electric Type HS; or equal. 2.8 RACEWAY FITTINGS A. Use insulated throat bushings of metal with integral plastic bushings rated for 105 degrees C. For insulated throat bushings for rigid steel conduit,use Thomas &Betts Nylon Insulated Metallic Bushings, or O.Z. Gedney Type B. B. Use Myers Scru-Tite hubs. 1416-02 16114 Racavays 16110-2 Z E L —ENGINEERS 4 ..r.-.. ..--. .. .... . .... SECTION 16110 RACEWAYS C. Use conduit bodies for rigid steel conduit of metal and sized as required by the NEC (NFPA 70-1984). Use Appleton Form 35 threaded Unilets; Crouse-Hinds Mark 9 or Form 7 threaded condulets; Killark Series 0 Electrolets; or equal, for normal conduit bodies for rigid steel conduit. Where conduit bodies for rigid steel conduit are required to be approved for hazardous (classified)locations,use conduit bodies manufactured by Appleton, or Crouse-Hinds. D. Use Appleton Type EYF, EYM, or ESU; or Crouse-Hinds Type EYS or EZS; sealing fittings for rigid steel conduit. Where condensate may collect on top of a seal,provide a drain by using Appleton Type SF or Crouse-Hinds Type EYD or EZD Drain Seal. E. Use Appleton Type ECDB or Crouse-Hinds ECD drain fittings for rigid steel conduit. F. Fittings for Liquid-Tight Flexible Metal Conduit: Use insulated throat connectors for liquid-tight flexible metal conduit of metal with an integral plastic bushing rated for 105°C, and of the long design type extending outside of the box or other device at least 2- inches. Use Thomas &Betts Super-Tite Nylon Insulated Connectors, or equal. G. Use cable sealing fittings forming a watertight nonslip connection to pass cords and cables into conduit. Size cable sealing fitting for the conductor OD. For conductors with OD's of 1/2 inch or less,provide a neoprene bushing where the conductor enters the connector. Use Crouse-Hinds CGBS, Appleton CG Series, or equal, cable sealing fittings. 2.9 CABLE TRAY A. A cable tray system shall be furnished to support interlocked armor cable as shown on the drawings. The cable tray system shall be aluminum ladder type, 6"flange out,and 9" rung spacing. Tray shall be of widths shown on the drawings, and shall include all components to make a complete system. B. Cable tray shall be manufactured and installed in accordance with NEMA Standard VE1, and shall be Class 12B. Tray supports shall be furnished and installed on 10' centers. Tray deflection shall be no more than 0.43"when loaded to 100 lbs/linear ft.with 10' span length. C. Expansion connectors shall be used on all straight runs to prevent forces from expansion on support members. Grounding conductors shall be installed as shown on the Drawings, and clamps installed at each section of tray. Wall sleeves shall be furnished and installed where trays enter building, and shall be sealed after cables are installed to prevent entry of moisture. D. Tray shall be Type A9PB Electray aluminum ladder as manufactured by MPHusky, or equal by P-W Industries, Inc. 1476-02 16110 Raceways 16110-3 Z E L. —ENGINEERS— SECTION 16110 RACEWAYS 2.10 MULTIPLE CHANNEL PREWIRED RACEWAY A. The multioutlet assembly specified herein shall be the Isoduct Prewired System Series AL4320, as manufactured by Wiremold. Manufacturers requesting consideration as an alternative to the Isoduct Prewired Systems shall submit documentation establishing their product equality at least 10 days prior to bid date. Request shall include documentation of UL listings as both a Multioutlet Assembly and a Surface Metal Raceway and include a sample of the prewired components. A list of similar installations in service for two years or longer must be provided. Systems of other manufacturers may be considered equal,if in the opinion, and the written approval of the engineer,thay meet all the performance standards specified herein. B. Materials: 1. Raceway shall have two (2)wiring compartments with field removable covers. Raceway shall have a nominal wall thickness of 0.078". Multiple compartment raceway shall have an integral deviding barrier isolating wiring compartments and provided with fittings that maintain the separation of compartments. Raceway covers shall be 12"in length to facilitate future modification. Covers must be removable with a standard straight blade screwdriver without marring. Raceway to have two covers and must allow each cover to be removed separately without allowing access into the compartment enclosed by the other cover. 2. Raceway shall be manufactured of extruded#6063-T5 aluminum and have an Ivory Power Coat finish. Dimensions of the raceway shall be 5-1/4"W x 1-3/4 H and each length of raceway shall be cut to specified job requirements. Field cutting of raceway will not be permitted. 3. Each receptacle shall be identified noting the panel number and circuit number from which it is fed. Receptacles rated higher than a NEMA 5-20R configuration shall also be provided with voltage,phase and amperage identified in the same manner. Raceway sections shall be provided with 12" [304.8mm]pigtails at feed locations for ease of installation. Grounding shall be maintained by means of factory installed NEC sized grounding conductor(s) and utilize insulation displacement connectors as required. 4. Raceway covers shall have either holecut provision for communications outlets,if Wiremold Interlink Cabling System data connectors are used,or the voice and data/LAN outlets shall be factory mounted to the cover plates.The raceway must be capable of containing,but not limited to, snap-in modular jacks (3-pair,4-pair,4-pair keyed and MMJ), coaxial and F-connectors and communication grommets. Wiring connections of these devices shall be completed at the jobsite by the appointed contractor. 5. The multioutlet assembly is to consist of factory assembled product with a full complement of fittings including,but not limited to, elbows (90°,internal and external), slide couplings for joining raceway sections,blank end caps for closing open ends of the raceway, and flat tees. 1416-02 1611DRuceways 16110-4 ZEL —ENGINEERS— � . , . _ . SECTION 16110 RACEWAYS 6. The raceway manufacturer will provide a complete line of connectivity outlets and modular inserts for UTP (including Category 5), STP (150 ohm)Fiber Optic, Coaxial and other cabling types with face plates and bezels to facilitate mounting. A complete line of preprinted station and port identification labels, snap-in icon buttons as well as write-on station identification labels shall be available. 2.11 ELECTRICAL PRECAST HANDHOLES A. Install handholes precast with 28-day, 3,000 psi minimum compressive strength concrete and designed for AASHTO H-20 loading. Minimum dimensions for handholes are shown on the Drawings. Increase these as required by use of extension sections to accommodate the several raceway entrances at their required elevations. B. Slope floors toward drain points,leaving no pockets or other nondraining areas. Provide a drainage outlet at the low point of the floor constructed with a heavy, cast iron, slotted or perforated hinged cover, and 4-inch minimum outlet and outlet pipe. C. Provide raceway entrances on all four sides. For raceways installed under this Contract, knockout panels or precast individual raceway openings may be used. On sides where no raceways are installed under this Contract,provide 12-inch high by 24-inch wide (minimum)knockout panels for future raceway installation. D. Utilize heavy-duty type frames and covers made of cast iron, suitable for H-20 loading, and having machined bearing surfaces. Provide indented type covers, solid top design, with two drop handles each. On the upper side of each cover, cast or burned by welder, in integral letters not less than 2 inches high appropriate titles,ELECTRIC HV(for above 600 volts), ELECTRIC LV(for 600 volts and below), or TELEPHONE. Field stamp covers with manhole or handhole numbers indicated on the Drawings. E. Provide a pulling iron embedded in the concrete wall opposite each raceway entrance and one in the floor vertically below the center of the handhole cover. Utilize 3/4-inch round stock securely fastened to the overall steel reinforcement before concrete is poured. F. Utilize handhole hardware of steel,hot-dip galvanized after fabrication. G. Manufacturers: Brooks Products,Inc.; Penn-Cast Products, Inc.; Concrete Conduit Company;Associated Concrete Products,inc.; or equal. 2.12 COMMUNICATIONS HANDHOLE A. Provide 12"X 12"x 24"polymer concrete box with 20k loading, open bottom, and hex head bolts for communication cabling. B. Logo to read"Communications". C. Manufacturer to be Armorcast or equal. 1416-0216110 Racews>z 16110-5 ZEL —ENGINEERS— � t SECTION 16110 RACEWAYS 2.13 RACEWAY TAGS A. Provide permanent,nonferrous metal markers with raceway designations pressure stamped, embossed, or engraved onto the tag. Tags relying on adhesives or taped-on markers are not acceptable. Attach tags to raceways with noncorrosive wire. 2.14 WARNING TAPE A. Provide heavy-gauge,red plastic tape of 6-inch minimum width for use in trenches containing electric circuits. Utilize tape made of material resistant to corrosive soil. Use tape with printed warning that an electric circuit is located below the tape. Manufacturers and types: ITT Blackburn Type RT; Griffolyn Co. Terra-Tape; or equal. PART 3 EXECUTION 3.1 GENERAL A. Provide raceway systems meeting or exceeding the requirements of the NEC. 3.2 PROTECTION DURING CONSTRUCTION A. In addition to the requirements of the General Conditions, Division 1, GENERAL REQUIREMENTS, and Section ELECTRICAL- GENERAL PROVISIONS,prior to installation, store all products specified in this section in a dry location. Following installation,protect products from the effects of moisture, corrosion, and physical damage during construction. Keep openings in conduit and tubing capped with manufactured seals during construction. 3.3 MINIMUM RACEWAY SIZE A. Conduit runs smaller than 3/4" trade size shall not be used except 1/2" conduit may be used for making attachments to equipment which, because of its construction,will not accept a larger size conduit. Lengths of 1/2" conduits shall be as short as possible. 3.4 REQUIRED RACEWAY TYPE FOR LOCATION AND INSTALLATION METHOD A. Exterior, Exposed: GRC. B. Interior, Exposed: IMC. C. Corrosive,Nonhazardous Areas: PVC coated GRC. D. Interior, Concealed(Not Embedded in Concrete): IMC. E. Interior, Concealed above ceiling(Not Embedded in Concrete): EMT F. Aboveground,Embedded in Concrete Walls or Floors: PVC. 7416.021611CRaccw ys 16110-6 ZEL —ENGINEERS— SECTION 16110 RACEWAYS G. Underground, Direct Earth Burial: PVC Schedule 40 conduit. H. Concrete Encased Raceways: 1. 1. GRC for analog circuits. 2. 2. PVC Schedule 40 conduit for all other circuits. I. Under Concrete Floor Slabs: PVC. J. Analog: GRC, IMC or PVC coated GRC(dependant on location). 3.5 FINAL CONNECTION TO CERTAIN EQUIPMENT A. Make final connection to motors,wall or ceiling mounted fans and unit heaters, dry type transformers,valves,local instrumentation, and other equipment where flexible connection is required to minimize vibration or where required to facilitate removal or adjustment of equipment, with 18-inch minimum, 60-inch maximum lengths of liquid- tight, PVC jacketed, flexible steel conduit where the required conduit size is 4 inches or less. For larger sizes,use nonflexible conduit as specified. B. The flexible conduit shall be long enough to allow the item to which is connected to be withdrawn or moved off its base. Use liquid-tight flexible metal conduit in all areas. C. Special Locations:Use GRC: 1. Where conduit changes from underground and/or concrete embedded to exposed. 2. Under equipment mounting pads. 3. In exterior light pole foundations. D. Contractor shall use conduit types as specified in section 3.4 unless noted otherwise on drawings. 3.6 GENERAL INSTALLATION REQUIREMENTS FOR RACEWAYS A. Location,Routing, and Grouping: 1. Conceal or expose raceways as indicated. Group raceways in same area together. Locate raceways at least 12 inches away from parallel runs of heated piping for other utility systems. 2. Run exposed raceways parallel or perpendicular to walls, structural members, or intersections of vertical planes to provide a neat appearance. Follow surface contours as much as possible. ' 3. Avoid obstruction of passageways. Run concealed raceways with a minimum of bends in the shortest practical distance considering the building construction and other systems. 4. In block walls,do not run raceways in the same horizontal course with reinforcing steel. 5. Do not route conduits in concrete wall or slabs unless specifically stated on drawings or approved by engineer. 416-02 16110 Anceway= 16110-7 —ENGINEERS SECTION 16110 RACEWAYS 6. In outdoor,underground,or wet locations,use watertight couplings and connections in raceways. Install and equip boxes and fittings so as to prevent water from entering the raceway. 7. Paint all threads of galvanized conduits that are installed in exposed or damp locations with zinc-rich paint or liquid galvanizing compound before assembling. Touch up after assembly to cover nicks or scars. 8. Do not notch or penetrate structural members for passage of raceways except with prior approval of the Engineer. 9. Do not run raceways in equipment foundation pads. 10. Locate aboveground raceways concealed in poured concrete so that the minimum concrete covering is not less than 1-1/2 inches. 11. Avoid trapped runs,where possible. Aboveground trapped runs shall have a drain fitting installed at the low point. 12. Except at raceway crossings, separate raceways in slabs not less than six times the raceway outside diameter. 13. Raceways installed under slab floors shall lie completely under the slab with no part of the horizontal run of the raceway embedded within the slab. 14. Install concealed, embedded, and buried raceways so that they emerge at right angles to the surface and have none of the curved portion.of the bend exposed. Provide support during pouring of concrete to ensure that raceways remain in position. 15. Support raceways at intervals not exceeding NEC requirements unless otherwise indicated. Support multiple raceways adjacent to each other by ceiling trapeze. Support individual raceways by wall brackets, strap hangers, or ceiling trapeze, fastened by wood screws on wood,toggle bolts on hollow masonry units, expansion shields on concrete or brick, and machine screws or welded thread studs on steelwork. 16. Threaded studs driven in by a powder charge and provided with lock washers and nuts may be used in lieu of expansion shields. 17. Support all raceways from structural members only. Do not support from pipe hangers or rods, cable tray, or other conduit. 18. Do not use nails anywhere or wooden plugs inserted in concrete or masonry as a base for raceway or box fastenings. Do not weld raceways or pipe straps to steel structures. Do not use wire in lieu of straps or hangers. 19. Appropriate pulleys and supports shal be used during cable installation to prevent damage to cable jackets. B. Bends: 1. Make changes in direction of runs with symmetrical bends or cast metal fittings. Make bends and offsets of the longest practical radius. Avoid field-made bends and offsets where possible. Do not heat metal raceways to facilitate bending. 2. Factory elbows may be used in parallel or banked raceways. 3. For PVC conduits,use factory-made elbows for all bends. 4. Make no bends in flexible conduit that are smaller than allowable bending radius of the cable to be installed or that significantly restricts the conduit's flexibility. 1416-0;16110 Raceways 16110-8 Z E —ENGINEERS r i , ... SECTION 1611.0. RACEWAYS C. Bushing and Insulating Sleeves: 1. Where metallic conduit enters metal equipment enclosures through conduit openings, install a bonding bushing on the end of each conduit. Install a bonding jumper from the bushing to any equipment ground bus or ground pad. 2. If neither exists, connect the jumper to a lag-bolt connection to the metallic enclosure. 3. Use manufacturer's standard insulating sleeves in all metallic conduits terminating at an enclosure. 4. All metal conduits terminating at NEMA 3R and NEMA 4X enclosures shal use Myers SRU-TITE hubs. 5. Expansion Joints: Provide suitable expansion fittings for raceways crossing expansion joints in structures or concrete slabs, or provide other suitable means to compensate for expansion and contraction. Provide for the high rate of thermal expansion and contraction of PVC conduit by providing PVC expansion joints as recommended by the manufacturer and as required. D. PVC Conduit: Chamfer the end of all PVC conduit. Solvent weld PVC conduit joints with solvent recommended by the conduit manufacturer. Follow manufacturer's solvent welding instructions and provide watertight joints. Use acceptable PVC terminal adapters when joining PVC conduit to metallic fittings. Use acceptable PVC female adapters when joining PVC conduit to rigid metal conduit or IMC. E. PVC Coated Galvanized Rigid Conduit: Installers of PVC coated Galvanized Rigid conduit shall be certified by the manufacturer and be able to present a valid,unexpired installer card upon inspection. 3.7 PENETRATIONS A. Seal the interior of all raceways entering structures at the first box or outlet with oakum • or suitable plastic expandable compound to prevent the entrance into the structure of gases, liquids, or rodents. B. Dry pack with nonshrink grout around raceways that penetrate concrete walls, floors, or ceilings aboveground, or use one of the methods specified for underground penetrations. C. Where an underground conduit enters a structure through a concrete roof or a membrane waterproofed wall or floor,provide an acceptable,malleable iron,watertight, entrance sealing device. When there is no raceway concrete encasement specified or indicated, provide such a device having a gland type sealing assembly at each end with pressure bushings,which may be tightened at any time. When there is raceway concrete encasement specified or indicated,provide such a device with a gland type sealing assembly on the accessible side. Securely anchor all such devices into the masonry construction with one or more integral flanges. Secure membrane waterproofing to such devices in a permanently watertight manner. 1416-0216110RLcew=y5 . 16110-9 Z E —ENGINEERS— . SECTION 16110 RACEWAYS D. Where an underground raceway without concrete encasement enters a structure through a nonwaterproofed wall or floor, install a sleeve made of Schedule 40 galvanized pipe. Fill the space between the conduit and sleeve with a suitable plastic expandable compound, or an oakum and lead joint, on each side of the wall or floor in such a manner as to prevent entrance of moisture. A watertight entrance sealing device as specified may be used in lieu of the sleeve. E. Where raceways penetrate fire-rated walls, floors, or ceilings,fire stop openings around electrical penetrations to maintain the fire resistance rating. 3.8 MULTIPLE CHANNEL PREWIRED RACEWAY A. Raceway shall be installed with all appropriate fittings in accordance with the manufacturer's installation instructions and in compliance with all appropriate codes. Raceway is to be plumb, square,level and in alignment with casework or furniture as required. 3.9 INSTALLATION REQUIREMENTS FOR UNDERGROUND DIRECT BURIAL CONCRETE-ENCASED RACEWAYS A. Coordinate installation of underground raceways with other outside and building construction work. Maintain existing outside utilities in operation unless otherwise authorized by the Engineer. B. Remove entirely and properly reinstall all raceway installations not in compliance with these requirements. C. Do not use union type fittings underground. D. Provide a minimum cover of 2 feet over all underground raceways unless otherwise indicated. E. Where a concrete-encased duct bank is installed over an extensive area of disturbed earth such as that within the periphery of a building,provide a separate concrete base under the duct bank to ensure stability of raceways during installation. Allow this base to set before the duct bank is installed. F. Do not backfill underground direct burial and concrete-encased raceways until they have been inspected by the Engineer. G. Warning Tapes: Bury warning tapes approximately 12 inches above all underground conduit runs or duct banks. Align parallel to and within 12 inches of the centerline of runs. 1416•C2 6110 R cew 1611040 Z E L —ENGINEERS— SECTION 16110 RACEWAYS 3.10 SEPARATION AND SUPPORT A. Separate parallel runs of two or more raceways in a single trench with preformed, nonmetallic spacers designed for the purpose. Install spacers at intervals not greater than that specified in the NEC for support of the type raceways used, and in no case greater than 10 feet. B. Support raceways installed in fill areas to prevent accidental bending until backfilling is complete. Tie raceways to supports, and raceways and supports to the ground, so that raceways will not be displaced when concrete encasement or earth backfill is placed. 3.11 ARRANGEMENT AND ROUTING A. Arrange multiple conduit runs substantially in accordance with any details shown on the Drawings. Locate underground conduits where indicated on the Drawings. B. Make minor changes in location or cross-section as necessary to avoid obstructions or conflicts. Where raceway runs cannot be installed substantially as shown because of conditions not discoverable prior to digging of trenches,refer the condition to the Engineer for instructions before further work is done. C. Where other utility piping systems are encountered or being installed along a raceway route,maintain a 12-inch minimum vertical separation between raceways and other systems at crossings. Maintain a 12-inch minimum separation between raceways and other systems in parallel runs. Do not place raceways over valves or couplings in other piping systems. Refer conflicts with these requirements to the Engineer for instructions before further work is done. D. Provide insulated grounding bushings on all metallic raceways entering handholes. Provide bell-ends flush with handhole walls on all nonmetallic raceways entering handholes. E. Provide markers at grade to indicate the direction of underground conduits provided under this Contract. Provide markers consisting of double-ended arrows, straight for straight runs and bent at locations where runs change direction. Provide markers at all bends and at intervals not exceeding 100 feet in straight runs. Use markers made of sheet bronze not less than 1/4-inch thick embedded in and secured to the top of concrete posts. Use markers not less than 10 inches long and 3/4-inch wide and marked ELECTRIC CABLES in letters 1/4 inch high incised into the bronze to a depth of 3/32 inch. F. All conduits shall enter handholes and structures at right angles. G. Raceway Coating: Coat all metallic conduit embedded in the slab or buried under the slab and a minimum 6-inch coating length where metallic conduit exits concrete or ground. Coating shall be a bitumastic coating with a final coat thickness a minimum of 10mils. 1416-02 16110 Rece a s 16110-11 Z E L. —ENGINEERS— + t SECTION 16110 RACEWAYS 3.12 DIRECT EARTH BURIAL CONDUIT ZONE BACKFILL INSTALLATION A. Backfill material for the conduit zone of direct burial conduit trenches may be selected from the excavated material if it is free from roots, foreign material, and oversized particles. Use material with 3/4-inch maximum particle size and suitable gradation for satisfactory compaction. Remove material if necessary to meet these requirements. B. Imported 3/4-inch minus gravel or sand may be used in lieu of material from the excavation. C. After conduits have been properly installed,backfill the trench with specified material placed around the conduits and carefully tamped around and over them with hand tampers. Final,tamped conduit cover shall be 4 inches minimum. 3.13 CONCRETE ENCASEMENT A. Concrete for electrical conduit encasement shall be standard mix with pea gravel aggregate, with admixture to produce red color. Admixture shall be 3%by weight of pure synthetic red iron oxide uniformly mixed into the concrete. Use 3,000 psi concrete as specified in Section 03000, Concrete. B. Maintain a grade of at least 4 inches per 100 feet, either from one handhole or pull box to the next, or from a high point between them, depending on the surface contour. C. Hold conduits for concrete-encased raceways securely in place by acceptable window type spacer supports. Where,in the opinion of the Engineer, ground conditions are such as to require concrete forms,install forms constructed of materials and in a manner acceptable to the Engineer. No variations greater than 1/2 inch in 50 feet will be permitted from a straight line. D. Envelopes may be poured directly against the sides of trenches if the cut is clean, even, and free of loose material. Remove loose material from trenches before and during pouring of concrete to ensure sound envelopes. Carefully spade concrete during pouring to eliminate all voids under and between raceways and honeycombing of the exterior surface. E. Do not use power-driven tampers or agitators unless they are specifically designed for the application, in order to ensure that the watertight integrity of the raceways is maintained. F. Generally,pour an entire concrete envelope in one continuous pour. Where more than one pour is necessary,terminate each pour in a sloped plane, and insert 3/4-inch reinforcing rod dowels extending into the concrete 18 inches minimum on each side of the joint. Obtain Engineer's approval for the number and location of dowels. G. Provide reinforcement where envelopes connect to handholes or building structures to prevent shearing of joints. 1416-02 16110 Raceways 16110-12 I —ENGINEERS— SECTION 16110 RACEWAYS 3.14 BACKFILL INSTALLATION A. Above Conduit Zone of Direct Burial Conduit or Above Concrete Envelope of Concrete Encased Conduit: Backfill material above the conduit zone of direct burial conduit or above concrete envelope of concrete-encased conduit may be selected from the excavated material, if it contains no particles larger than 3 inches in diameter and is free from roots or debris. Imported material meeting these same requirements may be used in lieu of material from the excavation. Compact backfill in maximum 12-inch layers to at least 95 percent of the maximum density at optimum moisture content as determined by AASHTO T 180. 3.15 HANDHOLES A. Install handholes where shown on the Drawings. Provide excavation, shoring,bracing, backfilling, grading, etc., in accordance with requirements specified elsewhere in these Contract Documents. B. Do not install handholes until final conduit grading, including field changes necessitated by underground interferences,has been determined. Set frames to final grades as required. C. Make installation so that raceways enter handholes at nearly right angles and as near as possible to one end of a wall,unless otherwise indicated. D. Install one ground rod in each handhole. Connect all noncurrent-carrying metal parts in the handhole and any metallic raceway grounding bushings to this ground rod with No. 6 AWG(minimum) copper conductor. 3.16 WIREWAYS Mount wireways securely in accordance with the NEC and manufacturer's instructions. Locate removable cover or hinged cover on accessible vertical face of wireway unless otherwise indicated. 3.17 PREPARATION FOR PULLING IN CONDUCTORS A. Do not install crushed or deformed raceways. Take care to prevent the lodging of plaster, concrete, dirt, or trash in raceways,boxes, fittings, and equipment during the course of construction. Make raceways entirely free of obstructions or replace them. Ream all raceways,remove burrs, and clean raceway interior before introducing conductors or pull wires. B. Immediately after installation,plug or cap all raceway ends with watertight and dust-tight seals until the time for pulling in conductors. 1,116-C2 16110 Raccwfl)5 16110-13 Z Ei L —ENGINEERS— :. r SECTION 16110 RACEWAYS C. For concrete-encased raceways, after the concrete envelope has set,pull a mandrel of a diameter approximately 1/4 inch less than the raceway inside diameter,through each raceway. Then pull a bristle brush through each raceway to remove debris. 3.18 EMPTY RACEWAYS A. Certain raceways may have no conductors pulled in as part of this Contract. Identify with tags at each end and at any intermediate pull point the origin and destination of each such empty raceway. Where a raceway has been identified with a name(number)in a Raceway Schedule,use that name on the tag in lieu of origin and destination. Provide a removable permanent cap over each end of each empty raceway. Provide a nylon pull cord in each empty raceway. END OF SECTION 1416-021611C Raceways 16110-14 Z E L ENGINEERS ...� .. ..t ..-.. ,• .r.,. .. SECTION 16120 CONDUCTORS PART 1 GENERAL 1.1 SECTION INCLUDES A. This section covers the work necessary to furnish and install, complete, electrical conductor systems. 1.2 RELATED SECTIONS A. Section 16010—Electrical–General Provisions B. Section 16075—Electrical Identification 1.3 REFERENCES A. NFPA 70-National Electrical Code. 1.4 SUBMITTALS • A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Provide complete manufacturers'descriptive information and shop drawings for equipment,material, and devices furnished. 1.5 CONDUCTOR IDENTIFICATION SYSTEM A. Provide complete power and control conductor identification system so that after installation, circuits can be easily traced from origin to final destination. B. Identify power and control conductors with preselected circuit name at each termination and in all accessible locations such as handholes,panels,switchboards,pull boxes, terminal boxes, etc. For identification,use type of tags specified herein. C. Tag circuits by using the circuit name in the Circuit Schedule if given. D. For circuits that do not appear in the Circuit Schedules or if a circuit schedule is not given, assign a circuit name based on the device or equipment at the load end of the circuit. Where this would result in the same name being assigned to more than one circuit, add a number or letter to each otherwise identical circuit name to make it unique. E. Before tagging the circuits, submit a list of circuit names to the Engineer for approval prior to any use of that list. Include in this list circuit names not appearing in the Circuit Schedules, along with the same circuit information as is given for circuits in the Schedules if a schedule is given. F. Change any circuit name that the Engineer finds unacceptable. 1416-02 16120 conductors 1 61 20-1 ZEL —ENGINEERS— SECTION 16120 CONDUCTORS 1.6 CONDUCTOR COLOR CODING A. Color coding of multiconductor control and instrumentation cable is specified in the individual cable type specification. B. For power conductors,provide all single conductors and individual conductors of multiconductor power cables with integral insulation pigmentation of the designated colors, except conductors larger than No. 6 AWG may be provided with color coding by wrapping the conductor at each end and at all accessible locations with vinyltape.Where this method of color coding is used, wrap at least six full overlapping turns of tape around the conductor covering an area 1-1/2 to 2 inches wide at a visible location. C. Phase A,B, C implies the direction of positive phase rotation. D. Use the following colors: System Conductor Color All systems Equipment Grounding Green 208Y/120 volts Grounded neutral White 3-phase, 4-wire,and Phase A Black circuits derived Phase B Red therefrom without Phase C Blue transformation 480Y/277 volts Grounded neutral White,Black Tracer 3-phase,4-wire,and circuits Phase A Brown derived therefrom without Phase B Orange transformation Phase C Yellow PART 2 PRODUCTS 2.1 GENERAL A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only.Products of other manufacturers will be considered in accordance with the General Conditions. 2.2 CONDUCTORS A. Conductors 600 Volts and Below: 1. Unless otherwise indicated,provide stranded conductors, except provide solid conductors where No. 10 AWG and No. 12 AWG are designated for branch circuit power wiring in lighting and receptacle circuits. 1416-D2 16120 Conductors 1 61 20-2 E L —ENGINEERS— SECTION 16120 CONDUCTORS 2. Utilize only conductors meeting applicable requirements of NEMA WC 3, WC 5, WC 7, and ICEA S-19-81, S-61-402, and S-66-524. 3. Provide conductors with Type THHN/THWN insulation, except for sizes No. 6 and larger,provide conductors with XHHW insulation. 4. Provide copper conductors.Unless noted otherwise, conductor sizes indicated are based on copper conductors. Do not provide conductors smaller than those indicated. 5. For direct burial conductors and cables,provide conductors with UL labeling "TYPE USE" and RHW insulation with heavy-duty,black,neoprene sheath meeting the physical requirements and minimum thickness requirements of ICEA S-19-81 and NEMA WC 3. 6. Where flexible cords and cables are specified,provide Type SO, 600 volt,with the number and size of copper conductors as required. 2.3 CONDUCTORS ACCESSORIES (LOW VOLTAGE) A. Splices for No. 10 and smaller wire shall be self-insulated crimp connectors,Thomas & Betts Sta-Kon, Burndy Insulink, or equal. Splices and terminations for No. 8 and larger wire shall be wide range compression type, designed for installation with a dieless tool and shall be Square D VERSAtile connectors, or equal. Terminations for No. 10 and smaller wire shall be self-insulating crimp connectors,which lock to a screw head and shall be Thomas&Betts Sta-Kon Locking Spade, Burndy Vinylug Flanged-Fork-Tongue Terminal, or equal. Tools for installing the above connectors shall be designed for a complete, controlled crimp and shall not release until the connection is completed. Such tools shall be Thomas &Betts Shure-Stake,Burndy Hytool MR8, Square D VERSA- CRIMP tool, or equal. B. Wire ties shall be Thomas &Betts Ty-Rap Cable Ties, or equal. Where wire or cord is exposed,Thomas &Betts Ty-Rap Lashing Ties, or equal, shall be used. Cords shall terminate in Thomas &Betts Liquid Tight Strain Relief Connectors, or equal. Where hubs would be required for cord connections Thomas and Betts Chase Liquid Tight Cord Connectors, or equal, shall be used. 2.4 MULTI-CONDUCTOR CABLE A. Provide cable that is UL listed Type TC and conforms to the requirements of UL 1277 and NEC Article 340,or UL listed Power Limited Circuit Cable that conforms to the requirements of Article 725 of the National Electrical Code. Provide cables permanently and legibly marked with the manufacturer's name, the maximum working voltage for which the cable was tested,the type of cable, and labeled UL(or submit evidence of UL listing). B. Provide cables as specified under the type number in this section(Type 1, Type 2, etc.). Conduits shown on the Drawings and in the Circuit/Raceway Schedule have been sized to accommodate the outside diameter for each type.For this reason,use cable diameters equal to or less than the diameters specified. 1416-02 16120 Conductor 1 61 20-3 ... Z E L —ENGINEERS SECTION 16120 CONDUCTORS 1. Type 1 (600-Volt Multi-Conductor Control Cable,Type TC): a. General: Multi-conductor control circuit interconnection cable with ground. Suitable for installation in open air,in cable trays,conduit, or other approved raceways. Minimum cable temperature rating 90 degrees C dry locations, 75 degrees C wet locations. Passes vertical tray flame test. b. Individual Conductors:No. 14 AWG, 7-strand copper. c. Insulation and Jackets: Provide conductors having 15-mil PVC insulation with 4-mil nylon jacket,and UL listed as Type THHN/THWN. Color code the conductor group in accordance with ICEA S-61-402,Appendix K, Method 1,Table K-2. Include one full size green equipment grounding conductor.Bind conductor group with a spiral wrap of barrier tape. Provide cable with overall outer PVC jacket,which is flame-retardant, sunlight- and oil resistant, and has a nominal thickness as shown in the table below. d. Use only 7-, 12-, 19- and 25-conductor cables. The green grounding conductor is included in the number of conductors shown in the table below. No. of Conductors Max.Outside Diameter(inches) Jacket Thickness(mils) 7 0.48 45 12 0.65 60 19 0.76 60 25 0.93 60 e. Manufacturers: The Okonite Company,Pome Cable, or approved equal. 2. Type 3 (600-Volt No. 16 AWG Twisted, Shielded Pair Instrumentation Cable,Type TC): a. General: Single pair instrumentation cable designed for noise rejection for process control, computer, or data log applications. Suitable for installation in cable trays, conduit, or other approved raceways. Minimum cable temperature rating shall be 90 degrees C dry locations, 75 degrees C wet locations. b. Individual Conductors: Bare soft annealed copper, Class B, 7-strand concentric per ASTM B 8; 20 AWG, 7-strand titled copper drain wire. c. Insulation and Jacket: Each conductor 15-mil nominal PVC and 4-mil . nylon insulation. Pair conductors pigmented black and red. Jacket flame- retardant and sunlight- and oil-resistant PVC with 45 mils nominal thickness. Shield 1.35-mil aluminum/mylar overlapped to provide 100 percent coverage. d. Dimension: 0.31 inch nominal OD. e. Manufacturers: The Okonite Company,Alpha Wire Corporation, or approved equal 7476-a216120Conductors 16120-4 Z E —ENGINEERS— � :. SECTION 16120 CONDUCTORS 2.5 CONDUCTOR AND CABLE TAGS A. Tags relying on adhesives or taped-on markers are not acceptable. B. Provide conductor tags for conductors No. 12 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking. C. Provide tags for cables, and for conductors No. 10 AWG and larger, consisting of permanent nylon marker plates with legible designations hot stamped on the plate.Attach these marker plates to conductors and cables with nylon tie cord. 2.6 EQUIPMENT GROUNDING CONDUCTORS A. Provide stranded copper conductors, as indicated or as required by NEC, for equipment grounding. B. Provide conductors bare or with green covering. 2.7 DIRECT BURIED GROUNDING CONDUCTORS A. Provide bare stranded copper conductors, size as indicated, for the ground system at transformers, switchgear, and where indicated. B. Copper-clad steel conductor of equivalent capacity and surface area may be substituted if accepted by the Engineer. 2.8 MOTOR CONDUCTORS FROM VFD A. 600 V, 90°C XHHW2/RHW-2 Anixter B209500-B209507,Belden 29501-29507,or equal. 1. Four copper conductors with XLP insulation. 2. Copper Braid/aluminum foil combination shield and tinned copper drain wire. 3. PVC Jacket. 2.9 INTERLOCKED ARMOR CABLE A. Where multiconductor interlocked armor cable is indicated on the drawings, cable shall consist of three conductors of stranded copper with XLP (Crosslinked polyethylene) insulation, surface printed phase identification. The three conductors shall be twisted together with one uncoated copper grounding conductor, suitable fillers,binder tape, an aluminum interlocked armor, and a black sunlight resistant PVC Jacket overall. Cable shall be listed by UL as Type MC cable per Standard 1569. Individual conductors shall be listed by UL as Type XHHWA-2 per UL Standard 44. B. Cable shall be Spec 7455 as manufactured by Rome or CLX Aluminum Sheath cable as manufactured by Okonite. 1416.02 16120 Conductors 16120-5 Z E L —ENGINEERS— r SECTION 16120 CONDUCTORS PART 3 EXECUTION 3.1 GENERAL A. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii.Where pulling compound is used,use only UL listed compound compatible with the cable outer jacket and with the raceway involved. B. Wires shall be gripped either directly or by basket weave pulling grips.Pulling force shall not exceed 0.008 pounds per circular mill cross section. Pull around bends shall not exceed 300 pounds per foot of bend radius. C. Conductors shall not be bent tighter than a bending radius of eight(8) cable diameters. D. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch-pound requirements of the NEC and UL. E. Where single conductors and cables in handholes,junction boxes, and similar locations are not wrapped together by some other means such as are and fireproofing tapes,bundle throughout their exposed length all conductors entering from each conduit with nylon, self-locking,releasable, cable ties placed at intervals not exceeding 12 inches on centers. F. Run conductors as indicated on the Drawings,with no splices except as indicated or accepted by the Engineer. 3.2 CONDUCTOR 600 VOLTS AND BELOW A. Provide conductor sizes indicated on Drawings. B. Wire nuts may be used on solid conductors of 120-volt lighting and receptacle circuits only. Place no more than one conductor in any single barrel pressure connector.Use crimp connectors with tools by same manufacturer and/or UL listed for connectors of all stranded conductors. C. Vinyl plastic insulating tape for wire and cable splices and terminations shall be flame retardant, 7-mil thick minimum, rated for 90°C minimum meeting the requirements of UL 510. D. Where conductors pass through holes or over edges in sheet metal,remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors. E. Arrange wiring in cabinets,panels, and motor control centers neatly cut to proper length, remove surplus wire, and bridle and secure in an acceptable manner. Identify all circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein. 1416-02 16120 Conductors 16120-6 ZEL —ENGINEERS— m .: r SECTION 16120 CONDUCTORS F. Where interlocked armor cables enter enclosures or splice boxes, they shall be tenninated with properly sized Adalet PLM Type JAG armored cable fittings. 3.3 JOINTS AND TERMINATIONS (LOW VOLTAGE) A. All joints, splices, terminations, or other conductor connections shall be compression type, installed with an approved tool. Connections to motor terminals through 15 horsepower may be by rubber wrap cap. Connections to motor terminals above 15 horsepower shall be by tape insulated split bolt connectors. Wire up through No. 1/0 may be terminated directly in tubular clamps and set screw connectors,where provided by the manufacturer. Wire up through Size 14 may also be terminated in saddle clamps, where provided by the manufacturer. All other terminations shall be in a specified connector. B. Soldered mechanical joints will not be acceptable. C. Terminate control and instrumentation wiring with methods consistent with terminals provided, and in accordance with terminal manufacturer's instructions.Where terminals provided will accept such lugs, terminate all control and instrumentation wiring(except solid thermocouple leads)with insulated, locking-fork compression lugs,Thomas &Betts Sta-Kon, or equal. D. For terminals designed to accept only bare wire compression terminations,use only stranded wire, and terminate only one wire per terminal. Tighten all terminal screws with torque screwdriver to recommended torque values. B. Attach compression lugs with a tool specifically designed for that purpose which provides a complete, controlled crimp where the tool will not release until the crimp is complete. Use of plier type crimpers is not acceptable. F. For conductors that will be connected by others,provide at least 6 feet spare conductor in freestanding panels and at least 2 feet spare in other assemblies. Provide spare conductors in any particular assembly, where it is obvious that more conductors will be needed to reach the termination point. 3.4 CABLES A. Do not splice without permission of the Engineer. Locate splices,when permitted,only in readily accessible cabinets or junction boxes using terminal strips. B. Where connections of cables installed under this section are to be made under Section PROCESS INSTRUMENTATION AND CONTROL SYSTEM, leave pigtails of adequate length for neat bundled type connections. C. Maintaining the integrity of shielding of instrumentation cables is essential to the operation of the control systems. Take special care in cable installation to ensure that grounds do not occur because of damage to the jacket over the shield. 1416-02 16120 Condouors 16120-7 Z E L —ENGINEERS— SECTION 16120 CONDUCTORS D. Where conductors carrying both discrete and analog signals are run in the same item, such as a box or handhole,route analog and discrete conductors on the opposite side of the item,maintaining as much separation as possible. 3.5 CONDUCTOR ARC AND FIREPROOFING TAPES A. Use arc and fireproofing tapes on all 600-volt single conductors and cables except those rated Type TC at splices in all manholes,handholes,vaults, cable trays, and other indicated locations. B. Wrap together as a single cable all conductors entering from each conduit. C. Follow tape manufacturer's installation instructions. Secure the arc and fireproofing tape at frequent intervals with bands of the specified glass cloth electrical tape.Make each band of at least two wraps of tape directly over each other. 3.6 FIELD QUALITY CONTROL A. Medium Voltage Cable Testing: 1. Perform a high voltage dc leakage test on all new 5 kV and 15 kV cable immediately after installation 2. Tests shall be performed by an electrical engineer specializing in electrical cable testing 3. Complete all terminations, connections, and splices prior to testing 4. Isolate cables from all equipment prior to testing 5. Utilize the test voltages and durations recommended by IPCEA for the particular cable construction 6. Record results on forms similar to the sample included in this specification 7. Replace conductors which do not meet IPCEA or manufacturer's specifications B. Low Voltage Cable Testing:. 1. Test 600 V power cables for continuity and freedom from short circuits and ground, except where grounding is intentional immediately after installation 2. Test all circuits with a 500 V megger or its equivalent 3. Replace conductors which read less than 1.5 Megohms between conductors and ground C. Instrumentation Cable:After instrumentation cable installation and conductor termination per the recommendations of the instrumentation and control supplier,perform tests witnessed by the Engineer to ensure that instrumentation cable shields are isolated from ground, except at the grounding point. Remove all improper grounds. END OF SECTION ]416-0216120Co doctors 16120-8 Z E —ENGINEERS— .. r SECTION 16130 BOXES PART 1 GENERAL 1.1 SECTION INCLUDES A. Wall and ceiling outlet boxes. B. Floor boxes. C. Pull and junction boxes. 1.2 RELATED SECTIONS A. Section 16050—Basic Materials and Methods B. Section 16110—Raceways C. Section 16120—Conductors 1.3 REFERENCES A. NECA- Standard of Installation. B. NEMA FB 1 -Fittings and Supports for Conduit and Cable Assemblies. C. NEMA OS 1 - Sheet-steel Outlet Boxes,Device Boxes, Covers, and Box Supports. D. NEMA OS 2-Nonmetallic Outlet Boxes,Device Boxes, Covers and Box Supports. E. NEMA 250 -Enclosures for Electrical Equipment(1000 Volts Maximum). F. NFPA 70-National Electrical Code. 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Record actual locations and mounting heights of outlet,pull, and junction boxes on project record documents. 1.5 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. 141&G2 16130 aoxcs 16130-1 ZE. —ENGINEERS SECTION 16130 BOXES PART 2 PRODUCTS 2.1 GENERAL A. Boxes shall be the type, size and configuration required for its specific use, location, device or fixture to be mounted in or on the box, and number, size and arrangement of raceways connecting thereto. 2.2 OUTLET BOXES A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel,unless otherwise specified herein. B. Where install exposed to a corrosive atmosphere,rain or spray,boxes shall be corrosion- resistant cast metal with threaded entrances,removable covers, gaskets, and corrosion- resistant screws. C. Recessed boxes in plaster or gypsum board walls or columns shall be 4" or 4.688" square, 2.125" deep with plaster rings. D. Surface-mounted boxes on walls or columns shall be 4" square,2.125" deep, with no plaster rings or knock-outs. E. Switch boxes with only one conduit entrance shall be single gang. F. Boxes for devices recessed in metal door jambs shall be sheet metal partition boxes sized for the application. G. Recessed boxes in masonry walls shall be square cornered masonry boxes or standard 4" square boxes fitted with square cornered tile covers of proper depth for block. Both type boxes shall be 2.125"minimum depth. H. Recessed boxes in ceilings shall be 4"octagonal or square, 2.125"depth. I. Recessed boxes in concrete shall be UL approved for the application. J. Through-wall type boxes are not acceptable. K. Recessed wall telephone and data boxes shall be 4" deep with single-gang device plaster covers and coverplates. L. Provide specially designed boxes where required for special devices. M. Boxes containing low voltage and line voltage devices or multiple 277V switches, supplied from different phases, shall have metal barriers. N. Boxes for surface-mounted luminairs shall have fixture studs. 1-016-0216i30Boxes 16130-2 ZEL -ENGINEERS- + SECTION 16130 BOXES 'O. Manufacturers: Appleton, Crouse-Hinds,Efcor,Midland Ross, O-Z/Gedney, Raco, or Steel City. 2.3 FLOOR BOXES A. Floor boxes for slabs on grade shall be zinc-coated cast iron with integral threaded conduit openings. 1. Boxes shall be watertight, fully adjustable, and constructed to prevent the free entrance of water when the box is embedded in concrete. 2. Boxes shall be provided with a minimum of 2 integral leveling screws for rough leveling. Adjusting rings shall provide a minimum 0.75"vertical or angular adjustment of the top after concrete pour and installation of wiring devices. B. A cap shall be provided over the top of each box to protect adjusting ring during concrete pour. C. Floor plates shall be of aluminum construction, configuration as indicated on the Drawings. D. Carpet flanges shall be of aluminum construction. E. Manufacturer: Crouse-Hinds,Hubbell,Pyle National, Steel City, or Thomas &Betts. 2.4 PULL AND JUNCTION BOXES A. Non-Corrosive Areas 1. Boxes shall be constructed of type 5052 H-32 Aluminum unless otherwise indicated on the drawings or specified herein. Boxes shall be of dimensions as required by number and size of connection raceways and wire, and as required by NFPA 70. 2. Boxes shall be provided with continuous hinge door with stainless steel door clamp assemblies. 3. Boxes shall be NEMA 4X with Oil-resistant gasket. 4. Manufacturers:Hoffman or approved equal. B. Corrosive Areas (Chemical Building&Tank Farm) 1. Boxes shall be constructed of type 304 Stainless Steel unless otherwise indicated on the drawings or specified herein. Boxes shall be of dimensions as required by number and size of connection raceways and wire, and as required by NFPA 70. 2. Boxes shall be provided with continuous hinge door with stainless steel door clamp assemblies. 3. Boxes shall be NEMA 4X with Oil-resistant gasket. 4. Manufacturers: Hoffman or approved equal. 1416-0216130Bons 16130-3 ZEL -ENGINEERS- .. l Vic. .I,!...' .. ,s. ... .. ...-.... ...r .... r ..... SECTION 161.30 BOXES PART 3 EXECUTION 3.1 EXAMINATION A. Verify locations of floor boxes and outlets in offices prior to rough-in. Coordinate with architect/engineer so boxes match with furniture layout. 3.2 INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." B. Install in locations as shown on Drawings, and as required for splices, taps,wire pulling, equipment connections and compliance with regulatory requirements. C. Set wall mounted boxes at elevations to accommodate mounting heights as indicated. D. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. E. Orient boxes to accommodate wiring devices oriented as specified or shown on drawings. F. Maintain headroom and present neat mechanical appearance. G. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. H. Inaccessible Ceiling Areas: Install outlet and junction boxes no more than 6 inches (150 mm) from ceiling access panel or from removable recessed luminaire. I. Install boxes to preserve fire resistance rating of partitions and other elements. J. Coordinate mounting heights and locations of outlets mounted above counters,benches, and backsplashes. K. Locate outlet boxes to allow luminaires positioned as shown on reflected ceiling plan. L. Align adjacent wall mounted outlet boxes for switches,thermostats, and similar devices. M. Use flush mounting outlet box in finished areas. N. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. 0... Do not install flush mounting box back-to-back in walls;provide minimum 6 inches (150 mm) separation. Provide minimum 24 inches (600 mm) separation in acoustic rated walls. P. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. rq;Esz 16130ao:a 16130-4 ZEL -ENGINEERS- 4 � SECTION 16130 BOXES Q. Use stamped steel bridges to fasten flush mounting outlet box between studs. R. Install flush mounting box without damaging wall insulation or reducing its effectiveness. S. Use adjustable steel channel fasteners for hung ceiling outlet box. T. Do not fasten boxes to ceiling support wires. U. Support boxes independently of conduit. V. Use gang box where more than one device is mounted together. Do not use sectional box. W. Use gang box with plaster ring for single device outlets. X. Use cast outlet box in exterior locations exposed to the weather and wet locations. Y. Use cast floor boxes for installations in slab on grade; formed steel boxes are acceptable for other installations. Z. Set floor boxes level. AA. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface-mounted cast metal box in other locations. 3.3 INTERFACE WITH OTHER PRODUCTS A. Coordinate installation of outlet box with wire/cable and raceway installation. B. Coordinate box installation with other trades so that boxes will remain accessible. 3.4 CLEANING: A. Clean interior of boxes to remove dust, debris, and other material. B. Clean exposed surfaces and restore finish. END OF SECTION 1416-0216130Hoxes 16130-5 Z E I... -ENGINEERS- SECTION 16441 SAFETY SWITCHES PART 1 GENERAL 1.1 SECTION INCLUDES This section covers the work necessary to furnish and install, complete, the low-voltage fused and non-fused switches as specified herein and as shown on the contract drawings. 1.2 RELATED SECTIONS A. Section 16050—Basic Materials and Methods B. Section 16075—Electrical Identification C. Section 16450—Grounding 1.3 REFERENCES A. NEMA KS-1 -Heavy Duty Enclosed and Dead-Front Switches (600 Volts Maximum) B. UL-98—Enclosed and Dead-Front Switches 1.4 SUBMITTALS: A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. The following information shall be submitted to the Engineer: 1. Dimensioned outline drawing 2. Conduit entry/exit locations 3. Switch ratings including: a. Short-circuit rating b. Voltage c. Continuous current 4. Fuse ratings and type 5. Cable terminal sizes 6. Product data sheets 1.5 QUALIFICATIONS: A. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified. 1.6 REGULATORY REQUIREMENTS: A. The safety switches shall bear a UL label. 1416-02 16441 SafelySwitches 16441-1 Z E —ENGINEERS— 4 } SECTION 16441 SAFETY SWITCHES 1.7 DELIVERY A. Storage and Handling: Equipment shall be handled and stored in accordance with manufacturer's instructions. One(1) copy of these instructions shall be included with the equipment at time of shipment. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Cutler-Hammer B. Square D C. GE D. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. Products in compliance with the specification and manufactured by others not named will be considered only if pre-approved by the Engineer ten(10)days prior to bid date. 2.2 HEAVY-DUTY SAFETY SWITCHES A. Provide switches as shown on drawings,with the following rating: 1. 30 to 1200 amperes 2. 250 volts AC, DC; 600 volts AC(30A to 200A 600 volts DC) 3. 2, 3, 4, and 6 poles 4. Fusible and non-fusible 5. Mechanical lugs suitable for aluminum or copper conductors. B. Construction: 1. Switch blades and jaws shall be visible and plated copper. 2. Switches shall have a red handle that is easily padlockable with three 3/8-inch shank locks in the OFF position. 3. Switches shall have defeatable door interlocks that prevent the door from opening when the handle is in the ON position. Defeater mechanism shall be front accessible. 4. Switch assembly and operating handle shall be an integral part of the enclosure base 5. Switches rated 30A to 600A shall have reinforced fuse clips. 6. Switch blades shall be readily visible in the ON and OFF position. C. Switch operating mechanism shall be non-teasable,positive quick-make/quick-break type. Bail type mechanisms are not acceptable. D. Fusible switches shall be suitable for service entrance equipment. E. Switches shall have line terminal shields. 1416-02)6441 SafetySwitches ...... 16441-2 ZEL —ENGINEERS— .F... .. .. .. r'... ,.a ... .. .. a SECTION 16441 SAFETY SWITCHES F. Suitable for systems capable of 200 kA at 480V with Class J, L,R, or T fusing as applicable. G. Embossed or engraved ON-OFF indication shall be provided. H. Double-make, double-break switch blade feature shall be provided. I. Fuse pullers shall be provided on all NEMA 4X and 12 switches through 200A. J. Renewal parts data shall be shown on the inside of the door. K. All switches shall be manufactured in the USA. L. Enclosures: 1. All enclosures shall be NEMA 1 general purpose unless otherwise noted. 2. Other types,where noted, shall be: a. NEMA 3R rainproof b. NEMA 4 watertight(800A max.) c. 30A to 200A—304 stainless steel d. 400A to 800A—304 stainless steel e. NEMA 12 dust-tight and oil-tight special industry(800A max.). M. Paint color shall be ANSI 61 gray. N. 30A to 100A NEMA 4,4X, and 12 enclosures shall be provided with draw-pull latches. O. All Safety Switches shall be of the heavy-duty type unless noted otherwise on drawings. 2.3 ENCLOSED ROTARY DISCONNECT SWITCHES A. Provide 16-80A ampere rotary disconnect switches as shown on the drawings with the following ratings and characteristics: 1. Padlockable in the OFF position(up to three padlocks)to meet OSHA lockout requirements. 2. Available in 16-80A ratings 3. 600 Vac,three- and four pole non-fusible device 4. Rated for making and breaking loads 5. Accepts auxiliary contacts; capability to signal PLC controllers 6. Ground lug connection provided 7. Possibility of adding one power pole and one auxiliary contact 8. NEMA®Type 1,3R, 12, 4, and 4X 9. Non-fusible switches shall be suitable for use on a circuit capable of delivering up to 10,000A, 1000Vdc. 10. Switches shall have a factory-installed neutral block for terminating grounded conductors when applied on a grounded system. 11. Switches shall be installed with an equipment ground bar. 141(-0216441 SaretySwitrhm 16441-3 ZE —ENGINEERS— SECTION 16441 SAFETY SWITCHES 2.4 NAMEPLATES A. Nameplate shall be front cover mounted, containing a permanent record of switch type, ampere rating, and maximum voltage rating. PART 3 EXECUTION 3.1 INSTALLATION - A. Install switches in locations as follows. 1. Where shown on the Contract Drawings. 2. Where required by the NEC or other governing Code. 3. Where required by local authority having jurisdiction. 4. Where required by manufacturer of equipment. B. Install such that clear working space per NEC Art 110 provided at the disconnect switch. C. Coordinate size and location of concrete bases, where required. Verify structural requirements with structural engineer. D. Mount individual wall-mounting switches and circuit breakers with tops at uniform height,unless otherwise indicated. Anchor floor-mounting switches to concrete base. F. Comply with mounting and anchoring requirements specified in Division 16 Sections. G. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. 3.2 FACTORY TESTING A. Standard factory tests shall be performed on the equipment provided under this section. All test shall be in accordance with the latest version of UL and NEMA standards. END OF SECTION 1416-0216441 SafetySwllcht`S . 16441-4 Z E —ENGINEERS i t SECTION 16450 GROUNDING PART 1 GENERAL 1.1 SECTION INCLUDES A. This section covers the work necessary to furnish and install, complete,the electrical grounding system. 1.2 RELATED SECTIONS A. Section 16010—Electrical–General Provisions B. Section 16120—Conductors 1.3 REFERENCES: A. NFPA 70-National Electrical Code. • B. IEEE—All applicable standards C. UL—All applicable standards 1.4 SUBMITTALS: A. Provide under provisions of Section 01340, Shop Drawings,Product Data and Samples B. Provide complete manufacturers'descriptive information and shop drawings for equipment,material, and devices furnished under this section PART 2 PRODUCTS 2.1 GROUND RODS A. Provide copper-clad steel ground rods not less than 3/4 inch in diameter, 10 feet long driven full length into the earth. 2.2 GROUND CONDUCTORS A. Provide grounding conductors of the size shown and the type specified in Section 16120, Conductors. 2.3 GROUND CONNECTIONS A. For below grade connections,provide exothermic-welded type of connectors as manufactured by Cadweld, Thermoweld, or equal. B. For above grade connections,provide exothermic-welded, or compression type connectors. 1416-02 16450 Gremding 16450-1 ZEL —ENGINEERS— SECTION 16450 GROUNDING PART 3 EXECUTION 3.1 GENERAL A. Ac bare imt groing shall run in raceway. Such ngreenductorsor shall beque basedpenon the mostundcurrentconductor edition ofbe the NECeach and sized for the highest overcurrent device protecting any conductor in that raceway. The equipment grounding conductors shall be electrically continuous from each piece of equipment to the service ground. B. Except where specifically indicated otherwise, ground all exposed noncurrent-carrying metallic parts of electrical equipment,raceway systems, and the neutral of all wiring systems in strict accordance with the NEC, state, and other applicable laws and regulations. C. Where grounding conductors are shown,bond the wires to metallic enclosures at each end and to all intermediate metallic enclosures. Connect grounding conductors to all grounding bushings on raceways. Where any equipment contains a ground bus, extend and connect grounding conductors to that bus. Connect the enclosure of the equipment containing the ground bus to that bus. Run ground conductors inside conduits enclosing the power conductors. D. Where an equipment grounding means is not provided,make connections of any grounding conductors to motors 10 hp and above or circuits 20 amps or above by a solderless terminal and a 5/16-inch minimum bolt tapped to the motor frame or equipment housing. Ground connections to smaller motors or equipment may be made by fastening the terminal to a connection box. Connect junction boxes to the equipment grounding system with grounding clips mounted directly on the box or with 3/8-inch machine screws. Completely remove all paint, dirt, or other surface coverings at grounding conductor connection points so that good metal-to-metal contact is made. E. Install sufficient ground rods in addition to code required grounding so that resistance to. ground as tested by standard methods does not exceed 5 ohm unless otherwise accepted. Where more than one rod is required,install rods at least 6 feet apart. F. Ground shields of any shielded power cable at each splice or termination in accordance with recommendations of the splice or termination manufacturer. Ground shields of any control cables in accordance with manufacturer's recommendations. G. Ground metal sheathing and any exposed metal vertical structural elements of buildings. Ground metal fences enclosing electrical equipment. Bond any metal equipment platforms,which support electrical equipment to that equipment. Provide good electrical contact between metal frames and railings supporting pushbutton stations,receptacles, instrument cabinets, etc., and raceways carrying circuits to these devices. H. Bond neutrals of transformers within buildings to the system ground network, and to any additional indicated grounding electrodes. 1416-0216450Grounding 16450-2 Z E —ENGINEERS— SECTION 16450 GROUNDING 3.2 GROUNDING CONNECTIONS A. Unless shown otherwise,make connections of grounding conductors to ground rods at the upper end of the rod with the end of the rod and the connection point below finished grade. Provide a capped well, formed of 4-inch PVC conduit, from grade to 2 inches below connection to ground rod,to allow for inspection. B. Make connections of grounding conductors accessible. C. In handholes,install ground rods with ends 4 to 6 inches above the floor with connections of grounding conductors fully visible and accessible.When making thermite welds,wire brush or file the point of contact to a bare metal surface. Use thermite welding cartridges and molds in accordance with the manufacturer's recommendations. After welds have been made and cooled,brush slag from the weld area and thoroughly clean the joint. For compression connectors,use homogeneous copper, anti corrosion, surface treatment compound at connectors in accordance with connector manufacturer's recommendations. Use connectors of proper size for conductors and ground rods specified.Use connector manufacturer's compression tool.Notify Engineer prior to backfilling any ground connections. 3.3 FIELD TESTS A. The Contractor shall test the resistance of the grounding electrode system by the fall-of- potential method. The Contractor shall supply a Biddle No. 6322 Earth Tester, or equal, and make the test in the presence of the Engineer with grounding conductors disconnected. If the grounding electrode test resistance exceeds 5 ohm,the Contractor shall add ground rods or other grounding electrodes to the grounding electrode system until the grounding electrode test resistance is 5 ohms or less. Methods, which change soil resistivity, are not acceptable as means of lowering the grounding electrode test resistance. This test shall not be made within 24 hours after rainfall. B. Test all ground fault interrupter(GFI)receptacles and circuit breakers for proper connection and operation with methods and instruments prescribed by the manufacturer. C. Provide copies of reports of all grounding system tests for inclusion in Operation and Maintenance Manuals and for review by the Engineer. END OF SECTION 1416.02 16450 Crer36166 16450-3 ZEL —ENGINEERS— . 4 r . SECTION 16461 DRY-TYPE TRANSFORMERS PART 1 GENERAL 1.1 SECTION INCLUDES A. The Contractor shall furnish and install single-phase and three-phase general purpose individually.mounted dry-type transformers of the two-windings type, self-cooled as specified herein, and as shown on the contract drawings. Where indicated on the drawings provide K-factor transformers for nonsinusoidal loads 1.2 RELATED SECTIONS A. Section 16010–General Provisions B. Section 16050–Basic Materials and Methods C. Section 16075 -Electrical Identification D. Section 16110- Raceways E. Section 16120- Conductors F. Section 16450- Grounding G. Section 16470-Panelboards 1.3 REFERENCES A. NFPA 70-National Electrical Code. B. NEMA ICS 1 - General Standards for Industrial Control Systems. C. NEMA ICS 2- Standards for Industrial Control Devices, Controllers and Assemblies. D. NEMA ICS 3 -Industrial Systems. E. NEMA ICS 6- Enclosures for Industrial Controls and Systems. F. IEEE—All applicable standards G. UL—All applicable standards • 1,4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings, Product Data and Samples B. The following information shall be submitted to the Engineer: 1. Outline dimensions and weights 2. Technical certification sheet 3. Transformer ratings including: a. kVA b. Primary and secondary voltage c. Taps d. Basic impulse level (BIL) for equipment over 600 volts e. Design impedance f. Insulation class and temperature rise g. Sound level. 4. Product data sheets 1416-0216461 Dry-TyaeTratsforcees 16461-1 ZEL —ENGINEERS— - SECTION 16461. DRY-TYPE TRANSFORMERS C. OPERATION AND MAINTENANCE MANUALS 1. Equipment operation and maintenance manuals shall be provided with each assembly shipped, and shall include instruction leaflets and instruction bulletins for the complete assembly and each major component. D. SUBMITTALS—FOR CONSTRUCTION 1. The following information shall be submitted for record purposes. 2. Final as-built drawings and information for items listed. 3. Connection diagrams 4. Installation information 5. Seismic certification and equipment anchorage details. 6. The final(as-built)drawings shall include the same drawings as the construction drawings and shall incorporate all changes made during the manufacturing process. 1.5 QUALIFICATIONS A. For the equipment specified herein,the manufacturer shall be ISO 9001 or 9002 certified. B. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five(5)years.When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. C. The equipment and major components shall be suitable for and certified to meet all applicable seismic requirements of the BOCA National Building Code,paragraph 1612.6. This shall include both vertical and lateral required response spectra as specified. Alternatively, the manufacturer's certification may be based on a detailed computer analysis of the entire assembly structure and its components. Guidelines for the- installation consistent with these requirements shall be provided by the switchgear manufacturer and be based upon testing of representative equipment. The equipment manufacturer shall document the requirements necessary for proper seismic mounting of the equipment. The test response spectra shall meet or exceed the required response spectra peak acceleration of 1.6g's (3.2-11 Hz) and a ZPA of 1.0g as specified in.the BOCA National Building Code, for all equipment natural frequencies up to at least 35 Hz. 1.6 GENERAL REQUIREMENTS A. The Contractor shall provide equipment anchorage details, coordinated with the equipment mounting provision,prepared and stamped by a licensed civil engineer in the state. Mounting recommendations shall be provided by the manufacturer based upon approved shake table tests used to verify the seismic design of the equipment. 1416-02 16461 o-y-rypd t; rom,ers 16461-2 Z E I —ENGINEERS— SECTION 16461 DRY-TYPE TRANSFORMERS B. The equipment manufacturer shall certify that the equipment can withstand, that is, function following the seismic event,including both vertical and lateral required response spectra as specified in above codes. C. The equipment manufacturer shall document the requirements necessary for proper seismic mounting of the equipment. Seismic qualification shall be considered achieved when the capability of the equipment,meets or exceeds the specified response spectra. 1.7 REGULATORY REQUIREMENTS A. All transformers shall be UL listed and bear the UL label. 1.8 DELIVERY, STORAGE AND HANDLING A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One(1) copy of these instructions shall be included with the equipment at time of shipment. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Cutler-Hammer B. Square D C. Approved equal D. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. Products in compliance with the specification and manufactured by others not named will be considered only if pre-approved by the Engineer ten(10) days prior to bid date. 2.2 RATINGS A. kVA and voltage ratings shall be as shown on the drawings. B. Transformers shall be designed for continuous operation at rated kVA, for 24 hours a day, 365 days a year operation,with normal life expectancy as defined in ANSI C57.96. C. Transformer sound levels shall not exceed the following ANSI and NEMA levels for self- cooled ratings: Oto9kV 40 dB lO to 50 kVA 45 dB 51 to 150 kVA 50 dB 151 to 300 kVA 55 dB 301 to 500 kVA 60 dB 501 to 700 kVA 62 dB 701 to 1000 kVA 64 dB 1001 to 1500 kVA 65 dB 1416-021646)Uj,7ypclraisfennts 16461-3 ZEL —ENGINEERS— SECTION 16461 DRY-TYPE TRANSFORMERS D. Where K-factor transformers are indicated on the drawings, the transformers shall be specifically designed to supply circuits with a harmonic profile equal to or less than a K- factor of 13 without exceeding 115 degrees C temperature rise. 2.3 CONSTRUCTION—GENERAL PURPOSE TRANSFORMERS A. Insulation Systems-Transformer insulation system shall be as follows: 1. Less than 15 kVA: 185 degrees C insulation system with 115 degree C rise, encapsulated design; 15 kVA and above: 220 degrees C insulation system with 115 degree C rise, ventilated design. 2. Required performance shall be obtained without exceeding the above indicated temperature rise in a 40 degrees C maximum ambient, and a 24 hour average ambient of 30 degrees C. 3. All insulation materials shall be flame-retardant and shall not support combustion as defined in ASTM Standard Test Method D635. B. Core and Coil Assemblies: 1. Transformer core shall be constructed with high-grade,nonaging, grain-oriented silicon steel with high magnetic permeability, and low hysteresis and eddy current losses.Maximum magnetic flux densities shall be substantially below the saturation point. The transformer core volume shall allow efficient transformer operation at 10% above the nominal tap voltage. The core laminations shall be tightly clamped and compressed. Coils shall be wound of electrical grade aluminum with continuous wound construction. 2. On three-phase units rated 15 kVA and above the core and coil assembly shall be impregnated with non-hydroscopic,thermosetting varnish and cured to reduce hot spots and seal out moisture. The assembly shall be installed on vibration- absorbing pads. C. Taps: 1. Three-phase transformers rated 15 through 500 kVA shall be provided with six 2- 1/2%taps, two above and four below rated primary voltage. 2, All single-phase transformers, and three-phase transformers rated below 15 kVA and above 500 kVA, shall be provided with the manufacturer's standard tap configuration. D. Electrostatic Shielding: 1. Where shown on the drawings,provide shielded isolation transformers with an electrostatic shield consisting of a single turn of aluminum placed between the primary and secondary winding and grounded. E. NEMA TP-1-1996 Energy Star Labeled: 1. Where shown on the drawings,provide transformers that are low loss type with minimum efficiencies per NEMA TP-1 when operated at 35%of full load capacity. Transformers shall bear the Energy Star label. 1416.021646i.tliy-T.yp:liannfo;mca 16461-4 Z E —ENGINEERS— SECTION 16461 DRY-TYPE TRANSFORMERS F. Motor Drive Isolation: 1. Where shown on the drawings,provide motor drive isolation transformers. 2. Motor drive isolation transformers shall be designed for use with three-phase AC adjustable frequency drives 600 volts and below to provide isolation between the incoming line anddrive circuitry.These drives minimize the line disturbances caused by SCR firing within the drive unit. Thermoguards shall be included in all motor drive isolation transformers to provide additional protection for the transformer from increased heating due to the non-sinusoidal characteristics of drive currents. The transformer shall provide reduced short-circuit currents and voltage line transients. The transformer shall be specifically sized to the drive kVA requirements dictated by the horsepower of the motor and, as such,will be mechanically braced to withstand the stress of current reversals and short-circuit currents associated with the specific drive kVA rating. Transformers shall be low loss type with minimum efficiencies per NEMA TP-1 when operated at 35%of full load capacity, 2.4 CONSTRUCTION—K-FACTOR TRANSFORMERS A. Insulation Systems: 1. Transformers shall be insulated with a UL recognized 220 degrees C insulation system. 2. Required performance shall be obtained without exceeding the above indicated temperature rise in a 40 degrees C maximum ambient and a 24-hour average ambient of 30 degrees C. 3. All insulation materials shall be flame-retardant and shall not support combustion as defined in ASTM Standard Test Method D635. B. Core and coil Assemblies: 1. Transformer core shall be constructed with high-grade,nonaging, grain-oriented silicon steel with high magnetic permeability, and low hysteresis and eddy current losses. Maximum magnetic flux densities shall be substantially below the saturation point. The transformer core volume shall allow efficient transformer operation at 10%above the nominal tap voltage. The core laminations shall be tightly clamped and compressed. Coils shall be wound of electrical grade aluminum with continuous wound construction. The core shall provide reduced induced currents in the steel caused by the high ratios of peak-to-rms currents and voltages found in harmonic loads. 2. The neutral bus shall be configured to accommodate 200% of the rated current. 3. The core and coil assembly shall be impregnated with non-hydroscopic, thermosetting varnish and cured to reduce hot spots and seal out moisture. The assembly shall be installed on vibration-absorbing pads. C. Taps: 1. Three-phase K-factor rated transformers through 300 kVA shall be provided with six 2-1/2%taps, two above and four below rated primary voltage. lair-o>16461 nay-T,xTanstormers 16461-5 ZEL —ENGINEERS SECTION 16461 DRY-TYPE TRANSFORMERS 2. Single-phase K-factor rated transformers shall be provided with manufacturer's standard tap configuration. D. Electrostatic Shielding: 1. Provide K-rated transformers with electrostatic shielding consisting of a single turn of aluminum placed between the primary and secondary winding and grounded. 2.5 WIRING/TERMINATIONS Recommended external cable shall be rated 90 degrees C(sized at 75 degrees C ampacity)for encapsulated and 75 degrees C for ventilated designs. Connectors should be selected on the basis of the type and cable size used to wire the specific transformer. 2.6 ENCLOSURE—GENERAL PURPOSE TRANSFORMERS A. The enclosure shall be made of heavy-gauge steel. All transformers shall be equipped with a wiring compartment suitable for conduit entry and large enough to allow convenient wiring. The maximum temperature of the enclosure shall not exceed 90 degrees C. The core of the transformer shall be grounded to the enclosure. B. On three-phase units rated 15 kVA and above and single-phase units rated 15 kVA and abovethe enclosure construction shall be ventilated,NEMA 12, drip-proof,with lifting holes. All ventilation openings shall be protected against falling dirt. 2.7 ENCLOSURE—K-FACTOR TRANSFORMER A. The enclosure shall be made of heavy-gauge steel.All transformers shall be equipped with a wiring compartment suitable for conduit entry and large enough to allow convenient wiring. The maximum temperature of the enclosure shall not exceed 50 degrees C rise above a 40 degree C maximum ambient(90 degrees C.)The core of the transformer shall be grounded to the enclosure. B. The enclosure construction shall be ventilated,NEMA 2 drip-proof, with lifting holes. All ventilation openings shall be protected against falling dirt. On outdoor units,provide weathershields over ventilated openings. C. FINISH 1. Enclosures shall be finished with ANSI 61 color,weather-resistant enamel.. 2.8 ACCESSORIES A. On ventilated outdoor units provide suitable weather shields over ventilation openings 1416-02 16461 Lkj-731.Traiisfomics 16461-6 ZEL —ENGINEERS— SECTION 16461 DRY-TYPE TRANSFORMERS PART 3 EXECUTION 3.1 INSTALLATION A. Install all equipment per the manufacturer's recommendations and the contract drawings. 3.2 FACTORY TESTING A. The following standard factory tests shall be performed on the equipment provided under this section. All tests shall be in accordance with the latest version of ANSI and NEMA standards. 1. Ratio tests at the rated voltage connection and at all tap connections 2. Polarity and phase relation tests on the rated voltage connection 3. Applied potential tests 4. Induced potential test 5. No-load and excitation current at rated voltage on the rated voltage connection. 3.3 FIELD ADJUSTMENTS A. Adjust taps to deliver appropriate secondary voltage. 3.4 FIELD TESTING A. Measure primary and secondary voltages for proper tap settings. END OF SECTION 1416-02;6461 Dry-TypeTranc om:a<. 16461-7 Z E —ENGINEERS— .. SECTION 16470 PANELBOARUS PART 1 GENERAL 1.1 SECTION INCLUDES A. The Contractor shall furnish and install panelboards as specified herein, and as shown on the contract drawings. 1.2 RELATED SECTIONS A. Section 16050-Basic Materials and Methods B. Section 16450- Grounding 1.3 REFERENCES: A. UL 67—Panelboards B. UL 50 - Cabinets and boxes C. NEMA PB 1 -Panelboards D. Fed. Spec. W-P-115C a. Circuit Breaker–Type I class I b. Fusible Switch–Type II class I E. NECA Standard of Installation(published by the National Electrical Contractors Association). F. NEMA AB1 -Molded Case Circuit Breakers. G. NEMA ICS 2-Industrial Control Devices, Controllers and Assemblies. H. NEMA KS 1 -Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum). I. NETA ATS -Acceptance Testing Specifications for Electrical Power Distribution Equipment(published by the International Electrical Testing Association). J. NFPA 70-National Electrical Code. 1.4 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples B. The following information shall be submitted to the Engineer: 1. Breaker layout drawing and dimensions indicated and nameplate designation 2. component list 1416-0216470Penc1nxerds _.. 16470-1 ENGINEERS— SECTION 16470 PANELBOARDS 3. Conduit entry/exit locations 4. Assembly ratings including a. Short-circuit rating b. Voltage c. Continous current 5.. Cable terminal sizes 6. Product data sheets C. SUBMITTALS FOR CLOSEOUT 1. Record actual locations of panelboards and record actual circuiting arrangements in project record documents. 2. Maintenance Data: Include spare parts listing; source and current prices of replacement parts and supplies; and recommended maintenance procedures and intervals. 1.5 QUALIFICATIONS A. The manufacturer of the panelboard shall be the manufacturer of the major components within the assembly,including circuit breakers and fusible switches. B. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified. C. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five(5)years. When requested by the engineer, and acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories,Inc. as suitable for the purpose specified and indicated. 1.7 DELIVERY, STORAGE,AND HANDLING A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One(1) copy of these instructions shall be included with the equipment at time of shipment. 1.8 MAINTENANCE MATERIALS A. Furnish two of each panelboard key. 1416-02 i6470Pandboards 16470-2 Z E L —ENGINEERS-- i SECTION 16470 PANELBOARDS PART 2 PRODUCTS 2.1 MANUFACTURERS A. SQUARE D B. CUTLER HAMMER C. GENERAL ELECTRIC D. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. Products in compliance with the specification and manufactured by others not named will be considered only if pre-approved by the engineer prior to bid date. To be considered for pre approval,submittals must be received by Engineer a minimum of 10 days prior to bid date. 2.2 PANELBOARDS A. Ratings: 1. Panelboards rated 240V AC or less shall have short-circuit ratings as shown on the drawings or as herein scheduled,but not less than 10,000 amperes RMS symmetrical. 2. Panelboards rated 480V AC shall have short-circuit ratings as shown on the drawings or as herin scheduled,but not less than 14,000 amperes RMS symmetrical. 3. Panelboards shall be labeled with a UL short-circuit ratings. When series ratings are applied with integral or remote upstream devices, a label or manual shall be provided. It shall state the conditions of the UL series ratings including: a. Size and type of upstream device b. Branch devices that can be used c. UL series short-circuit rating B. Construction: 1. 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. 2. Panelboards shall be continuous hinged dor-in-door trim. Door in panelboard trims shall not uncover any live parts. Doors shall have a semi flush cylinder lock and chatch assembly. Doors over 48 inches in height shall have auxiliary fasteners. Removing trim screws will allow the trim to swing away from the _ panelboard interior. 3. Distrubition panelboard trims shall cover all live parts. Switching devices handles shall be accessible. e 1416-02 I647crncrboa.� 16470-3 Z i�L —ENGINEERS— SECTION 16470 PANELBOARDS 4. Surface trims shall be same height and width as box. Flush trims shall overlap the box by 3/ of an inch on all sides. 5. A director card with a clear plastic cover shall be supplied and mounted on the sideof each door. 6,. All locks shall be keyed alike. C, Bus: 1. 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 65°C above an ambient of 40°C maximum. 2. A system ground bus shall be included in all panels. 3. Full-size(100%-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 requiring a neutral connection. 200%-rated neutrals shall be supplied for panels designated on drawings with oversized neutral conductors. D. Branch Circuit Panelboards: 1. The minimum short-circuit rating for branch circuit panelboards shall be as specified herein or as indicated on the drawings. 2. Bolt-on type,heavy-duty, quick-make,quick-break, single- and multi-pole circuit breakers of the types specified herein, shall be provided for each circuit with toggle handles that indicate when unit has tripped. 3. Circuit breakers shall be thermal-magnetic type with common type handle for all multiple pole circuit breakers. Circuit breakers shall be minimum 100-ampere frame and through 100-ampere trip sizes shall take up the same pole spacing. Circuit breakers shall be UL listed as type SWD for lighting circuits. Circuit • breakers shall be UL listed as type HACR for air conditioning equipment circuits. Class A ground fault interrupter circuit breakers where scheduled. Do not use tandem circuit breakers. a. Circuit breaker handle locks shall be provided for all circuits that supply exit signs, emergency lights, energy management, and control system (EMCS)panels and fire alarm panels. 4. Circuit breakers shall have a minimum interrupting rating of 10,000 amperes symmetrical at 240 volts, and 14,000 amperes symmetrical at 480 volts,unless otherwise noted on the drawings. E. Distribution Panelboards: 1. Distribution panelboards with bolt-on devices contained therein shall have interrupting ratings as specified herein or indicated on the drawings. Panelboards shall have molded case circuit breakers as indicated below. 2. Distribution panelboards with plug-on devices contained therein shall have interrupting ratings as indicated on drawings. Panelboards shall have molded case circuit breakers permanently affixed to plug-on breaker adapter, as indicated below. 1416-O21647O?a,dbo16470-4 Z E L —ENGINEERS— SECTION 16470 PANELBOARDS 3. 'Where indicated,provide circuit breakers UL listed for application at 100% of their continuous ampere rating in their intended enclosure. 4. Provide shunt trips,bell alarms, and auxiliary switches as shown on the contract drawings. F. Enclosure: 1. Enclosures shall be at least 20 inches wide made from galvanized steel. Provide minimum gutter space in accordance with the National Electrical Code. 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. 2. Enclosures shall be provided with blank ends. 3. Where indicated on the drawings,branch circuit panelboards shall be column width type. G. Nameplates: 1. Provide an engraved nameplate for each panel section. H. Finish: 1. Surfaces of the trim assembly shall be properly cleaned,primed, and a finish coat of gray ANSI 61 paint applied. 2.3 CIRCUIT BREAKERS,INDIVIDUAL, 0 TO 600 VOLTS A. General: Provide circuit breakers of the indicating type showing ON/OFF and TRIPPED positions of the operating handle. Do not use single-pole circuit breakers with handle ties where multipole circuit breakers are indicated. Utilize multipole circuit breakers designed so that an overload on one pole automatically causes all poles to open. Provide circuit breakers meeting the requirements of NEMA AB 1. Circuit breakers shall have a minimum interrupting rating equal to the maximum fault current available at the point of application or they shall be part of an assembly with an integrated equipment short circuit rating at least as great as the fault current available at the point of application. Where circuit breakers are used as service entrance equipment,provide units UL labeled for that use. Provide circuit breakers suitable for use with 75 degrees C wire at full NEC 75 degrees C ampacity. B. Inverse Time Type: 1. Provide thermal-magnetic circuit breaker,unless otherwise shown, for one- and two-pole breakers,breakers operating at 240V or less, and three-pole branch circuit breakers operating at 480V. 2. Provide solid state trip circuit breakers with an adjustable short-term function, unless another type breaker is required for coordination, for three-pole, 480V feeder circuit breakers with not more than one downstream, 480V, overcurrent protective device, excluding protective devices provided as part of a process equipment package. Such breakers shall be Westinghouse Seltronic Circuit Breakers, Square D, Type ME or PE Circuit Breakers, or equal. 1416-0216470Panelboards 16470-5 Z E L —ENGINEERS SECTION 16470 PANELBOARDS 3. Provide solid state trip circuit breakers with at least the following adjustment: long time pickup, long time delay, short time pickup, short time delay,I-squared t for circuit breakers not covered by either of the above cases. C. Instantaneous Only Type: Instantaneous only circuit breakers shall have only an instantaneous trip element. The breakers shall be used only as part of a listed combination motor starter. Instantaneous only breakers shall be sized with a continuous rating of at least 115 percent of the full-load current of the motor served. The trip setting shall be continuously adjustable from a lowest setting of not more than 700 percent to a highest setting of not less than 1,300 percent of the motor full-load current. D. All breakers shall be manufactured by the supplier of the panelboards. PART 3 EXECUTION 3.1 INSTALLATION A. Install panelboards in accordance with NEMA PB 1.1 and the NECA "Standard of Installation." B. Install panelboards plumb. Install recessed panelboards flush with wall finishes. C. Height: 6 feet to top of panelboard; install panelboards taller than 6 feet with bottom no more than 4 inches above floor. D. Provide filler plates for unused spaces in panelboards. E. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. F. Provide engraved plastic nameplates. G. Ground and bond panelboard enclosure according to Section 16450 -GROUNDING. 3.2 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS, except Section 4.Perform inspections and tests listed in NETA ATS, Section 7.4 for switches, Section 7.5 for circuit breakers. 3.3 ADJUSTING A. Measure steady state load currents at each panelboard feeder;rearrange circuits in the panelboard to balance the phase loads to within 15 percent of each other. Maintain proper phasing for multi-wire branch circuits. END OF SECTION 1415-0216470Pane)ba rds 16470-6 Z E L —ENGINEERS— SECTION 16483 VARIABLE FREQUENCY DRIVE PART 1 GENERAL 1.1 SCOPE A. This specification describes the electrical,mechanical, environmental, agency and reliability requirements for three-phase,Variable Frequency Drives (VFD) as specified herein and as shown on the contract drawings. 1.2 RELATED SECTIONS A. Section 16110—Raceways B. Section 16120—Conductors C. Section 16450—Grounding D. Section 16482—Motor Control Centers 1.3 REFERENCES A. The variable frequency drives and all components shall be designed, manufactured and tested in accordance with the latest applicable standards. 1. Institute of Electrical and Electronic Engineers (IEEE) a. IEEE 519-1992: Guide for harmonic content and control 2. Underwriters Laboratories (UL508C: Power Conversion Equipment) a. UL b. CUL 3. National Electrical Manufacturer's Association(NEMA) a. ICS 7.0: Industrial Controls &Systems for VFD. 4. IEC 61800-2 and—3. EN 50082-1 and—2 a. Fulfill all EMC immunity requirements B. In case of conflict between the requirements of this section and those of the listed documents,the requirements of this section shall prevail. 1.4 SUBMITTALS -FOR REVIEW/APPROVAL A. Submit under provisions of Section 01340, Shop Drawings, Product Data and Samples B. The following information shall be submitted to the Engineer. 1. Dimensioned outline drawing 2. Schematic diagram 3. Power and control connection diagram(s) 1416-02 16483 Varabic Trequen^•Drive 16483-1 Z E�. —ENGINEERS— 4 SECTION 16483 VARIABLE FREQUENCY DRIVE 1.5 SUBMITTALS-FOR INFORMATION A. When requested by the Engineer the following product information shall be submitted: 1. Descriptive bulletins 2. Product sheets 3. Harmonic Analysis 1.6 SUBMITTALS-FOR CLOSEOUT A. The following information shall be submitted for record purposes prior to final payment. 1. Final as-built drawings and information for items listed section in 1.04. 2. Installation information. 1.7 QUALIFICATIONS A. The supplier of the assembly shall be the manufacturer of the electromechanical power components used within the assembly, such as bypass contactors when specified. B. For the equipment specified herein,the manufacturer shall be ISO 9001 certified. C. The supplier of this equipment shall have produced similar electrical equipment for a minimum period of ten(10)years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.8 DELIVERY, STORAGE,AND HANDLING A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One(1) copy of these instructions shall be included with the equipment at time of shipment. 1.9 OPERATION AND MAINTENANCE MANUALS A. Five(5) copies of the equipment operation and maintenance manuals shall be provided. B. Operation and maintenance manuals shall include the following information: 1... Instruction books 2, Recommended renewal parts list 3. Drawings and information required by Section 1.06. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Square D B. Approved Equal must be approved 10 days prior to bid date. Naming specific venders does not imply acceptance of their standard products nor relieve'them from meeting these specifications in their entirety. 141f-02164E3 V¢sule Frequency DIM 16483-2 L ENGINEERS— SECTION 16483 VARIABLE FREQUENCY DRIVE 2.2 VARIABLE FREQUENCY DRIVES (VFD) A. Where shown on the drawings,variable frequency drives 1 through 2000 Horsepower (HP),Variable Torque(VT), shall have the following features: 1. The VFD shall be rated for 480 VAC (optional input voltages of 208, 240, 380 and 575 VAC). The VFD shall provide microprocessor-based control for three- phase induction motors. The controller's full load output current rating shall be based on 50° C (CT)/40° C (VT)ambient and 10 kHz switching frequency below 40-HP (CT)/50-HP (VT) and 3.6 kHz switching frequency 40-HP (CT)/50-HP (VT) and above to reduce motor noise and avoid increased motor losses. 2. The VFD shall be of the Pulse Width Modulated(PWM)design converting the utility input voltage and frequency to a variable voltage and frequency output via a two-step operation. Adjustable Current Source VFD are not acceptable. Insulated Gate Bipolar Transistors(IGBT's) shall be used in the inverter section. Bipolar Junction Transistors, GTO's or SCR's are not acceptable. The VFD shall run at the above listed switching frequencies. 3. The VFD shall have efficiency at fall load and speed that exceeds 95% for VFD below 15-HP and 97%for drives 15-HP and above.The efficiency shall exceed 90% at 50% speed and load. 4. The VFD shall maintain the line side displacement power factor at no less than 0.96,regardless of speed and load. 5. The VFD 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 VFD shall have a one(1)minute overload current rating of 110% for variable torque drives. 6. The VFD shall be capable of operating of operating any NEMA design B squirrel cage induction motor,regardless of manufacturer,with a horsepower and current rating within the capacity of the VFD. 7. The VFD shall have an integral EMI/RFI filter as standard. 8. The VFD shall have a standard 5%nominal impedance integral AC three-phase line reactor integrally mounted in the VFD enclosure. 9. Any harmonic calculations shall be done based on the kVA capacity,X/R ratio and the impedance of the utility transformer feeding the installation, as noted on the drawings, and the total system load.The calculations shall be made with the point of common coupling being the point where the utility feeds multiple customers. 10. Total harmonic distortion shall be calculated under worst-case conditions in accordance with the procedure outlined in IEEE standard 519-1992. Copies of these calculations are to be made available upon request.The contractor shall provide any needed information to the VFD•supplier three(3)weeks prior to requiring harmonic calculations. 11. The system containing the VFD shall comply with the 5%level of total harmonic distortion of line voltage and the line current limits as defined in IEEE 519-1992. 1416-02164E5va.-innlrfrogu:ncylhi1.e 16483-3 Z E . —ENGINEERS— SECTION 16483 VARIABLE FREQUENCY DRIVE 12. The VFD shall be able to start into a spinning motor(flying start).The VFD shall be able to determine the motor speed in any direction and resume operation without tripping. If the motor is spinning in the reverse direction,the VFD shall start into the motor in the reverse direction,bring the motor to a controlled stop, and then accelerate the motor to the preset speed. 13. Standard operating conditions shall be: a. Incoming Power: Three-phase, 380—500 Vac(+10% to -15%) and 50/60 Hz(+1-5 Hz)power to a fixed potential DC bus level. b. Frequency stability of+/-0.05%for 24 hours with voltage regulation of+/- pyo of maximum rated output voltage. c. Speed regulation of+/- 0.5% of base speed. d. Load inertia dependant carryover(ride-through) during utility loss. e. Insensitive to input line rotation. f. Humidity: 0 to 95% (non-condensing and non-corrosive). g. Altitude: 0 to 3,300 feet(1000 meters) above sea level. h. Ambient Temperature: -10 to 50 °C (CT), -10 to 40°C(VT). i. Storage Temperature: -40 to 60°C. 14. Control Functions a. Frequently accessed VFD programmable parameters shall be adjustable from a digital operator keypad located on the front of the VFD. The VFD shall have a 3 line alphanumeric programmable display with status indicators. Keypads must use plain English words for parameters, status, and diagnostic messages. Keypads that are difficult to read or understand are not acceptable, and particularly those that use alphanumeric code and tables. Keypads shall be adjustable for contrast with large characters easily visible in normal ambient light. b. The keypad shall include a Local/Remote pushbutton selection. Both start/ stop source and speed reference shall be independently programmable for Keypad, Remote I/O, or Field Bus. c. The keypad shall have copy/paste capability. d. Upon initial power up of the VFD,the keypad shall display a start up guide that will sequence all the necessary parameter adjustments for general start up. e. Standard advanced programming and trouble-shooting functions shall be available by using a personal computer's RS-232 port and Windows TM based software. In addition the software shall permit control and monitoring via the VFD RS232 port. The manufacturer shall supply a diskette with the required software. An easily understood instruction manual and software help screens shall also be provided. The computer software shall be used for modifying the drive setup and reviewing diagnostic and trend information as outlined in this section through section 18. Provide one copy of the advanced programming software. 1416-0216463 VeriablcFrxv*icy Dive 16483-4 Z E - -ENGINEERS r � SECTION 16483 VARIABLE FREQUENCY DRIVE f. The operator shall be able to scroll through the keypad menu to choose between the following: 1) Monitor 2) Operate 3) Parameter setup 4) Actual parameter values 5) Active faults 6) Fault history 7) LCD contrast adjustment 8) Information to indicate the standard software and optional features software loaded. g. The following setups and adjustments, at a minimum, are to be available: 1) Start command from keypad,remote or communications port 2) Speed command from keypad, remote or communications port 3) Motor direction selection 4) Maximum and minimum speed limits 5) Acceleration and deceleration times,two settable ranges 6) Critical (skip) frequency avoidance 7) Torque limit 8) Multiple attempt restart function 9) Multiple preset speeds adjustment 10) Catch a spinning motor start or normal start selection 11) Programmable analog output 12) DC brake current magnitude and time 13) PID process controller 15. The VFD shall have the following system interfaces: a. Inputs—A minimum of six (6)programmable digital inputs, two (2) analog inputs and serial communications interface shall be provided with the following available as a minimum: 1) Remote manual/auto 2) Remote start/stop 3) Remote forward/reverse 4) Remote preset speeds 5) Remote external trip 6) Remote fault reset 7) Process control speed reference interface,4-20mA DC 8) Potentiometer and 1-10VDC speed reference interface 9) RS-232 programming and operation interface port 10) Serial communications port B. Outputs—A minimum of two (2) discrete programmable digital outputs, one(1) programmable open collector output, and one(1)programmable analog output shall be provided,with the following available at minimum. 1,1642 164E3 Variable FrcqurnryDive 16483-5 Z IE L,: —ENGINEERS— { . a ,y , SECTION 16483 VARIABLE FREQUENCY DRIVE 1:. Programmable relay outputs with one(1) set of Form C contacts for each, selectable with the following available at minimum: a. Fault b. Run c. Ready d. Reversed e. Jogging f. At speed g. Torque Limit Supervision h. Motor rotation direction opposite of commanded i. Over-temperature 2. Programmable open collector output with available 24VDC power supply and selectable with the following available at minimum: a. Fault b. Run c. Ready d. Reversed e. Jogging f. At speed g. Torque Limit Supervision h. Motor rotation direction opposite of commanded i. Over-temperature 3, Programmable analog output signal, selectable with the following available at minimum: a. Motor current b. Output frequency c. Frequency reference d. Motor speed e. Motor torque f. Motor power g. Motor voltage h. DC-bus voltage i. All (Analog Input 1) j. AI2 (Analog Input 2) k. PT100 temperature 1. FB digital input 4 (Field Bus Input) 4. Monitoring and Displays a. The VFD display shall be a LCD type capable of displaying three(3)lines of text and the following thirteen(13) status indicators: 1) Run 2) Forward 3) Reverse 4) Stop 5) Ready I 6) Alarm 1416-0216483\i0 b1rFrequencyShivc 16483-6 Z E —ENGINEERS— o . SECTION 16483 VARIABLE FREQUENCY DRIVE 7) Fault 8) Input/Output(UO)terminal 9) Keypad 10) Bus/Communication 11) Local(LED) 12) Remote(LED) 13) Fault(LED) 5. The VFD keypad shall be capable of displaying the following monitoring functions at a minimum: a. Output frequency b. Frequency reference c. Motor speed d. Motor current e. Motor torque f. Motor power g. Motor voltage h. DC-bus voltage i. Unit temperature j. Calculated motor temperature k. Voltage level of analog input 1. Current level of analog input m. Digital inputs status n. Digital and relay outputs status o. Analog Input 6. Protective Functions a. The VFD shall include the following protective features at minimum: 1) Over-current 2) Over-voltage 3) Inverter fault 4) Under-voltage 5) Input phase loss 6) Output phase loss 7) Under-temperature 8) Over-temperature 9) Motor stalled 10) Motor over-temperature 11) Motor under-load 12) Logic voltage failure 13) Microprocessor failure b. The VFD shall provide ground fault protection during power-up, starting, and running. VFD with no ground fault protection during running are not acceptable. 1416-02 36483 Variable Fre9emey Drive 16483-7 Z :' —ENGINEERS— SECTION 16483 VARIABLE FREQUENCY DRIVE 7. Diagnostic Features a. Fault History 1) Record and log faults 2) Indicate the most recent first, and store up to 30 faults 8. Optional features to be included in the VFD: a. HMCP or thermal magnetic breaker to provide a disconnect means. Operating handle shall protrude through the door. The disconnect shall not be mounted on the door. The handle position shall indicate ON, OFF, and TRIPPED condition. The handle shall have provisions for padlocking in the OFF position with at least three(3)padlocks. Interlocks shall prevent unauthorized opening or closing of the VFD door with the disconnect handle in the ON position. Door handle interlock can be defeated by qualified maintenance personnel. b. 120 VAC control to allow VFD to interface with remote dry contacts. c. Motor over-current relay to provide sensing of a given level of load current. 9. The VFD manufacturer shall maintain, as part of a national network, engineering service facilities within 100 miles of project to provide start-up service, emergency service calls,repair work, service contracts,maintenance and training of customer personnel. i PART 3 EXECUTION 3.1 FACTORY TESTING A. The following standard factory tests shall be performed on the equipment provided under this section.All tests shall be in accordance with the latest version of UL and NEMA standards. 1. All printed circuit boards shall be functionally tested via automatic test equipment prior to unit installation. 2. After all tests have been performed, each VFD shall undergo a burn-in test. The drive shall be burned in at 100%inductive or motor load without an unscheduled shutdown. 3. After the burn-in cycle is complete, eachVFD shall be put through a motor load test before inspection and shipping. B. The manufacturer shall provide three(3) certified copies of factory test reports. 3.2 INSTALLATION A. Contractor shall install drives in accordance with standards listed in this specification. B. Install per manufacturer's instructions outlined in installation, operation and maintenance documentation. 1476-02 16483 Variable Frequamy awe 16483-8 Z E L —ENGINEERS— SECTION 16483 VARIABLE FREQUENCY DRIVE 3.3 FIELD QUALITY CONTROL A. Provide the services of a qualified manufacturer's employed Field Service Engineer to assist the Contractor in installation and start-up of the equipment specified under this section. Field Service personnel shall be factory trained with periodic updates and have experience with the same model of VFD on the job site. Sales representatives will not be acceptable to perform this work. The manufacturer's service representative shall provide technical direction and assistance to the Contractor in general assembly of the equipment, installation as specified in manufacturer's installation instructions,wiring, application dependant adjustments, and verification of proper VFD operation. B. The Contractor under the technical direction of the manufacturer's service representative shall perform the following minimum work. 1. Inspection and final adjustments. 2. Operational and functional checks of VFD and spare parts. 3. The contractor shall certify that he has read the drive manufacturer's installation instructions and has installed the VFD in accordance with those instructions. C. The Contractor shall provide three(3)copies of the manufacturer's field start-up report before final payment is made. 3.4 MAINTENANCE/WARRANTY SERVICE A. Warranty to commence 24 months from the date of start-up, not to exceed 36 months from the date of shipment, and include all parts,labor, and travel time. 3.5 FIELD TESTING A. Field testing 1. The VFD manufacturer shall perform harmonic measurements at the point where the utility feeds multiple customers (PCC)to verify compliance with IEEE519- 1992. A report of the voltage THD and current TDD shall be sent to the engineer. The contractor shall provide labor,material, and protection as needed to access the test points. The readings shall be taken with all drives and all other loads at full load, or as close as field conditions allow. 3.6 TRAINING A. The Contractor shall provide a training session for up to 2 owner's representatives for 1 normal workdays with a maximum of 1 trips at a job site location determined by the owner. Training and instruction time shall be in addition to that required for start-up service. B. The manufacturer's qualified representative shall conduct the training. C. The training program shall consist of the following: 1. Instructions on the proper operation of the equipment. 2. Instructions on the proper maintenance of the equipment. END OF SECTION 1416.0^216483 Veneule Freyuasy Drive 16483-9 _.... ZEL —ENGINEERS— SECTION 16500 LIGHTING PART 1 GENERAL 1.1 SECTION INCLUDES A. The Contractor shall furnish and install lighting fixtures and accessories as specified herein, and as shown on the contract drawings. 1.2 RELATED SECTIONS A. Section 16050—Electrical-Basic Materials B. Section 16450—Grounding 1.3 REFERENCES: A. UL 50—Cabinets and Boxes. B. UL 67—Panelboards. C. NEMA PB-1—Panelboards. D. Fed. Spec. W-P-115C. E. NEMA ICS 6-Enclosures for Industrial Controls and Systems. F. IEEE—All applicable standards 1.4 REFERENCES A. ANSI C78.379 -Electric Lamps -Incandescent and High-Intensity Discharge Reflector Lamps - Classification of Beam Patterns. B. ANSI C82.1 -Ballasts for Fluorescent Lamps- Specifications. C. ANSI C82.4- Ballasts for High-Intensity Discharge and Low Pressure Sodium Lamps (Multiple Supply Type). D. NEMA WD 6 -Wiring Devices-Dimensional Requirements. E. NFPA 70-National Electrical Code. - F. NFPA 101 -Life Safety Code. 1.5 SUBMITTALS A. Submit under provisions of Section 01340, Shop Drawings,Product Data and Samples The following information shall be submitted to the Engineer: 1. Dimension 2. Ratings 3. Performance data 4. Recommended mounting data 1416-02 16503 Lig6Gng 16500-1 ZEL —ENGINEERS— SECTION 16500 LIGHTING 5. Appearance 6. Lamp Data to include the following at a minimum: a. CRI b. Color Temperature 7. Ballast 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum five years documented experience. 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. PART 2 PRODUCTS 2.1 LUMINAIRES A. Acceptable manufactures are listed in the lighting fixture schedule shown on the drawings. B. Products in compliance with the specification and manufactured by others not named will be considered only if pre-approved by the engineer ten(10)days prior to bid date. All pre-approval request must be made in writing. C. Contractor shall verify all requirements as required to give proper installation per the contract documents and per codes. D. Fixtures shall be UL Listed 2.2 BALLASTS A. 'Approved Manufacturers: 1. 1:. Advance Transformer Co. 2. 2. General Electric 1 3.: Universal Technologies 4. 4. Osram Sylvania B. UL Listed C. Ballast to match lamp type and voltage. See fixture schedule. D. Make every effort to provide all ballast from the same manufacturer. Ballast within luminaries of a given type must be from the same manufacturer. 1416-0216500 Lighting 16500-2 Z E L —ENGINEERS— SECTION 16500 LIGHTING E. Fluorescent Ballast specifications: 1. Ballast shall be instant start 2. THD of less than 20%unless otherwise noted on drawings 3-. Power factor of greater than .95 4. Ballast shall operate from 60 Hz input source of 120V, 277V, or 347V as applicable with sustained vaiations of± 10% (voltage and frequency)with no damage to the ballast 5. Ballast shall be high frequency electronic type and operate lamps at a frequency between 20 kHz and 30 kHz or above 42 kHz to avoid interference with infared devices and eliminate visible flicker. 6. Ballast shall provide for a lamp current crest factor of 1.7 or less in accordance with lamp manufacturer recommendations. 7. Ballast shall have a Class A sound rating for all 4-foot lamps and smaller 8. Ballast shall have a minimum ballast factor for primary lamp application as follows: 0.75 for low watt, 0.85 for normal light output, and 1.20 for high light. 9. Ballast shall have a minimum starting temperature of -18°C (0°F) for standard T8 lamps. 10. Ballast shall contain auto restart circuitry in order to restart lamps without resetting power. 11. Ballast shall be manufactured in a factory certified to ISO 9002 Quality System Standards. 12. Ballast shall carry a five-year warranty from date of manufacture against defects in material or workmanship,including replacement, for operation at a maximum case temperature of 70°C. 13. Manufacturer shall have a fifteen-year history of producing electronic ballast for the North American market. F. HID Ballast Specification: 1. Constant wattage autotransformer or regulator,high power factor type 2. Single lamp ballast 3. Minimum starting temperature of-30°C and designed for installation in a normal ambient temperature of 40°C. 4. Use ballast constructed so that open circuit operation will not reduce the average life. 5. Ballast shall contain auto restart circuitry in order to restart lamps without resetting power. 6. Ballast shall be manufactured in a factory certified to ISO 9002 Quality System Standards. 7. Ballast shall carry a two-year warranty from date of manufacture against defects in material or workmanship, including replacement. 8. Manufacturer shall have a fifteen-year history of producing magnetic ballast for the North American market. 1-076-0216500Lighling .... 16500-3 Z E L —ENGINEERS— SECTION 16500 LIGHTING 2.3 LAMPS A. Approved Lamp Manufacturers: 1. 1. General Electric 2. 2. Osram Sylvania 3. 3. Philips B. All lamps shall be of the same manufacturer. C. Lamp type and color will be as noted on drawings. - D. UL Listed 2.4 TIME SWITCH: A. Time switch shall be a solid state electronic control capable of permitting 14 ON, 14 OFF set points to be distributed on independent daily schedules through a 7-day time period with 1 astro ON and 1 astro OFF set point per controlled channel. The time switch shall include a 7-day repeat feature for simplifying programming of identical set points. The time and set points shall be programmable to the nearest minute with a minimum ON duration of 1 minute and a maximum ON duration of 6 days,23 hours, 59 minutes. The timer shall have a digital lcd readout to show day of week,time-of-day, and date using 12 hour AM/PM indicator. The time switch shall provide a manual override control for both temporary and/or permanent override. Time switch shall operate over at temperature range of-40°F to 155°F. Industrial grade AAA alkaline batteries shall protect time-of- day for a minimum of 3 years,program information shallbe stored in non-volatile memory B. Switch configuration to be for two SP ST loads with circuit board jumper set to IND C. UL listing rating of 30 amp Inductive/Resistive, 120 VAC, 60 Hz D. The time switch shall be powered by a 120 VAC, 60 Hz source. E. The time switch shall be enclosed in a lockable steel NEMA 1 rated enclosure. F, The time switch shall be UL listed under UL 916 and shall be Intermatic model "ET8215 CR"or approved equal. PART 3 EXECUTION 3.1 INSTALLATION A. Install suspended luminaires as noted on drawings. Suspend luminaire at height indicated on drawings. 1416.02 16500Ligh1inj _..... . 16500-4 E L. —ENGINEERS- - SECTION 16500 LIGHTING B. Support luminaires equal to or larger than 2 x 4 foot(600 x 1200 mm) size independent of ceiling framing. C. Locate recessed ceiling luminaires as indicated on reflected ceiling plan. D. Install surface mounted luminaires and exit signs plumb and adjust to align with building lines and with each other. Secure to prevent movement. Installation of surface mounted luminaries shall be per manufactures instructions. E. Exposed Grid Ceilings: Support surface mounted luminaires on grid ceiling directly from building structure. Provide safety clips to secure fixture to ceiling grid, and locate at opposite corners of fixture. F. Install recessed luminaires to permit removal from below. G. Install recessed luminaires using accessories and firestopping materials to meet regulatory requirements for fire rating. H. Install clips to secure recessed grid-supported luminaires in place. Support directly from building structure. I. Install wall mounted luminaires, emergency lighting units and exit signs at height as scheduled. J. Install accessories furnished with each luminaire. K. Connect luminaires to branch circuit outlets provided under Section 16130 using flexible conduit as indicated. L. Make wiring connections to branch circuit using building wire with insulation suitable for temperature conditions within luminaire. M. Bond products and metal accessories to branch circuit equipment grounding conductor. N. Install specified lamps in each emergency lighting unit, exit sign, and luminaire. 3.2 INTERFACE WITH OTHER PRODUCTS A. Coordinate with air handling equipment to provide lighting layout as specified in drawings. 3.3 FIELD QUALITY CONTROL A. Operate each luminaire after installation and connection. Inspect for proper connection and operation. 1416-0216500Lighting 16500-5 ZEL —ENGINEERS— � 1 SECTION 16500 LIGHTING 3.4 ADJUSTING A. Aim and adjust luminaires as indicated. B. Position exit sign directional arrows as indicated. 3.5 CLEANING A. Clean electrical parts to remove conductive and deleterious materials. B. Remove dirt and debris from enclosures. C. Clean photometric control surfaces as recommended by manufacturer. D. Clean finishes and touch up damage. 3.6 PROTECTION OF FINISHED WORK A. Relamp luminaires that have failed lamps at Substantial Completion. END OF SECTION 14)6-02 16500 Lighting 16500-6 ZEL —ENGINEERS