HomeMy WebLinkAboutAugusta Utilities Department Project 9721
Augusta Richmond GA
DOCUMENT NAME: II U J U So ,A Ut-. LiTlE'S D ep.......,."., lC;V or- "pR.Q "TECT q '7:'1/
DOCUMENT TYPE: ~ 0 rV TR. AcT
YEAR: 1 qqg
BOX NUMBER: 7
FILE NUMBER: } 4:t.1 (.p
NUMBER OF PAGES:
;;q:;l
rl:
I
I
""1
I
I.
I
I
I
I
'I
1
"'1,
""1,
I.
,I.
I.
I
I
~ #/t/.>//P
AUGUSTA UTILITIES DEPARTMENT
JAIVlES B. MESSERLY WASTEWATER
TREATMENT PLANT
LIFT STATION - CONTRACT 2
CONTRACT DOCUMENTS
March 1999
Project 9721
PREPARED BY
2EL'
435 TELFAIR. ST.
AUGUSTA. GEORGIA
ENGINEERS
PHONE (706)724-5627
ZIMMERMAN, EVANS AND LEOPOLD, INC.
5'e+~ dq
,~
,'"
2 E 1E435 Telfair Street
. Au usta, Geor ia 30901.2494
Ted W. Ellis, P.E., Chm, of Board, Emeritus 9 9
J. J. Tllnkernley, P.E., President ~ E N GIN E E R S
J. R Armstrong, P.E., Vice-President
ZIMMERMAN, EVANS AND LEOPOLD, INC.
(706) 724-5627
Jorge E. Jimenez, P.E., Secretllry
J. T, Eubllnks, P.E., Trellsurer
C. D. Drown, P.E.
April 22, 1999
9721
To: Plan Holders (See attached List)
RE: J. B. Messerly Waste Water Treatment Plant New Lift Station, Contract 2
Gentlemen:
Enclosed please find the following:
1. Minutes of Pre-Bid Conference
2, Shop drawings of Owner Furnished
Pumps, Motors and Motor Controls
3. Addendum No. I to the Contract Documents
Very truly yours,
)m~]n, Evans and Leopold, Inc.
J. J. Tankersley, P. E.
President
Enclosures
JJT Int
Letter ofTransmittal, ADD No, 1 972l.doc
4/22/99
Page 1 of 1
ADDENDUM NO. 1
9721
TO
CONTRACT DOCUMENTS
FOR
JAMES B. MESSERLY WASTEWATER TREATMENT PLANT
LIFT STATION - CONTRACT 2
CITY OF AUGUSTA, GEORGIA
APRIL 1999
ZIMMERMAN, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS - APRIL 22, 1999
BID:
Page 3-5, D. SCHEDULE OF EQUIPMENT INCLUDED IN BASE BID:, :TEM 5., under BASE
BID, ADD (D) WHIPPS, change" (D) Substitute" to "(E) Substitute"
SUPPLEMENTAP,Y CONDITIONS:
Paoe SC-9 - Paraqraoh SC-24 Owner Furnished Eouioment:
CHANGE: "July 10, 1999." TO "July 16, 1999."
Paoe SC-IO
failure:
Paraaraoh SC-25 Beneficial Use of Partial System; Penalty for
CHJI.NGE: "July 10, 1999" TO: "July 16, 1999."
SPECIFICATION:
SECTION T-8 3UILDING ACCESSORIES, Page T8-1:
DOORS, FRAMES, ?.ND ~~~DWARE: Paragraph HARDWARE: ADD:
Group No. ' - Keyed Entry from outside, panic hardware from inside
Group No. 2 - 3l~nd or no entry from outside, panic hardware from
inside.
Group No. 3 - Passage from outside, panic from inside.
SECTION T-13 GATES AND OPERATORS, Page T13-1:
G2NERAL: ADD ahead of "specific": All Gates shall be designed for a
static head of 20' .
EACH BIDDER :S REQUESTED TO ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 BY ATTACHING
THIS COPY TO THE =RONT =LYLEAF OF THE CONTRACT DOCUMENTS AND NOTING RECEIPT OF
SAME ON PAGE 3-1 OF THE 310.
END OF ADDENDUM NO. 1
ZEL PROJECT #9721
9121 ADD NO, l.aoe
James B. Messerly WWTP Lift Station
Contract 2 - Pre-Bid Conference
April 19, 1999
1
Attendance: Attached Discussion by ZEL Engineers,
Originally what we planned to do was to answer Contractor's questions, Do you have
any? No, Well, in that case we'll just get it on the record so that plan-holders will get a
copy of the minutes and this is an opportunity for us to give Contractor's information on
questions about the project:
Description of Project: This project is about adding a new lift station in an existing
structure at the James B. Messerly Wastewater Treatment Plant. The plant has an
operating lift station presently, which is shown on the drawings, The new works will be
built adjacent to existing lift station, This station will have submersible pumps, We have
a compliance date of September 1, 1999 on regulatory compliance. By that date the new
lift station must be operational. There is a section in the Supplementary Conditions that
we address the need to have 4 pumps operational (SC-25 - Beneficial Use of Partial
System Penalty to Failure). What we have there is a requirement that the Contractor
construct the works in a manner to allow operation of one wetwell and 4 pumps for it's
intended purpose, which of course is to pump the wastewater up to the plant by
September 1, 1999. That means that on that date we need to be able to use one of the two
wetwells that are going to be built, with four pumps that are operational and capable of
pumping to the wastewater water plant splitter box. If we can do that on that day for 24
hrs, then we have met the regulatory compliance date.
Subsequent to that we can take those off line in order to complete the other four for
whatever purpose, means, and methods the Contractor feels he needs whatever process
he uses to complete the job. We have given a lot of thought to the ability of any
Contractor to get this done. In order to do that, the first thing you have to have are the
pumps and the electrics for the pump and there was not sufficient time for the City to go
out for bid with Contractors due to the amount of time it takes to get the motors and
pumps built and motor control centers. So the City went out and they are purchasing all
the motors and pumps and motor control centers and all the appurtenant parts needed for
the pumps to be operational. These are on order all ready and they are going to owner
supplied equipment. We will send all the prospective bidders/plan holders copies of the
shop drawing that were reviewed for approving the purchase of the pumps, All of that
will be sent in the first Addendum in the package going out this week to all plan holders
so you know everything we know about the equipment that is coming. Since we wrote
this there has been a slip of the calendar, we had indicated that the pumps will be
delivered on July 9. Because of the time it takes to do paperwork, place orders, etc,
before we could get the proper flag-down on the pump supplier, the date now is July 16
for them to deliver the material. So, obviously there is going to be a change in the date
that the equipment will be available to the Contractor and that will be in the addendum as
well. The equipment will be available on July 16 instead of July 10. Obviously we may
not need to change it because we said that if the equipment is not available on the date,
then we would extend the September 1 deadline. We are going to have to compress the
Contractor's time in order to still meet the date of September 1.
James B. Messerly WWTP Lift Station
Contract 2 - Pre-Bid Conference
April 19, 1999
2
We looked at how a Contractor could build this. In this job we have about 10 different
stainless steel fabricated gates, all kind of different things that you don't need to make
four pumps and one wetwell operational to the bypass line. In other words, in order to
meet that deadline we have looked through it and have determined that it's doable as long
as the pumps, motors, control centers are here on the date they are supposed to be.
The biggest challenge in getting the electrical building ready to receive the equipment by
the time that the equipment will be delivered.
The wet tap should not be a big deal. It's a wet tap ofa prestressed concrete pipe force
main that comes off of the existing lift station. That's critical, but certainly the wet taps
can be done before mid August.
Ifit wasn't for the September 1 regulatory date we probably would not need a meeting. It
would be just be a straightforward project. If the City doesn't meet its date, it's subject to
fine up to $10,000 a day. So, that's the reason there is a penalty associated with not
meeting Section 25 that says that by that date we will have 4 pumps and 1 wetwell.
Obviously if you have 4 pumps you have to have 1 wetwell. We want to get to that point
to meet the letter of the compliance schedule. Example, if none of the gates have not been
installed that the contractor would proceed to shut down the wetwell and 4 pumps and
continue with the work.
The critical issue is that the existing lift station is operational and while it's got
considerable problems we do not anticipate that it will cease to function and it will
continue to work until the time we are through with this project. So, the most important
part of the information we are trying to get to the Contractors is the information about
what is the significance of the date and also about how the owner supplied equipment
came about and what is it. All of that will be included in the package.
Question (from Heavy Construction): Are the discharge elbows going to be shipped
before the pumps.
Answer: They are going to be shipped at the same time. We will send the shop drawings
that have been approved for the owner purchased equipment.
Question (from AquaSouth): How quickly are you going to turn this contract.
Contract is scheduled to be approved within 2 weeks of the bid from the commission.
Will be approved on the 4, which is five days after the bid. We don't have to have
contracts executed to give you authorization to proceed while we process the contract.
Question: How long will it take to receive bonds?
Answer (from AquaSouth): Three days.
It has been questioned why have not have a reward for early meeting of the regulatory
date. If you have a penalty for being late, why don't you have a reward for being early:
There is no value to the City of being early, they don't gain anything by it. There is no
benefit to the owner.
James B. Messerly WWTP Lift Station
Contract 2 - Pre-Bid Conference
April 19, 1999
3
We wanted to make sure that there was a way, at least one way, to build this project
without having any bypasses of any kind. We wanted to make sure that whoever
designed this, that could be done. We went through it and determined that if we can
come up with a sequence by which there is no bypasses of sewage, the contractors can
certainly come up with at least one sequence at which there will be no bypasses of
sewage and we did that and illustrated it by putting it into the documents. As one way,
and there may be other ways, by which this job can be built without any bypasses of
sewage. What that means is that we have built into the design flexibility of where to put
the sewage for periods oftime when you may have no choice but to have a bypass. The
flexibility was put into the design to send the sewage directly to the equalization tank
without going through the main force main, by going straight through the 10 box and you
don't know what that means until you look at the drawings. Another critical issue is that
there will not be any bypasses of sewage for the construction of this work and we are
convinced that it can be achieved and that it's relatively simple to achieve for any
contractor who will plan out his work and go through construction management of the
project to identify all the key things that have be in and when. If you do your homework
in the beginning you shouldn't have any problems achieving that. But there is
Supplementary Conditions. I implore everyone to read all the Supplementary Conditions
because that is where all the different stuff that you don't usually see is. All
Supplementary Conditions need to be read carefully by the contractor.
Supplementary Condition 6 - No Overflows
SC - Interruption of Plant Operation, please read it. Any interruption of the plant
operation has to be coordinated ahead of time and has to be in accordance with conditions
in the contract.
Mr. Dwight Hobbs will be the Resident Project Representative on this project. He knows
everything he needs to know to help the contractors coordinate, plan things. He is a
fountain of information and has been there a long time and knows where most everything
IS.
The owner furnished equipment: we will be sending information regarding this.
Supplementary Condition 23 is the guide for sequencing construction which is only a
possible sequence - you certainly don't have to go by that one, it was put there just to
show that it could be done. These pumps are submersible pumps, German KSB pumps.
When you look at the drawings you will see where the motor control building is. It is air
conditioned and filtered (air purification system) in it.
Back in the 80s, when the front end works were built, the grit chambers and bar screens
that are being used today, that was the time when the structure that this lift station is
going in ceased to be used. It used to house the grit chamber and bar screen for the plant
and we built new ones in the early 80s and moth balled this structure. At the time that
was built there was a bypass line constructed to aid in the construction and with this
project we are re-activating that bypass and keeping it as a bypass. At the very front of
the plant there is a box that has a concrete bulkhead poured in front of the pipe, as part of
James B. Messerly WWTP Lift Station
Contract 2 - Pre-Bid Conference
April 19, 1999
4
this contract you have to remove and put a gate on it. We gave a lot of thought on how
you were going to do that, you will have to bulkhead it in a way to allow you to take out
that bulkhead with a temporary bulkhead. We think the drawings will guide you when
you sit down to figure out how you are going to do this and you will see that it can be
done. But that is critical to meeting the September 1 date because without that bypass
line there is no way to do it. So the bypass line will be the way to get the job done for
September 1 without it, it cannot be done. You will need to look at the work that needs
to be done at the plant inlet in the control structure. That's a critical part of it. That will
allow you to use that existing bypass line and bring to the water to this new lift station
around the back of it, and by doing that I am certain you can meet that date.
The first bypass I was talking about earlier was an overflowed discharge of sewage into
the stream. This bypass is actually a bypass structure pipe line which takes the sewage
out of the existing front end, it's not an actual bypass of sewage, it's a bypass route. It's
an alternate route so the sewage gets to the new lift station structure.
Question (Heavy Construction): Can we get into the plant.
Answer: Yes
There will clarification on the door hardware in the Addendum.
Question (AquaSouth): Regarding electrical feed.
Answer: The electrical feed this is a complete new room. Free standing.
You have to bring power from where it is to the new building and run the power out to
the pumps. The electrical panels are supposed to be delivered at the same time as the
pumps. The transfer switches are manual so they should be pretty easy to acquire from a
local supplier.
Question (AquaSouth): Who was low bidder on pumps.
Answer: KSB. They bid it directly.
The pumps are supplied with cable which will go to the top of the wetwell and connected
in to a panel for each pump. Control cables are water proof sealed and will be shipped
with the pump itself. There is also a crane, overhead supplied
Bar screen may not be delivered by September 1. Bar screen is used just when you
operate the bypass line.
Question AquaSouth): Will all the pumps be here by July 17.
Answer: Only 4 pumps. The other 4 will be within 30 days after that.
Question (RPR): How many total pumps will there be.
Answer: 9.
J.B. MESSERLY WASTEWATER TREATMENT PLANT
LIFT STATION PROJECT
PRE-BID MEETING
ATTENDANCE
Name
Company
Phone No.
J)/u~ 0; /;bJhb s lv IV ;-P If .::^f" c1,,...[ /I-6;1,-r tit f /06- 7'1:; -/{;9 ~
" Jr;fh[ ( /I/II/-f II- f 1. Z'. L L 706- 7'l V---I b Z 'J
'-.) -
rn ;J. 0_ ./ 0 " r r- ~
f! r / ~ ) c...""";'::""'- (/- L....?:~. ~ ( I r .-'.1 <...,C{......":;'j ~.'-.'" .. ~.~; - I ~ -;) )/,;,:. y
~jn ev:Jn '7 C -;i:-GI- 7<7&- 7z'I- 5"(;7-7
6L.D71 A1 o6LU:... P-
Ht3.Av '( CO,Jt:5rP-ut'JOfC- S
770 -ifJ..? - 070D
-, C; l., - 50 1"2-.
'Rus. lU Mc-M I u....o~
A~~ ~s~ U td;~.(s
~~~ UT1U-r1~
,,; - ~L{8
-';IV' w\~ AV'Ae'~ r
HOt v-o\J 0J l4.-
-
J f J / (4"-1t<:C-f.2.5L G-i
AcpUGlf~v;t, ~lvJ~~
D; I Z - 9~C;;-/ Z)'O
cG- L--
7v& 7zLfSl,Z7
(
'ZEL, ENGINEERS I
'.- ....,.
ZE ~435 Telfair Street
- Ted W. Ellis. P.E.. Chm. of Bollrd. Emeritus ~.. Augusta. Georgia 30901.2494
J. J. T~nkersley. P.E.. President 'E N GIN E E R S
J. R. Armstrong, P.E.. Vice-President
~
Jorge E. Jimenez. P.E.. Secret~ry
J. 1. Eubanks. P.E.. Tre~5urer
C. D. Drown. P.E.
ZIMMERMAN, EVA...'lS _~'fD LEOPOLD, INC.
(706) 724.5627
April 9, 1999
9721
Attn: Mr. Tim Tressler
KSB. Ine.
Eastern Regional Office
140 River Oaks Rd.
Center Cross, VA 22437
Attn: Mr. JIm Moniss
Southeastern Engineered Equipment Sales Co.
7001 Peadltree Industrial Blvd., Suite 130
Norcross, GA 30092
Re: Bid Item No. 99-043
Augusta Utilities Departmwt-Augusta, Georgia
James B. Messerly wwrP Lift Station
Equipment Purchase for SubmersIble Pumps,
Motors, Motor Control Centers, and Control
Gentlemen:
This is to serve as notice to proceed in accordance v.ith the Augusta Commission action of .-\pril 6. 1999 in its
regular meeting which approved the purchase of subject equipment in the amolIDt of four hundred ten thousand
four hlIDdred thirty four dollars ($410,434.00).
The Purchase Order Number is ZEL 9721-00 1.
The terms and conditions shall be as provided in the specifications, addendums, and Purchasing Deparrment
advertisement. The alternate proposal and clarification by KSB of March 25, 1999 is accepted as it modifies the
original proposal except Paragraph E. The delivery date is changed to July 16, 1999 per verbal communication
from Jim Morriss of Southern Engineered Equipmwt Sales Company.
If you have any questions or need any information please call.
Very truly yours,
\immaman. Evans and Leopold., Ine.
j~~~
President
cc w/artachments: Southeastern Engineered Equipment Sales Co.
Attachments: KSB Proposal Clarification Cover - Approved
Sta-Con Bill of Material- Approved
JIT:hnt
ml-Equip Ltr.doc
-.3r :;c
Gerltlemen:
..: . '"
~C"''''''.3~c'''(:
KSB bJ
BID PROPOSAL
KS8 INCORPORATED
INOUSlRLAl & WATER ENGINEERING DMSleN
lAl'l 'lM>1' ~. K.::zl ~
Carner C. 'tI5O , VA 224::l7
7ele:. ~77
FM~40
:: M::lil: ioz.OCIIT'o@cn"::link.t'I4;'!
REFERENCE:
AUGUSTA UTILITJES DEPARTMENT
AUGUST A-R1CHMONO COUNTY, GEORGIA
DATE:
March 25, 1999 / 8046851708
BID REQUEST:
JAMES B. MESSERLY W'NT? LlFT STAT10N
EQUIPMENT PURCHASE 1
ZEL PROJECT 9721
Pursuant to 3 c~nversatjon witt1 Mr. J. iankersley. ? .:. OT L.::~. inc.: KS8 inc. would
resoectiuily offer the following c:ariTications tC its Bid Proposal for its A.ltemate Design
P'..Jmps
AL iERNATc SID:
Quantity eight (8) plus one (1) spare KS8 Model KRTK 350-420 I 1206X explosion prcof
submersible pumps per the following detailed technical presentation and furnished with
tne fOllowing features and ac-...essories:
1 .
8) 14" X 14" Cast Iren Discharge Elbows
30 ft. power and control cabie
Series 434 Stainless Steel Casing & Impeller Wear Rings
Lower Bearing RIO's ~VED 0 REJECTED 0 REVISE AND SUBMIT
TaU SS BaiVHandle 0 RJRNISH AS ~rED 0 SUiMIT SPECIFIC ITEM
The pump- is iated 143 Hp, 460V, 3 phase. Scr~ID~ tiiqjiAeral confonncmce wtth the
ASTM A 4.8 Class 408 Cast Iron Impeller & 1~~~(1)foject and general c:ompliOi'lce
. . . . Wl'tl, -Ihe-i.;;;rm~ g/l.oen In Ihe Contract Documents.
MOIsture Leakage Protecnon - Stator CavIty Couwdfone or comments made on the. shop' drawings
Sealed Cable Entry during tlUa ~I- do not relieve contractor from
...... . . . complicmce ~ tn., requirements of Ihe plans and
Seal Leakage DeteCtIon - Float SWltcn spedflcatfons. i: :lproval of a 'pecific ilem :11011 nol
Motor Temp Sensors / Thermistors induo. approw:j of on assembly of which Ihe item Is a
. component. Contractor is responsible for; dimensions to
be canRnnect and correlated at the jobsite; infonnation
that pertalnstohlly to the fabrication processes or 10 the
means, metftoda, tedln/ques, sequences and procedures of
conltrUdlorr, coordlftano., of lhe Work of alllrodes; and
fer perfonnlng all worlt In a safe and sa1lsfadory manner.
2.
3.
4..
...
-.
O.
7.
8.
9.
10.
11 .
?age 1 of 7
~~'ANDLE~..
DatIl Ply J. j . (
roar .::::> ;:l:;l 1.::; c::.p
OU""""~vOc..~U
ACCESSORfES:
1. 1) Motor Control Center Complete per Specifications by ST A-CON, Inc.
EQUIPMENT CERTIFICATION:
1. Certified Performance Curve
2. Hydrostatic Test / Non-Witnessed
3. NPSHR Test
4. Materials Certification
5. Vibration Testing to HI Standards
Included
Not Included
Not Included
Not Included
Not Included
SPARE & REPLACEMENT PARTS. & TOOLS:
1. 1) ImpeJler Puller per Part ~A., No.5 to be considered as a required
.Special Toolo.
CLARrFJCA TIONS:
Due to the demanding time constraints of having to assemble pricing and
scope's of supply in an extremely short amount of time; and; due to the timing of
the bid requiring the transmittal of bidS by Overnight Express Monday morning
so they would be able to be assembled with Control documentation then
delivered to Augusta-Richmond County in time for bid opening; certain
information was not able to be confirmed from KS8's factory over the weekend.
This information included certified deliveries, certain scope items, etc.... The
result was that very conservative assurnptions were necessitateo to cover the
eventualities of a SSOGO/day penalty payment.
This document then, is respectfully offered to clarify KSB's scope of supply now
that factory information is available.
A AJternate Bid I Testing:
Offered under the bid are Certified Curves for the supplied pumps based
on like pumps. In practice, the first pump is produced and fully tested for
compliance with the specified requirements. The other eight pumps are
then only mechanically, electrically, and hydraulically tested to insure
complete mechanical, electrical, and watertight integrity, but not sent
through full certified testing procedures that require lengthy setup time
and calibrations for each pump.
Page 2 of 7
p.~
.l:~~
-~ -~ --'--r-
oU"""voc:"u
p , 4
After one pump is fully tested, the other eight pumps are only certified to
be exact duplicates to the first pump per ISO 9001 certification
requirements. In fact each pump is run tested after assembly to insure full
operational abilities; but; no full test certification is offered.
8. CAST IRON Impeller & Intermediate Casing
KS8 offers ASTM M8 Class 408 cast iron impellers and intermediate
casings. This material is recommended under ASME guidelines for
pressure casings. It has a Brinell Hardness Rating (BHR) of 220 and is
well suited for the application.
C. lowor B~rin9 T emperaturo S&nsor - Only
KS8's standard design for this size pump is to supply a RTD temperature
sensor for the thrust bearing only. This is a dramatic upgrade over simple
thermistors normally used by other submersible manufacturers. As an
option. KSB also offers an RTD for the upper bearing_ For this Alternate
Bid. KSB is offering it standard design which substantially reduces lead
times.
D. Guaranteed Delivery Times
Because the bids had to be assembled over the weekend when KSB
could not have discussjons with its factory, conservative lead time
estimates had to be considered. This resulted in me inclusion of heavy air
freight costs so that deliveries could be accomplished in the specified
time frames.
KSB now has those lead times confirmed and can now offer Augusta-
Richmond County as substantial reduction in the bid price for this
Alternate Bid that directly relates to the need not to include air freight.
This reduction is reflected in the Bid Proposal Summary,
E. Penalties
Sta-Con, Inc., the control manufacturer used by every bidder on this
project, can not guarantee delivery of its controls if not approved and
orders placed by 24 March. This was duly noted in the bid documents
with MCertified for Installation" drawings included in the bid form.
That date has passed. Therefore KSB Inc., cannot now guarantee
delivery of all equipment to the job site by the required delivery times.
Please note that for every day past the 24th of March, the specifications
require a $5000/day penalty assessment. Please be aware that KSB must
Page 3 of 7
Mar .::::> :::i~ 12:21p
8044438240
p.5
pass this cost on to Augusta-Richmond County. The bid proposal price
offered, that reflects the deletion of air freight for the pumps ( still to be
delivered to the job site by the specified time), does NOT include ttle
penalties assessed due to the late deliveries of the controls. Therefore
KSB has no option but to notify Augusta-Richmond County that these
penalties must be passed along as an adder to its bid proposal at the
same rate as assessed by the County to KSB Inc. If these penalties are
forgiven, then KSB will not include them in its bid pricing.
KS8 apologies for this requirement but points out that it has no control
over the lead times of its sub-supplier Sta-Con, Inc.
OPERATING & MAINTENANCE MANUALS:
Six (6) copies of the KSB "Ooeratina & Maintenance Manual" are included in the
pump prices as specified.
INST AlLA TJON MANUALS:
Six (6)copies of a KSB Jnstallation Manual are induded in the prices as
specified.
WARRANTY:
The manufacturer warrants the pump and motor to the Owner against defects in
workmanship and materials for a period of seven (7) years under normal use
and service for municipal wastewater applications. A copy of this warranty is
attached to this proposaL
KSB FIELD SERVICE:
The following teCl'lnical assistance is included in both the Base and Alternate Bids, by a
KSB Trained Field Service Engineer:
Pumos:
Two (2) trips, of one (1) days duration each - total two (2) days at the job site based on
an 8 hour day. Monday tt1ru Friday during normal working hours. Extra time, overtime,
and layover time is an additional charge.
PRICE:
51000.00
Page 4 of 7
,"'ar ~::; ::;,~ 1':::: ~2!.p
dU.o+""vdc:.,U
p.5
Controls:
Startup and erection supervision is included in the pricing to KSB for the control~ with
no breakout in time or per/event costs. If awarded the project, KSB will ask Sta-Con,
Inc. for this breakout for presentation to Augusta-Richmond County.
SHIPPING:
Pump Weicht:
KRTK 350-420/1206X
wI 30 ft. cable & Claw
=
4070 Ibs. ea.
Discnarge Elbow Weiaht: 14n X 14n
:=
750 Ibs. ea.
Weicht Der Dump I Including Packing:
Includes elbow
=
51701bs.
PAINTING:
In compliance with Specification Part "A", Number 4, b: KS8 attaches its 2 part
epoxy paint specification that has been previously submitted to ZEL for prior
consideration.
Page 5 of 7
t I.of ~....... .;;).;;:) ....:.. ':"';"f-'
;;.; v ---: -~ -,. ....... 0 '- r V
,...J. .
Kse INCORPORATED
INDUSTRIAL & WATER ENGINEERING DIVISION
14) RiYer Oalc:s Road
Cet'ller Cross. VA Z2Cl.!7
T eie: !l()4.443.(jJ77
FAX: 8C)A-~2<<:l
EMaiI: kSCltim~crossUnk.nel
810 PROPOSAL - PRICE SUMMARY SHEET
AL TERNA TE 810
Total Alternate Bid
$410,973.00
ADDENUM #1
Received 12 March 1999
DRAWING SCHEDULE
1 week
INSTALLATION MANUAL DEL.IVERY -
J weeks after receipt of PO
o & M MANUAL DELIVERY
6 weeks after first issue of
certified prints
DELIVERY. AL TERNA TE BID
Eight (8) 14" X 14" Elbows
1) Motor Control Center
4) KS8 Pumps
5) KSB Pumps
14 weeks after receipt of Order
-9 July 1999
9 July 1999
10 August 1999
*Note: If drawings and associate<] cut sheets, included in this bid proposal
marked. Certified for Installation" are approved and released by March 24, 1999
As this date was exceeded - SEE Clarifications. -
PRICE BASIS FOB - MESSERLY Vl./WTP
PRICE VALIDITY 31 APRIL 1999
PA YMENT TERMS As Specified
Page 6 of 7
I-ldr- .::..~ '::'v .:.::::..; .::..c;.fJ
.~l...J"''''''''''!'..;IdC::'''U
,e. '::
Prices and documentation compiled by Tim Tressler - Eastern Regional Manager - KS8
Inc. Questions and inquiries should be directed to him at:
Phone: 804-443.63n I FAX: 804-443-8240
KS8 Inc. appreciates this opportunity to offer its equipment for your project. As we can
be of any assistance please let us know.
Respectfully submitted,
KSB Inc.
~~
~~'
~f~/
/ /
. Tim Tressler
Industrial and Water Engineering Division
Eastern Regional Manager
Page 7 of 7
Ii
-
-
eA
~i
~
-
i~
,,!
~~
-f
~~
~f
ift
1
-
~A
I~
f
-
~d
j~:iljP=U
fUt} g~:.
~"%.....!.JQ
~~~!h~!I:
I"~':;~ ~
~ftj.". ~:
-a I !.~:s :I"
Ufll ~W_ ~
$<~ of
.~lf
':
zOO
("J~
~~
;gl
:an
~o
~='
~:::
"rl~
~!'l
co
~izl
~;1
..
c:
..
JO
l\:lg>
c.n~c::
~zC")
CJl~C
c:,..:) UJ.
I r::,,-3
-->>
N>-3
~~q
c:.c >
CJ:) t::l I
~!;tl
O~~
~~tr:l
-:3~CIJ
. UJ.
::ot%j
~::t1
-~
5~
2:
ac----
~..cl-'&
i3Z"!;;
.-~1I_1I
~~i;2~
__ ~S
;~i~li
_~.....a
'"iI" ,
. fd;~
i~~~i
!~9g~
!~6=!
::h~:
-al~
b;;:!:I
- "'~'t
~~~ ~
666t-St-~
U::01
NCD-\::llS
:>NI
aGe 86G .!.eV
d
017/G0
ZZ
~n
in
w:J
Il,
~...
!
II
."z
~fl
-~
N
~i'I
~n
.
"'-:-
..
~~
w~
'"
."
~
.
:l~d
-O..........,..n
.'f~.:xiPoEi:a
;a;.f'~n -l1i~
j":: /i'" i2~~:::;
~1U;t2;;:;E%.;;;
~:~~~:!.Ia
. ,~. !I- lll:Jlll....
ii~~;~~yi~
::- ....o;iow!~
~~~~~.~ nF
D. ... ,.....~ p'"
"ii~~1. I!;
:: f ~:~ :(a
.~I _"'_ Z
." ' . .
.... , II.
<o6oc..... .
: c: g~ .f
..."'~
".-.,
..:-
-00
~c--t"
ilg,
"'1
ilC")
~O
g;~
~..
~'"
....
~'"
~""
. ~
;:!!a
....
..'
..
...
..
...
N:5>
c.n~C
i\;zc;i
Ql~e
WI rn
1t::1.....:l
->:>
N~
~~c;i
CO >-
t:I) 0 I
n~
O~~
~:Zt:rj
~~rn
. (f1
::o~
t2:l::o
:::~
5~
z
.JD
~~:J=~
-~ii~C
lIi~ ";
:!;.. Alii
~ill"i
~~igi~
I ~6u
~Ilii""
~~!J~~
i.~X=
~lcQ~
l~~n
=ell~~
":~!~
b::-=
~~ri
666't-S't-~
en
Gf:
N(XH:HS
JNI
1.0V
ace 862
d
0P'/E0
lJO I J!J';Id
"E"O~GG' l:)a('O,Jd 5,\-UaWa"o,Jdwt 6lioE.1 02
dJ......... ~1,Ja5s.,)W 'a i "I.(l ,JO.:/ pa,Ja.:/JD , -I
SlD"lUO~/~Jk aYl ,JD.:/ ~~a,J,Jo~ O~aq so
. ___u_ Y~\I<J,Jj )!:JI(I ":JUt UOJ-lIH I
.(c\ ,;!olljn.,Ja:J SI 5U,MlI"P/lUI..d S~l.(l.
C"O-66 . 'dtnO:3 s.H3S';IH:Jllnd
~'6 l~3iC~d S1l33NI~N3 13Z
('0-66 II WJ.U IIIR
A1NnOO aNOHHOlll - ';I1Sn~n~
.NDWH1V.l.SNI IlOJ 1I31J1.1.~3J.
i;iii=~ ~oalB 'Yllln3N NI~H - a
-~~"!" S!)nl ~3^Od NI~H - I
~. II I
~~i;9 Al!"M Al1W lno.l.ln
__ ...3
-..&_C
ii!ii~
..~... ..
v"li" ~
'h$h
!.;;ji=
~Ia~g
. ,,-~
~........~
"-:;~9:!
=~i_'"
~Di:q
h~:=
~;-~~
~2v .
-00
~c-
Op:l
19\
On
~o
~='
~E
~..
~c., . .
. Q
....
..!ZI
':-t ~
l: D
...
~
.D .g
N <:) > . .
cJl -:l c::
1-olo l;>;1 2 I
N :z c;-J
CJ1 P c:::
l:..:J (IJ
I t:::' """'3
,.... > >
N -3
I t'Ij
co ~
~ >
UJ CI I ~3)f1;;'3~e NI\;IW
n ~ JJW
0 a:
~ ~
""'-3 Z ~
~ tIJ UJ
-< UJ
::tl M
t%:l ::0
-<
- ~
en
- ~
0
~
666t-St-~
Bt
~
NO:H:llS
JNI
'-ZCZ I36C l.BV
d
Bv/~
O€
;Cl-O-&611 l::JarO.l~ :au.!lw.a^o..ldUl 6661
dU\1'\ ,til.la55aH 'S or a"1l .10" ,:l.l..olJjo
!;10.l~\loJIJ:l'" aLl. .Jo" l:Hl.J.JO::J BUlaq 5'0
. ------ \,pu.l.lJ >\:l!Q ',ul ~-~+S
,tiQ p~j!+.J.a::l 51 BuillO.lP/+ul.ld SI"ti.
e; "0-66 . 'dlnOJ S.~3Svt-O~nd
12L~ lJ3rC~d S~33NlnN3 13Z
Cl>a-66 II l'l311 !ItS
A!NnO~ aNOHHJI~ - V1Snany
.NOU'Ill'llSNI i!lOJ G3UWI3:l.
J~"'d
JCI
===
l=:::l==
oBE5E5o
=[:::::1=
===
===
===
"
dl!l!S 1'lNlW~3J.. Sl - 91
( ?J3H:t'llS 311l1S arms tsSS - ~I
~O!:lV!NOJ ~NI!~CHS tJS - "I
~O!:JI;4J.NlJ:J NOUI;410S1 ~OlI~VcN::J 2:JI - CI
S.lO 11'1 i!lOlJV 1NOJ NOr! vleSl l:Jl - C!l
1 A\fUQ 3WU tcI1 - 01
a "'\113~ 2~ - (,
1 .l.V13t1 l~ - 8
~:J01B 3sn.J J - L
i!l3Wi!lOJSN~i!l1 ~J~Od 'OtllNO:J !dO - 9
t13~V3t1S ~OlOH BH - S
:3"UI!J N1JUII1UN:l^ - t
Nil.:! NOllv1HN::lA - C
t13WHV~~etld~AVldSta SSS - 2
~lV~3dD ~3~1I3t1B t1010H - I
AtllIA AIofW WOA",l
~~;j!~i
~ ""~w~
~ill~i~
-~~i:
ii5iii
~tiiI....a
~~;~~~
Y.;;~=
!3~9~
~~e~!
~ i-
~E!1I--
-a~1il
~:~=;;
ll"" ~
D~
--..
as .
IE1III
g
2
Zl
~
T
===
===
===~
ol=:::l==
==8
88=
===
E
D
dwnd
JJW
(8-1)
[j
S
iiI
~I~~
91 I
ITIDJ0
zOO
n~
g~
~l
::cO
~O
~~
~..
."...
Q"
."tIl
~f'l
C)
~iz,
o~
..
..
..
Co
..
1>1
~ c:'>
No
O'1~C
~~
NZc;i
O'1!='C
c:..J UJ
I I:::,..-j
->>
No.3
J,tr:lC;;
eo >
U"J 0 I
8Sa:
~ZtJ:j
-3~UJ
. UJ
::oM
~:::o
-~
5~
z
666 't-s't~
~:e't
t-m-tllS
JNI
8GG l2V
1,<:2G
d
et>/S0
08
Q
~
~ ~ ~ ~
, , ~ ,
~~~~
e ~ e ~
3!l'ld
.'nO-6611 p.lfo.Jd SlU.llolaAO..ldwl 6&61
dll'll'l ,(l..lassaw '1[ 'r <l<,n. ...oJ P".I"JJo
SIOJlUOJ/J~H aYl ..IOJ ~~a..l..lo~ ~aq 50
. ------ 4::lU,).JJ ,,::110 "::IU! UO:J-ll:!.S
,(q Po'/!J:l.la::l 51 6U1M'O..IP/lU!.Jd 5!L.(,L.
E~O-66 II 'diM) S.1l3SIIH:Jllnd
I~L6 133rmtd S~3JNI!JN:J 13Z
C~O-6& .. H31l [Illl
A1NnOO aNCHH:JIll - ~lsn~nv
.NOI1~'1~lSNl llOJ aJIJl.L1l3J.
~!ir=~
-=a'"!"
~;..5 ~
~~ii(9i
-- ~~
;~i~i~
.....1iI~__
- a- ,
5!f!~U
" --"
"1~jI;i
~ ~"....
=":"b
EEIi~1i
""=~i;;
~~!iI.::
-.Ell
h;::
B!f~
-en
~<'*
~~
"Ill
~C":l
~O
~:l
~$
~...
~f"
o
....
too!"
''1
~.
..
c:
..
C.JC
~ ~ ~ ~
~ ~ ~ ~
~ ~ ~ ~
~ ~ ~ ~
~ ~ ~ ~
lOCllNOJ
JJW
D
-
~
l\j~>
CJ'1~e
-
NZ~
CJ1~C
C..:l UJ
I cp-..,
->;>
N>-3
~t%:lC":J
CO :J>
00 t::l I
n:=tl
o>!;?'
-3=E~
~ZtIj
~-"" t::r:l C/'J
-:-='--<r:n
::ot%j
~~
-t""l
S~
:z
666t-St-~
en
IT
NOJ-~lS
JNI
l.~ 86G l.et::'
d
0V/90
0
~
~ EJG~[3[3[j
~ I
~ ~ ~c:
~GJ 8
[;]
~ : I
~ : I
~ _ J~~~~~~
- I
I~,~@D
JNI Nm-I::::llS ~:01 6661-S1-~
;r70-6&1I ~;:l"rg"d sluawaAo..dul 6661
dJ.I'\1'I .(l.-.)SS.aH '1l or a4~ ..Q~ p"....;JJO
~lo..1.Ug:lI:J:JW aen. ..0:/ :j.::l4>....o;:l 6ulaq Sll
. -----. I.(~".:! >PrtI ':JUI UO'-ll~S
.cq pJIJll..la:l 51 6U!Mll"PIlIll.ld S1\.41.
CD'O-('(' II 'dIn03 S,H3SVH:l~nd
tcLEo .l:l3r[llld SH33NInN3 1JZ
E:I>D-66 II H311 alll
A1NnOJ aNOWH:JIH - vlsnonv
,NDUIIlllI,LSNI HD.:! a3UUH;n.
Z3'Jlld
C.;(J
ac~ 86G 1.0P
d
l\:) I~ >
Ol-3C
"""'"'~
l\j2C"J
Ol~C
w en
I 01---3
->>
N~
-.b~C')
CO >
U) 0 I
n$:::;;.oo
o~~
~%trj
-3~C/)
. -Cf1
:t:l~
~~
I~t.-
IO~
'Z
0t7/l.0
~g;!::~
;~~ !M
5....~.A
i!~;~~
iE~~~;;
~!i!!~b
...'l~v__
- &- '
~~!)U
!i~~i:
fil~~~
!~~=g
"ia!i!~
~l:';l ~
" ..~l;l
~~~;~
~:::Il '"
e~: ~
-en
~r+
o~
?ill
0(")
~o
~~
:0.....
~f;
'to'"
~rIl
- Q
....
...~
':"I
::
...
o
...
QC
&2
- ~
tg__________j:)]
ag__________ ~J1
6J &~
0----------- -0
.~~O-66. +~ra~d 5~u~wa~o~dwl 6661
d1^^ A,"~5S~W 'I[ 'r ~'4 Ad P"~~JJO
"lC1"~UQ:Jr.l:lW .JI.l' ...oJ 'l.~" SUI"" co
, ------ \4"~ j >t:>IQ -:NI UClJ-VlS
Aq P,"",'''.:1 51 15l1llaa"pf+U1JIl l'l'41.
&~0-66 . 'dInC13 s.lIJSYH~
12L6 1 J3l"Olltl S~JJNI!JNJ 13Z
CtoO-blO . WJU all
.uNnDJ aNOWHJUI - "lSll!lfW
.NOU\lll'ilSNl ~ a3UIUCr.l.
J91/d
lJO
aa
l.2
9i!
sc!
Yi!
1:2
.J
-<J
(d:ld) 13N'IId
lOtllNlD dwnd
B::l
-<J
l3
-a
-
93
-<J
!;3
-a
B3
0-
]-,s~ dHnd -
L3
0-----------
93
0-----------
S3
0-----------
~J
0-----------
CI3 213
L~
Il!1
!lNINNnzs cHld
~J .n
L~
i!~
~~^~
LIJ '313
L~
Rj
!lN1NNnl!l ~
i!i!
Oc!
Ie
&1
51
II
91
61
Yl
tl
i!I
It
at
Kd
~ll/ftl
ISSS
~l'llpl 2:l lJ
~ II - 0 ......-
S.1O ISSS elll 1tllllS
-
J"
1j
211
la.1
~
NiJ
NCI.1I/111NJ^
&
9
9
<1
o---sna
~~- Zl~
l:ll ........,0--- :>,,^(l8,
BH
. . -
IN 1 NOJ-l::i15 IT:01 6661-S1-~
"NlSI:
N
v:lij'::x
i~~I=!;;
!z"~Il~
~~~PI~~
--~-i
ii!~i~
::~;.aa
!!;rdl
.\..~ -
i~H~E
~a;;r
~~5i~
/IlSlil ~
II mtll
1IO=~::
-~"D~~
"M "
.... D
"D .
Dli .
ioo
nC;;-
OQ,')
19l
0("':)
~O
~~
~..
.,,'"
Q""
...'"
~"l
. Q
....
~!II
'"
~.
..
S
s
.
L
c
9^\I"1
1lJllll'lO:J
i!j
BJ
t"\)
lal LJ
-'Xr It--
-'Xr II. '.
JXr- I~
s,-o :IS
1:1
-
-
lJ
a&
21/
1d
tal.
- NIUI
- dOn
081 \/"1J r1 &1
d-I OSI Zl 21
,-1 dwnd U t1
iES
86G 1.0V
aG2
~
n
roc:::".",.n
CJl0"""'-
I--~Cl
N:zC")-a
Q)~C~
c:..:l WI)
..!...0...-31
N>>~
--3
I t%) C/l
~ r'\-I
CO 1oi.J ~
r.nt::1>~
C"":l~Ir'1
O>~;o
""'"3::1l~
-32M~
""'"3O'JU)n
. -< -I
U)-
::tl~~
t":l L.~.J Z
<:::0
cn~
0-<
::2:
d
0v/80
oe
IX!
aa
8
92
pa
E:~
22
L2
sa
~
Ie!
91
SI
CI
21
61
Lt
"ll
"
Ot
It
c
i!
6
L
9
s
,
II
&"0-66 . 'dlnOJ ~'tH;!l:Jld
laL6 iJ~ ~JN(~ lJZ
tt-O-(.6 . wJ1J alS
,UNno;! QNlJWH:llll - nSl'l!lnV
.NO[lll1'"NiSNI ~j ll31J1OOJ.
011 !l01'o'N'o' aMI' 1"110111 - lO\m 011
S 3l11t1OW
HJ"Od aNII SNOtlll:mmw1olO:)
111'\ ":JIll! llCSSDOlI<l A~loll&l
-
:rtnlItJIj
SNCWI;!(NnNlIOJ
-~
"N0I1:lNnj A 1d&'lS
iSJ.!. ,(lJ.SJ.S llNW HJ1\Od
A'o'1dSlll "U1'\:n MU.... JJ"'JllJ.l.Nl
'T.)....JX3.!.NI I$C.I.~JdO
\.po
Sol
..,.
9.:1
SI01'V1 llSO 3dU
~II~ 1011J.NlT.l !JI'\'" "
;Cpo-6" po)(~ "~u......,,g..cl"'l 6661
o/1I'\A A'...."5..W .. T" ~\4 JOJ """"no
SlO..~Uo:lr.);lM ~ "oJ ~~"O::l 0111""1 ~"
. ----- ~:,."....J '1;ltQ' ':lU( uO:)-'G-:5
A, 6' d
N
2J!)Wd
#
liMn i.r.l _ t:l:lw snl[
i ZllIOH
.......-^09"
1I:l:l
- -
'JNI NOO~lS ~:0l 666t-St~
e!J
'-017
ace: 86G
d
LJO
:zCD
n~
o~
?JI
g(j
~O
a~
~..
."...
../10
,,<II
~D1
- C
....
...!"
':"'1
..
..
..
..
'"
N:5;:t>
Ul""':lC
.......~
NZc;J
Ul~~
C..:l r:n
Icl-j
->>
N~
J,~~
r-tC _ :>
00 t::l I
2S~
~2t:tj
r::J:jcn
~ ~ CJ:l
:xlt%j
~~
~~
2:,
017/60
a~ii:i'
~~~~!;;
. ~&wll
j~lI;i~
-:i=2:
Ii_..,.;...
li!~i~
-".......""
- j' ..
~~!d~
i"'f~i
!lpB~
~"'c~j
~c..~....
=i~!3
e:!l!~
~~~':;
~~~ ~
..
.1:l>0-~' par....... S~\HIw~^O..d.... '"I
LA C JOYd dJ.l'I^ ~uW '( r ~4' ..oJ P......~1I0
5"'''~'''7.J/~ ~In. ooIOJ ,~....cr.> C1U1~q ~
. ------ ~"J .,:>tQ """I uo;J-a\s tJ
,(q "'J~"'~;) 51 SuI.....P/.UI-'d !;A.ll. 19
C,0-66 J 'dlOllJ S.lOSVIOllnd
lUll l::lJrmld SlIJ3NIO/C3 132
[~O-66 J N3J.I <<I. D"!
HNno:J OrOcl1:Jlll - \/ UIl!;Jf1\I
.NOtJ.~""lSNI l(lJ 113tJIl1l3:J.
6S
8S
LS
"lS
tC
~"_M__ Ii
.~--
.~~~!;; L ~s
\1'",,1 I
~~il;~ CS
~;:~i; 9
Ji!E~~ c I 2S
~~....... ..
- Ii" ' lI!l~
~~~s~j
ii~;~ IS.
t
-r
.....c-~ 13S3~ I> dwnd Os
~:Il=' C
~-"i3 -r
:::h_- IJS~ C dHlld
i-D~1;l 2 ~~
--- -r
A- -
M ~__ 13S::l11 e dWlld
i;iQ -A
.. " Ii! I B~
~:r:CI . --r-
- 1I ss~all 13S3t1 I dwnd
-en 2 . 1ndllll '"
~~
op)
~I g.. "d ItSI-I>d 9~
O{j 91 0--
So !rCd l/Sl-E:d Sl>
SI 0-
~::1 !r ad ItSI-2d
~= "I 0- H
-a'" !;-ld 1;I!;1 -1.1
~c" [I 0- Ct
'!;l
;:!!b al
':i 2,
...
..
"
a It 11>
..
01 . -'d 821- "d 8tl-~d CO"d 'T-- i 0'
.0 ~ ::l1ll11i111^" " dWf1d ~~ xoo
N > "-Cd H2H:d Bll- td C-Cd v-O-tl
0
CJ1 -3 c:: f, 31l1W11.,M/ t dHlld D---4~ xoo I"" ('t
t"J NO 1I3'-Dd
t-" 11-0-14
N Z CJ . -Zd 8Zl-2d 111..2d to~ "I- i at
B 31111;11111M i1 dWf1d ~JNkjO
CJl !=> C XOlJ
\/-0-14
c..;l r.fJ. .-Id S~I-ld llll-Id b-ld "1-
L D---l~ LC
I ~ 3'llV'ltlM I dll/f1d NO lIJl'I(]d xeD
C 11-0-H
t-" > >
N 0-3 ., 9C
I ~
c:c c;1 s
~ > liE
en '=' I 2-td '18-1'.1 \'L-I>d 1-1>.1
n ::c t 9NINNnll I> dHl'ld D---ll---O 9t:
0 > a: :lIdNNflll
ioooo3 ~ 2-l:... "~~d I-Cd
~ Z ~ C tC
ONlH!\IrnI t dHtld !lNlNNl'llI
ioooo3 t:tl r.fJ. (!-ad \lIB-2d ilL-ad
0< 1-2.1
. UJ 2 !lNI~ 2 dlCnd ~~ 2t
::0 l:%:1 ,!-Id 1I~~ l-Id
M ~ I 1&
<: !JNNW! I dHl'ld 'lNIHNrnl
U3 t""" -01 SSHa\'
- ~
0 N t . .llldN1 V
:z
666l-Sl-CItM
0l
~
NOJ-I;:US
JNI
aGe 86G ~
d
017/0l
:CI-O-66' p~D-'d 5'lY-..a..c..r 6661
LjO . J!l"'d d.L....... ,(I~''''H '11 'f' ~'4' .I<lJ """~JJQ
51O..,uO~r.l:JH ~<n .JOJ '::la......~ ~ 50
N . ------ l.4~"j ""'IlI """I uo:)-O'S ~
,(q _I"'''~::l Sl S"'_O.JP/'lA./d SIl.U.
€t1l-66 . ',lInOJ S~3S'IIOttnd il6
laL~ L::lJrlnkl ~I!lIO 13Z
C .0-66 . N3.L1 all 16
~lNI'QJ ONOHM::lll!l - ....Lsmc'W
.kOln11V1SNl IJllJ a3UI.l.~3:l.
06
69
01 a ,,-al
>-H--< BB
611 lI~J dIIn.! ~:J :rld
ot <1 ~-~
la
13^]1 H!lIH :l1d
01 a ~~
~e
~J-~-- L~ 1J^J1 1'\01 :l1d
R!-'4Z
-~I !;; e 'J
~in~.A 6~ !:8
i:ll=:~~ .L,C B 9
__ "",3
__E_! .a
'::l~ ;; QI~ Bl!I
Ii ~-
q~UX B 9
... jaG - ce
~~S~~~ --r Ll!I
lH!:l1l IIW
i~~ii :l.l.OH~ l: as
~il;;r
... i
'" c_ 9 IB
FCM-'4
~::;~!l;:
:Ilh~:; POJOH ~--~--<>- B
n-..~q 3.lCW:RI B !: 1
,~-~ OS
..A~_= lCV H'" 9C\f Olzs
~~a~~ 100- J"OI
l a "
c
-en
?;~ Bl
Op:i
~I lllfj DI-ill L(.
0(') !l3.llNLS ~ cIIlnd o .......0--
~O 'I~.. 6-Z1 9(.
~=' IlJUI'l.LS e: dllnd ~""" ......0--
... llVJ ~~ !:L
"II'" 113111".lS a dWnd
Q"
"...
~t.l 11lglj c8-~ .L
. Q ~3,HlnS I dHIld
....
...!Z'
':1 c(.
C6
..
...
Q
...
ill
rO 1t
N5> ot 2 ,-al
C)'l.....;!<::: --n: o If--<>- 1I4
.....t":l .l~.I.S , dwnd :nd
NZ() ,zs
C)'l~C::: IgI~H 69
~ r.n 0
10"", 1;-21 B9
~ Oj~
......>> J.l:jWlS C dWIld C~ J1.1
N0-3
cb[Zjc;1 L9
If <3 H
<C > 0 99
c:J:l t::=' I 2~1
~~ !lll/!S a dHI1d [~ o,~
o>a: 2!l J"1d S9
-3~
-3Zt%j I/~H ~
~t:::I:lUJ a
. -< CIJ D1 r-. 2 [~rt-
oJ C9
~M 11:1v.lS t dWnd tl!l
~~ ~@; - C9
cnt"'"'4
0'-< IJ
2: N It
- -
0V/n . d l.GGC 86G l.0V ::>NI NlD-~lS ~:01 6661-S1-~
666't-S't-~
t~
e21
lal
021
&\
911
'I
911
~I
t
&1
21
01
601
aOl
LOI
90
SOl
901
CO
ClOI
101
001
66
86
Ll.
96
!:6
1'6
1:6
'rI
II
0't
~
UO ~:J!)"'d .~tO-66. +~ra~ ~~u~Ao~1 6661
dl.l'll'l A\-,uUIo/ -q 'r ~~ ~OJ p~.JJo
51o..l.uo:J/:J:lW .1.1\ JOJ .::J.,UO:l lI....q 5<1
, ------ I.I~"~J '1;)1Q ~WI WOj-II.S
~q _Jl.~.::J 51 OWOll...n......., 511(J..
Ct1l-66 R 'dln03 SolI3S~d
11!L6 J.::J3rOlId saJJNI!lNJ "1JZ
t~O-66 M WJJ.l QUI
.lJ.Nr(l:J llNOWl-Olll - IIJ.sn!lt'lll
- --..:.NC\.L\lT1\I1SNl WJ ID1.:l1111~. J
i!iJ=i
-a roo
ji~ ~-~
! ,.. =
~i!,,~~
~E:~!;;
l'i!i~~
...q..."
-..a- ~
~:dt :<!t 8-~o 151-td
~,;:;i;O 1 1nlt.3 >C3tO a NnOll"J - -0 0--
!!~i: ~ l-~d a~l-'d
.,. ~ - II .
~&s:: 1 "1n\I J !IJ!)!)3W ' ~ - --<> D-
""::~21ii:
~~;...-; . ~ "l-~d (tl-~d
-..JCI
8ip= IlOl9'JIllNl Nnll ' , - -0 ~
~!~-i llJ1JW JHll 3Sd9'13 - 0
, dWnej
~ 9-Cd (l:l-Cd
-00 . - -0 0--
~~ 11n'rlj ~3HO OHnCll!l ' ,
Op' - ~ L -f:d If''I-Cd
!g\ 1"111"'.3 llJ!)!lJW ' , - --<> D-
0(") ~ 9-Cd aCI-Cd
~O llOl"':llllNI Nflll ' , - --<> D-
~::1 !IJJ.JioI :1Wll lSd...1J - 0
lo.... C dWn.!
~~ ~ B-<!d l!SI-Cld
'lI'"
~.., llnvJ ~:l3HJ aNn~ - --() 0-
"Q * L-ad
.,,' a,I-2d
...!'II -
',", J.lrWjll~ ' , - --<> 0-
Co'
.. ~ 9-2d llCI-2d
... -
<> IlOll/JlllNI NrUI - --0 0-
'" ' ,
- -0
- ~ B -ld aSl-h:l
, , - -0 0-
- ':G} L -ld hl-ld
l"lm1J i!l7.l!lJW ' , - -0 e>-
- :& 9 -td llCl-ld
llOJ.~lllNI M'lll , - --() 0-
!l.31.:1W lHlJ. JSd'i1J -
1 dNf1d
N
-
0v/c't"d ac:c:S6Gl.0V . IN I NO:H::llS
\>51
eel
,
2!;1
8.1
~"I
a!Ol
1:"1
2.1
1~1
6t:1
BI:I
9t:t
Opt
LEI
~t
,[;t
ctt
acl
6'
60ZT
Bill
9"
l.21
9~
Sll
,,~
s,
"
It I
arl
..e,a-"'I ~~ro.ld 5~....-.....d\.l1 6661
<111\/\ .(\.la55~ 'I( l' ~n ~J pa.Jauo
::;IO"'~""~.I'~ "'flo JDj .:0......10:0 O~..q 5"
. .----- ~::JU.....J ,!:JIQ '?UJ ~-~S
,(Q ".lII.J~'I:' '" a-".JP/~Ul.ld 51l.4.1.
('0-66 I '<llnoJ $.lI3S'IKllmd
IZL6 ~::lJrmjd ~33N1!lNJ m
('0-66 a IOU all!
A~NnC::l a~IH - v!snonv
.NOW"'''lSNI lIDJ l[3(j[HI:n.
!:~ ,ell' CC'" ao II;V ot'G' &2\1 B~II'
liiEI Li~ Li~ b'l\l.j
'.1N:J 13^::n llv.j ::JlJ '^ 1 M!lIH '11\ 1 ^[ll
01-(;1 6-(;1 B-(;l l-(I
:lld :l'd :lld !/91 :lld
C2\I' 22\1' Ii!lf O;ZV 6111 BIV llV 'illY
~:J L-~ LifrJ L5
i! dIMd t doUld
"-Cl 2- 1 l-CI
JlJ :J"~ Jld Jld
Bl-'d It-''d BI-Cd iI-Cd 'oj 1I-2d BHd ll-Id
L-I L~ _-I L-I
loll ell ~ I~
93')\1<1
LJO
~!iJ:;B
_::g~!"
5/~-l'i -~
:5;1'"'
~!~.t
1::g!;;
ill!~~~
'::~gl"a
~~!J~~
i~E~~
~~'",=
i..~=~
....i:i~
"l;;i ~
!:l~!!.!q
..:z.... ..
""G-~
- ~-
j;\'" ~
.!;...
:;:~u .
..
zOO
n~
o~
::;1
OC':l
~O
~~
~..
~'"
<:I'"
r"
. !'I
...~
.....
.~
l:
~
'"
666t-st-~
g::~n
No:H::llS
JNI
1.0P
l.GZC 86G
d
Bv/(l
I "CtO-~6' ~~D.ld 5~_..a..dwI 6(,6\
lJD l3~\ld o;l~l\^ 1_&5;1W 'i r ~ ..oJ """'''HQ
5)O.l'~::l::l" of'fl JO# ~~::J B_ SO
. ~._... 4~."J ~~ .~ ~-V+S
,(11I palJ~;) 51 ~o"'P/.",,",d ~~. S81
C ~-66 . 'dtnaJ S.lI3$YIl:nllld
\ZL6 J.J:rrtnld Sl:t:DNl!lN3 132
I:tO-" . 1oI3J.l all
.ul\ntl::l llNCWH::lUI - .1Sron. t91
.NOllVll'l'lSNI ~..:l I1::!UIUI3:l.
C81
281
191
DBI
lOll
i!~r:~
ii~;~e~ aLl
~ ~ ill
di/::z
li~~li ill
~q~ ')il
,..i' ..
, t~$~~
il~~E !iLl
!}g;
J~;.:~ 'LI
~~ai~
lIh ~
"-..~q !:Ll
i---
"~p-~
ji:Iil-~
ea: ~ aLl
..
-00
~{"'l" IL.l
op,
~I DlI
gC')
~O &91
~:::1
:0." e9'
~=
"'au,
~~ 191
<:l
;:Z!lo
':1 ')')1
~
...
a S')\
.to ~ rJ\
N Q >
0'1 -3 C [;'jl
~ tJI;I
N z GJ 6 8
0'1 ~ c:: ~l
l 9
c:..:l r.n
I I::' ~ \Ie - s 1 191
- T
N > > ~3110tlJ.NO:) .2 ~ t
--3 13^31 wmt.,j Jr () 0" II 091
I tr:1 lYN!lIS .....OZ-" \ll~ ~ ll1clN I
c.o Ci ~ IllS ~ !llJ1\fN';l
~ > I 651
en 0 I
C"":) ~
0 >- s::: BSI
-3 ~
-3 ~ t'%j
lS!
~ OJ UJ
-<
UJ 9'iI
::0 ~
tzj ~
< Sil
en r-'
0 ~
Z
6661-S1-~
01
~
NO:H:llS
JNI
l2V
azz 86c
d
0V/v1
;6' 4
,.
,
64/12/1999 12:27 7764167616
. ~ APR-12-l999 11:32 STA-CON INC.
SEE SALES COMPANY
407 298 22i[(
PAGE 63
t".W/\O")
A I
J
SPECIAL INSTRUCTIONS
,
I :
14 AWG CONTROL WIRING
18 AWO PLC VO WIRING
STAINLESS SCREWS IN DOOR LEGENOS
25,. SPARE TERMINAL STRIP
Al..ARM LIGHT AND HORN ~ROVIDED LOOSE IN SEPARATE ENCLOSURE
~~ROVEO 0 REJECTED C REVISE AND SUBMIT
o FURNISH AS CORRECTED 0 SUBMIT SPECIFIC ITEM
This review Is only for general conformance with 1:19
design con~ of the proj&d and general complianc9
with the Information given in the Contrad Documents,
Corrscticns or comments made on the shop drawings
o:Jrina this review do not raiieve controc:or from
compTicnco with the re(juir~ments of thl! ?Iens ana
specifications. /:?Pf'ovol of a "padfic item ::~C!II !lOI
include approva'l of an cssembiy of which ~ila i!em is ;:
=,=,mconenr. C::>ntroC!or is rssoonsibie Tor; dimen5ion:; :0
)8 r.onfi~ ooci ::orraict&({ -=: th" iob;it:!!; inrorma:icn
tna~ ?9rialm ~aiy ')0 till) i:::brkc:tion 'precesses or ic ihe
moon&. mathoda, ~niques, Jequences and proceduros of
conatrutflon; coordmallon ot the WOr1c of all '!rades; and
tor perlormi"9 ell war!< In 0 mfC3 and satlstcctory menner,
- , EVANS ND 1E
D!l1e
TO"'AL P.B3
~-12-1999 11:31
. 'v.....LUt U..LU
5T~ON INC.
BILL OF MA
QUOTE NO.
JOB NAME
ICUSTOMER
for.' -.; a.t1~n of th:e Work of alllrades; and
.,..,. . -" 'V" ... IT mannE r.
'"-Ul -,'. ~~~.., AND .LEOp<tLBtrn~ .
De+; ~nn l.f-'/~-7 7 MQQEl. 6 J/j I.
saD .... / I 'J
SQO MODI 5// /
SQD MOO ,,51 /
SOD 9070- C'35001 /
SQe 9080-0K& 7
seD 8~1XO 1
SOD 8501 ){l1)1
MPE 001~11&A
sco ,&,-PA--sAXFN
saD A-EXGR6
~~
I
LEGEND O~RIPTION
GENERAL Mec
MCC MAIN'
MCC F'VMP1....
~ MCC ' PUMP 5-8
MCC CONT :OL
cPT I,..U'" II OL p~R TRANSFORMER
TS TE STRIP
I R I RELAY
I TO I TIME DELAY ATTA~MENT
i PM !PHASE MONITOR
; FAN COOll~G FAH PACKAOe
: AV c:'~UA.le... GRILl.f
I CONTROL
MCC SECTfON-cONTROLS
r -cCB CONTROL 8REAKER
: GPT CONTROL ,POWER TAANSFOR"'ER
ceT CONTROLTRANSF
AI.. ALARM L.JGr-rr
I AM ; Al..ARM HORN
TS TERMlRI\L. STRIP
I HOA H'&'~-OFF.AO'tO SELECiOR
RL . RUN L.IGHT
Pl PILOT LIGHT
I ETM I ELAPSED TIME METER
i P/B PUSH BU1TCN
R ONTROL~~ 1~VAC)
I R UN' pocOL RELAY 12VDC)
, BOAC i ~ TIERY OPERA 'EO ALARM
B BATTERY
I MR I MOISTURE RE1.AY
~ i THERMISTO~ RELAY
DisPLAY ; 8'" COLOR
I1SPLA Y Ie E :; CABLE
I ISPLAY 1iitS;l22 TO RS232 ~1"lr I~'"
01 SPLAY Cor..! Li
I Dr WLA Y SQC~ CA6lE
PLe cPu PROCESSOR
, PI.C PUW!:K iUt.... - Y
-PLC I MODEllA 101 UL.E
PLC REMOT~ ~E WORI( MOOULE
I PLC LOCAL RA~ SFER ~ IOCUL.E
PI.C REMO'l TRA M ~ULE
PlC OI4::lTAJ. INPU M(\'
PlC _,~ r <3 INF'1 iT ..1"1.
Plc- DlI~1 r'llJTI UT M E
8030CRM560
8 (;~MZ30
8 C~M232
,& ~IM10i
~lmA121
8030 R0M271
I UOOEL 6
FAl.24n1S
-9010. lUuvD1
9010-1'( 200023
-SL-S (Reo>
34T-1:
I 9080- K6
1900 B
9001 SKP36
I IOOlSKP35
10-0016
'.SKR1U
K ~~14AN-'20
R .UL.12
eO"C-001
1270
'SMB1AO
201 Fn-2Z1C
QPK-ZO 100.S2P
H'uJ"
PF2-C1
PFA~~ 1
HIM-C
6020 SPC423 (8K)
-S030~
I
r
SOD
~
jSOO
SOO
I AMSECO
: WMEELOCK
i SOO
, SOO
I SOD
: sOO
I NG~eR
I 0
I I r t;poc 8.
110 C
MPti;
I EXAL TOR
I WARRICK
WARRICK
'OTAl CONTROL
TOTAl CONTROl.
IDEe
IDEe
TAL. CONTROL
o
C
SOD
D
I D
o
D
D
o
I
I
..
1'A<-15-1999 10: 36
STA-coN I NC.
4B7 298 22Z7 P.16/40
PLC DIGITAL OUTPUT MODULE SOD 8030 ROM271
PLC 5 SLOT RACK saD 8030 RRK100
PLC 9 SLOT RACK saD 8030 RRK200
SA SURGE ARRESTOR (UL) EDCO Pc-642C-030,PCB1 B
AD AUTO-DIALER MICROTEL SERIES 1000
AD D/lISOLATED (CONTACT INPUT) MICROTEL 61558
ADSS AUTO-DIALER SURGE SUPPRESSOR EFI POWERTRACKER
ELECTRONICS
UPS POWER SUPPL Y LIEBERT UPSTATION 3.5KVA
LEVEUFLOW CONTROLLER MAGNETROL 801-2031-A43
CAPACITANCE PROBE MAGNETROL 100" SPECIAL
NOTES:
OR EQUAL
SPECIAL INSTRUCTIONS
14 AWG CONTROL WIRING
18 AWG PLC liD WIRING
STAINLESS SCREWS IN DOOR LEGENDS
25% SPARE TERMINAL STRIP
ALARM LIGHT AND HORN PROVIDED LOOSE IN SEPARATE ENCLOSURE
MAR-1S-1999 10:37
STA-aJN I NC.
- -----------)
for Value;md for Your
Application
Specific
MODEL 6
MOTOR
I-....::_-~. .
...,......' o'
....
. .". ~-' ;
,.
~ . . ............. .
CONTROL
CENTERS
.' ..~,.-
..:~.::.
. :::~.:
.. ,-.
-....-...-----
" I::..:....
'j.':'
~.....--.. .
. ..
-~~!'7&:
._.........-.~-
Wi
SaLJARE n
407 298 2227
P.17/40
.I..~~ ~.~~~ ,I'
~
f,
'.t'.
'~\l1!!
:-.. .l 'f
. . ~ '.~
1-
". ., l
.' ;, ~~}i;>!:~':.
, '.
, ~,.<:,;:- ii f~
~U~j~
~ :._o:.'...~~
,'M,
. ~,..
MAR-15-1999 10:38
STA-CON INC.
~," ,:~~~::~;~~wrW
.~L'j~'~~'~gi.\~_, .-..'"" "=.,
. ,~~
..._p_::.~f':;']~'
'~~'" '
L:
r",
" . ..~;~_... ........
-....
-
,
i.
,;
~
,~
'....,...,.,.,
:~ ~:':' .:::.:....~:..:
.~" :"k:::;.,"'f5:\
407 298 ZZZ7
MODEL 6 MCCs:
Meeting YOID'
Needs
Today, you want
more from a motor
control cenrer.
MOrt: performance.
More simple operaion
and maintenance.
More component:
options. And more
customer service.
ThB MODEL 6 ftICItDr c:cmtrol
.,___ dellve.. In .....y
" " dalllJl - from Ills noeeed,
..n.b111 c~lon
to Ita .... of _ IInd
P.18/40
With MODEL 6
MCCs, you get just
that. You get mort:
than just gray cabi-
nets for housing
motor controls. You
get reliability. You get
to choose from the
most recent, solid
state technology. You
get optimal valUe:.
You get B company
that smnds behind itli
product and you, for
the long term. You
get the highest quality
and standards from
Square D.
MAR-15-1999 10:39
STA-CON INC.
4e7 298 2227
P .19/40
Structured
for Reliable,
Long-Term
Performance
The MODEL 6 MCC
enclosure is built with
industrial grade
features ~-pcciaUy
enginc:cred to deliver
rugged, dependablt:
service for )'LdI'S
to come. These strUc-
tural features include:
1. St:md..:1rd section
dimensions of a
20" W x 90" H x 15"
Or 20" H
2. 12-gaugc smel
frame ami welded
COrner channels for
exceptional structural
rigidity
3. Structure braced
for 42K Ale as ~tan-
dard and built to
meet or exceed UL,
CSA, NEMA and
EEMAC standards
.. Full-depth vertical
wireway to provide
maximum win:
pulling area
s. Horizontal bus
located at the top of
the Stnlcrun= for easy
installation, iru.-pcction
and maintc:nance
without having to
remove units
G.CaptivehorizontU
splice bars to prevent
bar los~ and make
conn~1ingsccrions
quick and t:aSj'
7. Tin-plated copper
bussing to supply an
excellent electrical
connection
9. Iridescent chromate-
pklted exterior hard-
ware for increased
corrosion resistance
8. Vertical ground
bus in each section
which mates with
ground stabs on
the rear of each plug-in
unit to c:mlte a positive
ground connection
10. RUiged, quartrr-
rum fdstt:ners on unit
and wireway doors to
reduce installation
and maintenance time
it. A dUI3ble, ANSI 49
baked acrylic exterior
finish standard. on aU
MODEL 6 MCCs.
407 298 2227
P.2l3/4e
STA-CON INC.
MAR-15-1999 10:40
':G)"
. . . '
,,' ..
!JT...;~ crOf'
, . .
:' II
~ J i
, ,/ ,
IJ
. '~"":,"':.":-:. ........
::,' :;}JI;"F?,
,'.'\0:'-. .......
::~~:, ,';'"
~ , ~
. ; i ":~ . ~ . ~ .
'.: ..~ !.:<'.' :'
..
";,~--,,
. ~:.:.lj~:.~~':i.;
.. .~ :_:1-"'''-'' ~..,...
MODEL 6 lIoto~
Canbul CeaIeN ,....
s.wu- D ofter the
.twclJ lIOUCtIIIw lIlId
the ... oOftStlllcUml
f.1Iturea UIat ~
..,. of -WI tIouble-
".. Ofter-Uon.
Moc:ll.daJ' Unit
Design Maximizes
Performllnc8
and Facilitates
Maintenance
the unit's "Hook and
Hang" feature to pro'oidc
proper smb aligrunent
and allow for c::asy
insml1ation and remova
ofunilS
has the ability to
support up to three
padlocks in the
"Off" position
50 Tin-plated copper
power stabs for
optimal electrical
connection with all
plug-on devices;
spring reinforced
stabs for proper
clamping force when
connected to the
vertical bus
Feature-rich modular
units are designed to
minimize: space and
maximize casc:-of-usc
and accessibility of)'lDlI'
motor control devices.
Unit fc:an.u:t:s include:
4. Sturdy cast metal
handlt=S with a minimum
115 degree differential
between"On" and "Off,"
with color coding to
clearly indicate discon-
neer 5t:anJ!l, including
"tripped" circuit breaker,
t. Time te:.ttd Type S
NEMA/EEMAC-rated
contactors and startts
along with other
depc:ndable Square D
camponenUi
. !:::
..!..: - ~;:'.
,'.f't.~:1:~~
...... - ,. ' .
, . :..... ..:'
. .' . .', ~~~~.. :'i': '
2. Fully compartmen-
talized unit design
with solid bottom,
side and rear plates
painted White for
optimum visibility
~II
..').'
..
'!
"
~ C.,',,;JiF
, J'?',::X~~W~~f.':
" .
;L 1\vin-handle earn
MAR-15-1999 10:40
STA-(l)N I NC.
L Shrouded power
stabs to protect
against d:unage dur-
ing unit mainttnance
A Variety of
Motor Control
Devices to Meet
Your Needs
7. Solid bussing of
the power ~tabs to
the dillconnect to
eliminate losses asso-
cia~ with crinped
wire connections
In addition to full
voltage reversing,
non-reversing and
reduced voltage
starters, many other
types of stBrtrS and
electrical distrhution
devices are available in
MODEL 6 MCCs.
You can tailor the
MODEL 6 to ma:t the
exact needs of yor
application - ensurilg
both aJIIlpat:ibility with
your current equip-
men! and fbcibility
for future expansions.
Select any of the
following leading edge
products to meet yur
unique rcquit'ements.
L A first makc/last
break ground :nab
to ensure the unit is
grounded before
connection to the
power bw is made
S. Control station
plates. which can
support up to five
22mm or three 30mm
pilot devices
i
.0. Control tcrminal
blocksi tilted forward
to allow easier
I .
COnnc:CtJon and
maintenance
11. MOTOr starter
I
termi.c.als convaliently
located next to the
vertical wireway,
,
making motor lead
connection quick
:md easy
1 Z. Control powcr
transfcirmtt (when
I
suppli~) accessible
from tfe front of the
unit s9 identification
and maintcn:lnce enn
be I .
dOlle WIthout
.I .
remoVlf& the unIt.
407 298 2227 P. 21/40
ALTIV AR-Variable
Frequency Drives
Modular"full-featured
drives up to 40 HP
can be mounted in
smndard unit con-
struction and can be
easily added in the
field in place of UUl-
dMd controls. UL
listing ;md factory
intcgr;ltJ:d contactors
and controls guamntee
a reliablc padcage.
Availabk: to 400 HP
in full-section
construction.
MODICO~
Prognmmable
Logic Controllers
QUANTUM'" and
Compact 984 PLCs
arc the world's most
popular and are a vail-
able in MODEL 6
MCC unit and full
section construction.
COMPAC~ 6 High
Density Units
These six-inch units
~ perfect for a tight
fit or fur applic3tnls
with sma11 motors..
Available with NEMA
or 1\rPlication Raed
starttxs, and with
branch feeders.
MAR-15-1999 10:41
STA-CON INC.
Devices to Meet
Your Needs
Transient Voltage
Surge Suppres.
sion Units
'[be UL listed units
offer inrt:gIated MCC
surge protection fur
120kA to 320kA
surge capacities..
MOTOR LOGIC"
Solid State
Ovezoload Rela)'5
These statc-of~the-3rr
SSORs provide
adjustable overload
prorcction for motor
loads without having
to swap out heater
elements.
ALTIST~ Solid
State Reduced
Voltage Starters
These starters offer
the widest nmge of
horsepower ratings
and options to reduce
inrush currenI5 and
mechanical shocks
with soft-start and
soft-stop tl:chnology.
POWERLOGlc-
Monitoring
Systems
This equipment goes
beyond simple meter-
ing to provide powcr
quality readings,3arm/
relay functions, dU::l
logging, waveform
capture, flexible com-
munications and many
more features not
av;ulable with !mlIl-
dard analog me[ers.
407 298 2227 P.22/40
ASeo'" Automatic
Transfer Switches
These devices can
minimize downtime:
by automatically
switching to a
customer supplied
auxihary power
source whc:n primary
power is interrupted,
NQOD & NEBB
Panelboards
and Distribution
Transformer-II
These panclboards
and transformers for
lighting and distribu-
tion loads can be
mounted inside the
MODEL 6 MCC to
reduce your installa-
tion costs.
Tra,..I..n VoII8ge Surve
~_IOII Uhtta
Solkf..st.te RecIuGed
Valtage ~
,:~1:,
s
lIanllartnl 8yst_
MAR-15-1999 10:42
STR-CON INC.
407 298 2227 P.23/40
Motor Control Centers
ModeJ 6
-
60-100 hp, 480 V
!ALTlSTART 46
Soft Start Unit
i
Application 'and Gllneral 1.11\......db.n
Electnmie equipment
ALTISTAFIT"1II 46 Soft Start Units
General Information
Motor Control Center Soft Start units provide a pre-engineered. integrated motor control center package
consisting of a combination disconnect and soft start controller for reduced voltage starting and soft
stopping of standard three-phase asynchronous induction (squirrel cage) motors. The Square 0 MCC
Soft Stan units integrate the latest technology ALTISTART 46 Soft Start from Telemec:anique into a
combination starter package for MCCs.
The ALTlSTART 46 (ATS 46) is a digital controller that provides the benefrts of reduced CUlTBnt inrush
(and resulting voltage drop) and reduced mechanical shocks that can result from starting a motor BCI'OSS
the line. A six thyristor (SOA) solid state power connguration is used to provide smooth acceleration and
deceleration control of three-phase &quirrel cage motors. The ALTlSTART 46 uses a patented
technology to control the motor perlormance based on the motor torque rather than simple voltage- or
current.based control (see figures belOW). Advanced control algorithms are incorporated to ensure
smooth rotation throughout the starting ramp without mechanical instability at the end of sranlng. The
torque control provides accurate and repeatable acceleration and deceleration. This &Dows for linear
speed ramp without tachometer feedback and reduces the temperature rise of the motor.
SplIlIIl
CUtra'l1
Torque R:lfIlp
CUrtllnt LiIIIl
~---------------------
r~;~~--'
I
I
I
I
,-
,.
,.
.,-
"
Torque Ramp
,
\
I
1
I
I
I
I
I
llme
Tune
I
I
I
I
I
I
I
I
I
I
Torque Ramp vs. Current Limit Starting
Benefits of ALTlSTART 46 Soft Starts
. Reduced torque during start. which:
- Prevents damage to material in process
- Can increase the life of machines and reduce down time
. Reduced current peaks on the liupply during starting, which:
- Reduces plant capaelty requirements
- Reduces wltage sag on installatlons with limited capaclty
- Eliminates side effects on other equipment driven from a weak supply
· Smooth acceleration and deceleration independent of fluctuations in motor load:
- Ideally suited for most fans, centrifugal pumps or other variable torque loads
- Can eliminate water hammer even on difficult pumping applications
. Advanced protection for the motor and the installation, including:
- Selectable overload protection class
- Overload pre-alarm
Phase loss end reversal protection
- Stall protection during start
- Protection from malerlal jams while running
- Underload detection
72
C 1997 Square D All Rlgtlla R~rvod
1/98 ~
MAR-15-1999 10:42
STA-CON INC.
407 298 2227 P.24/40
Application and General Information
Electronic Equipment
Motor Control Centers
Model 6
MCC Packaging
ALTISTART 46 Motor Control Genter Soft Start unit6 are available from B.5 to 590 A in NEMAlEEMAC
Type 1. Type 1A (gasKeted), and Type 12 MCC enclosures. Units are available for three (3) phase,
60 Hz. 208 V, 240 V or 480 V. 3 wire or 4 wire systems. Each unit is e. Motor Control Genter style
package able to be installed and connBCt9d to standard Model 5 or Model 6 MCC sections. Units are
saddle type, plug-on construction up to 72 A standard duty/52 A heavy duty. Units are full height relay
sections above 72 A standard duty/52 A heavy duty, A 20' Deep MCC is required for units rated above
302 A standard duty1257 A heavy duty. The Type 1, Type 1 A, and Type 12 units are non-vented below
481 A.. Above 480 A the unit includes a door vent and fans and are only available in NEMAlEEMAC
Type 1 or 1A enclosures.
The circuit breaker disconnects used on MCC Soft Start units are thermal.magnetic type for standard
duty versions and MAG-GARD magnetic only for heavy duty versions, Circuit breakers are sized per
motor hp information provided with the order. All units with circuit breakers disconnects are shipped with
current limitersffuses Ie achieve a 65,000 ampere short circuit rating at 480 V. The fusible switch
disconnects used on MCC Soft Start units are bladed switches up to 28 A standard duty/21 A heavy
duty and automatic molded case switches for units above those ratings. Provisions tor CIa$$ J or L fuses
are provided. Fuses are not installed at the factory.
MCC ALnSTART Unit with Open Door
Features Included:
· Current limiting short circuit protection provisions to provide high short circuit rating for the unit
(65 leA 81 480 V).
· Input power disconnect. Fusible switch or circuit breaker disconnect6 are available.
· Telemecaniqu9 D and F line contactors are standard (NEMAlEEMAC type contactors are optional).
· Door-mounted ksypad for setup and monitoring of the Altistart controller,
· Control devices, If chosen. are mounted on the uni1 control station plate.
. Agency Listing: The Motor Control Center ALTlSTART 46 Soft Start units are listed via the motor
control center UL 845 procedures. The Canadian CSA label and Mexican NOM labels can also be
applied.
. Shorting Contactor.
A shorting contactor is supplied on all units above 28 A tor standard duty version6 and abaYe 21 A
for heavy duty versions. This allows the motor current to bypass the Soft Start thyristors once the Soft
lQI,f9&
n
C 1997 Square 0 AU Rlght3 Rosorvcd
MAR-15-1999 10:43
STA-CON INC.
407 298 2227 P.25/40
Motor Control Centers
Model 6
....,."""
",
;0. ':~
-%
I"
"::_"~"'-;"i:>:'
. . . ~ '.
, , '
;''; :.....:.
i'~;:,:"R~ -,,~,,';.i
, . -=tf}~i
1,'-""" ~;:.:I
Keypad in Unit Do Dr
74
Appllcaticn and General Intarmortlon
E1ltCtronlc Equil'mBnt
Stan has ramped up to full voIlageJtull speed. The use of a shorting contactor reduces temperature
rise within the enclosure during steady state operation and requires less current carrying duty on the
thyristors
. Input Isolation Contactor:
All MCC Soft Start units include an input conlactor as standard to protect the motor, driven equipment
or operating personnel in the event of a semi~nductor taull The input contactor also opens when
the motor Is not in use, This provides protection from voltage transients when the electronics are most
susceptible to damage. Control power Is maintained after the input contaetor is opened so fault
diagnostics are available.
· Full Voltage Bypass:
All ALTISTART 46 MCC Soft Start units include a manual full voltage bypass scheme as standard to
aUow emergency full voltage staning of the motor in case the Soft Starter is unable to be used. This
feature includes necessary control and power ctl'C\litry to manually start the motor with full vollage
using a bypass enable/disable selector switch. An additional overload relay is provided to protect the
motor in the bypass mode.
. (TCSTM) Torque Control System:
The ALTISTART 46 uses TCS ramping to accelerate the motor to full voltage. Basing the acceleratlon
ramp on the motor torque rather than currant or voltage, as used in traditional soft starts, provides a
linear speed ramp independent of the motor loading wlthout tachometer feedback. The TeS ramp is
also used for improved control of deceleration and eliminates the need tor a special controller to
handle water hammer problems.
. Integrated motor and controller thermal protection:
The motor and controller temperature are continuously calculated ba&ed on the controller nominal
current and the current that is actually drawn, The cooling curve of the motor is simulated through an
electronic circuit that stores the thermal state of the motor even if supply power is disconnected. A
rise in motor temperature can be caused by a slight or severe overload of long or short duration. As
shown in the figure below, the ALTISTART 46 controller creates a dIgital model of the motor
temperature based on two thermal images. The first (T1) representS the level of temperature rise
corresponding to "iron. (motor trame). The second (12) represents the temperature rise of .copper"
(stator windings). For each thermal image. two levels of alarm are detected. An overload pre-alarm
is Signaled via logic output when the thermal stale exceed 105% forT1 and/or 130% tor 12, A thermal
fault is signaled via output relay and keypad when the temperature rise exceeds 1 10% for T1 and
14QQk tor T2.
T1
"
-'
"
--
"
"
"
.,
-
~....
'-"
...."'.....;~.. T2
,,~..~ :';'. Pre-alarm
5
1.05:: 1.11
2 3 04 5
"n
ALTlSTART 46 EI8Ctronlc Overload Thermal Trip CUI'V8li
Q , 997 Square 0 All Fl9I\lS AIi$8n/Bd
1m8 IaI
~-l~-l~~ L~'~J
~ I M-L.UI~ ! l'l\... .
Applic3tion and General InfOlmllticm
Electrunic Equipment
Motor Control Centers
Model 6
Starting and Stopping
Four types of sta4ing are a.railable:
. TCS soft stalt - adjust!i)le from 1 to 60 seconds
· TCS with "boost" . adjustbJe 50 to 1ooD'" of mains oltage
· Current limit - adJusta& from 150 to 500% of controAer ratin9f01t8g9 ramping
Three types of stopping are sallable
· Freewheel or coast to stop
. TCS soft stop . adjustalls from , to 60 seconds
· InTele BrakingTN . adjusta11e from 50 to 100%
Protective Features
· Motor thermal overload prolection - choice of Class 10 or 20
· Soft Start thermal protection
· Motor phase loss protection
. Mains supply hilure of greater than SOQms
· Overcurrent fault
. Locked rotor fault
. Mains frequency outside limits of +/. 3.6Hz
· Selectable protection, inoluding:
- Phase reversal
- Stall and jam
- Thermal overload pre-alarm
- Current threshold alarm
- Underload fault
Monitoring and Indication
Door Mounted K4-pad
· Displays setup parameters and ilult codes for previous fille faults.
· Factory preset br most common adjustments
· Security to avoid accidental controller modifications Is pnrided by dip svilChes on the biDe of the
keypad, which must be adjusted to pruide access to 3 programming '"Is.
Real-time indication via the digital kfpad of:
. Motor current
. Load Torque
· Motor thermal state
. Power factor
· Fault status
Two logic outputs:
. Motor thermal overload or Indication of motor current present
. Current threshold alarm
One analog outpurfor 4 to 20 or 0 to 20 mA indication of motor current torquft1ermaJ state. or ~
factor.
[Clt/98
01997 Square 0 All R/9IllS R~
7S
MAR-1S-1999 10:44
STR-WN INC.
41::H c::~tj C::C::C::' ( r' . c:: (/ "Ilj
Motor Control Centers
Model 6
Application and General Information
ElectronIc EquIpment
One logic input, which is configurable for force to freewheel, thermal overload reset or indication of
external fault.
options:
. NEMNEEMAC HP rated contactors substituted for Telemecanlque D or F line contactors
. Reversing
· 120 Vac Control Power Transformer
· '20 Vac customer VA capacity added to oontrol power transformer
. Push To Test Pilot Lights
· LED Pilot Ughts
· Auxiliary interlocks
Application
Unlike NEMNEEMAC rated electromechanical devices. selection of solid-state reduced voltage starters
is apptication dependent. Motor related factors (such as torque, base speed, and nameplate Fun Load
Amps), combined with load characteristics (such as connected inertia, acceler.ation, and n,mning
requirements), must be oonsldered tor optimum application of solid-state reduced voltage starters. See
the ALTlSTART catalog (Square D Publication #8638CT9701)and Product Data Bulletin IIB600PD9201
for additional technical information.
For convenience, the ALTISTART selection tables are based on nominal horsepower ratings.
Remember, nameplate FuJI Load Amps and starting characteristics vary depending on motor
manufacturer, base speed, and design. ALTlSTART units must be selected based on maximum unit
amps, not horsepower.
The ALTlSTART 46 Soft Start is offered in 2 versions: Standard Duty and Heavy Duty. The factory will
program the soft start and size the components for standard or heavy duty based on the catalog number
enlered. For heavy duty applications the soft start has been derated by one size before being packaged
in the MCC unit.
Standard Duty: Typical examples of standard duty applications include most fans and centrifugal pumps.
Other standard dUty applications include machines such as screw conveyors or conveyors thaI are
started with little or no load. For standard duty, the ALTISTART 46 is preset tor Class 10 motor overload
protection. a 300% current limit and 10 second accelemtion mmp. Standard duty operation is defined
as 10 starts per hour, with a maximum start time of 23 seconds at 300% current limit or equivalent.
Heavy Duty: Typical heavy duty applications include high inertia loads or other loads requiring long
acceleration times, Some examples 01 heavy duty applications include grinders, crushers and presses
as well as high inertia tans and saws. For heavy duly, the ALTISTART 46 is preset for Class 20 motor
overload protection, a 350"k current limit and 15 &econd acceleration ramp. Heavy duty is defined as 5
starts per hour, with a maximum start time of 46 seconds at 350% current limit or equivalent.
Contact the Square D Field Office for additional applJca.t1on Information and pncing for app~cations
requiring:
· 2 speed or della.wye motors
· motors other than NEMNEEMAC Design B
· low slip motors
· power factor correction capacitors
· multi. motor applications
· horsepower greater than 500 hp at 460 V or 200 hp at 2001230V
Selecllon
To select an MCC Soft Stan unit, reter to the unit selection tables on the foUowing pages in this
section and:
e '997 SqLW'8 0 All RighlIi ReeeMKI
,~ [Ij]
78
MAR-15-1999 10:44
STA-CON 1 NC.
407 298 2227 P.28/40
Application IlOd General InfonMtlOl'l
Electronic Equipment
Motor Control Centers
Model 6
,. Select either circuit breaker or fusible switch disconnect type unit.
2. Select Standard Duty or Heavy Duty rated unit based on the dury cyde. acceleration time and
starting current requirements tor the load.,The ALTISTART 46 Soft Start will be preset for Standard
Duty Or Heavy Duty at the MCC factory BCCOrding to the catalog number.
3, Choose a unIt with an ampere rating above the nameplate Full Load Amperes (FLA) of the motor
being controlled by the soft start.
4. Select a Unit Control Circuit Variation to meet the control power requirements tor the application. If
no option i6 chosen the unh will be supplied with unlused separate 120 V control circuit with control
power disconnecl
5. Add Power and Control Options required tor the application.
(gl1~
= t 1197 Squan 0 AD Rlgt1b FIoselWd
T7
MAR-15-1999 10:45
STA-CON INC.
407 298 2227
P.29/40
Motor Control Centers
Model 6
Appllcarlon and General IntonnBllon
E1ectroni: Equipment
Standard Duty ALTISTAR'fTM 46 Soft Starts with Circuli Breaker Disconneeta
(Pumps. Fans, Lightly Loaded or Unloaded Starting Applications)
Standard duty operation Is defined as '0 starts per hour with a maximum start time of 2:3 seconds at
300% current limit or equivalent
Motor Rated Malt. Thurm.l.
Hon:spowet Unit MagnBtic: SpSCB
200V 23DV 460V Amps CIS Amps (Inches)
- 3 - 10 20
:3 - 7.5 12 2S
- - 10 14 30
- 5 - 16 35 36
fj - - 18 40
- - - 20 45
- - 15 21 50
- 7.5 - 24 50
7.S 10 20 28 GO
10 - 2S 36 70
- - 30 40 so
4B
15 20 40 54 90
20 25 50 69 100
- - - 72 110
25 30 60 aD 110
30 - - 90 125
- 40 75 105 1SO 72
40 - - ',5 175 (2OW)
- 50 100 140 200
50 60 125 180 225
GO 172 Z50 72
- - (3OW)
- 75 150 200 300
75 100 200 250 SSO
100 285 400 72
- - ($W)
- - 250 302 450
150 150 350 439 600
- 200 400 48{) 800 72
200(1) - 450 u> 52B 800 (SOW)
- - 500 III 590 900
If> Available In NEMA Type' And Type lA enclosures only.
78
C 1997 Square 0 "-11 RIghIs ReserVB:l
,~~
MAR-15-1999 10:45
SIR-CON I NC.
407 298 2227 P.30/40
AppDcatlon and General Information
Electronic Equipment
Motor Control Centers
Model 6
Heavy Duty ALTISTART 46 Soft Slam. With Circuit Breaker Dl9connects
(High Inertia L.oad& or Loads with Long Starting TimBS)
Heavy duty operation 16 defined as 5 starts per hour with a maximum start time of 46 seconds at 350%
current limit or equivalent
Motor Rated Maximum
Horsepower Unit MAG-GARD CIB Space
200V 23DV 480V Amps Amps (Inches)
3 :3 10 1<1 15
38
5 5 15 21 30
- 7.5 - 24 30
10 10 25 36 50 q
20 ZO 40 6Z 100
30 40 75 105 250 72 (2OW)
60 60 125 178 400 72 (3OW)
75 100 200 257 400 72 (J5W)
150 200 400 480 CIOO
200rjl SOOW 590 800 72 (SOW)
-
<I' Available In NEMA Type 1 and 1A enclosures only,
Standard Duty ALTISTART 46 Soft Starts Wrth FusIble Switch Disconnects
(Pump&, Fans, Lightly Loadecl or Unloaded Starting Applications)
Motor Rated Horsepower shown for convenience only. Size per ac:tual motor full load amperes.
Standard duty operation is defined as 10 starts per hour with a maximum start time of 23 seconds at
300% current limit or equivalent)
Motar Rated Max. SWItch
HorsapDW8l' Unit Amp$ Space
200 V 230 V 4150 V Amps (Fuse CIB$6) (Im:hBS)
5 :> 10 20 30 (.I)
36
- - 15 21 60 (J)
10 10 30 40 5O'(J)
20 20 40 63 100 (J) 48
- 2:5 50 72 200 (J)
40 40 100 129 200 (J) 72
- 50 - 140 .we (J) (2(1WJ
60 75 1SO 200 ~(J) 72 (3OW)
7!i 100 . 200 2S8 <400 (J) 72
100 - 250 302 ClOO (J) (35W)
150 1SO 300 410 aDO (J)
- 200 400 480 BOll (J)
72 (SOW)
200 - ~li) 572 ! 800 (J)
- - SOOtj) 590 1000 (J)
~, AvaUable in NEMA Type 1 and 1A endOSURIS only.
(g] 1188
79
~ 1997 SqllBl'll 0 All Rights Aes8Nlld
MAR-15-1999 10:45
STA-CON I NC.
407 298 2227
P.31/40
Motor Control Centers
Model 6
Application and' General Information
E1ectrcnie equipment
Heavy Duty ALTlSTAfrrI1'I 46 Soft Starts With Fusible Switch Di5coMeets
(High Inertia Loads or Loads with Long starting Times)
Heavy duty operalion is defined as 5 starts per hour with a maximum &tart time of 46 seconds at 350%
current limll or equivalent.
Motor Rated Max. Switch
HO............1If Unit Ampll Space
200 V 230 V 480 V Amps (FU3e Class) (Inches)
5 5 10 20 30 (J)
36
7.5 10 20 ~ 60 (J)
10 - 30 40 110 (J)
2.0 20 40 63 100 (J) 48
- 25 50 72 200 (J)
40 40 100 129 200 (J) 72
- 50 - 140 400 (J) (2OW)
60 15 150 200 400 (J) n(JOW)
75 100 200 25B 400 (J) 72
100 - 250 302 OOO(J) (35W)
HiO 150 300 410 6OO(J)
- 200 400 480 800 (J)
72 (SOW)
200<D - 4SO<i) fi12 800 (J)
- - 5OO<jJ 590 1000 (J)
I" Available in NEMA Type 1 and 1 A endosures only.
A1.nSTART Unit Power Options
Motor RBtscl Horsepower Spacll
Description (Standard Duty Rated Sort Start)
200 V 230 V 41>0 V (Inches)
20 2S SO 6
SubStitulB NEMAlEEMAC Cont8ctorB 40 50 100 0
Provide hol8epowef raled NEMA/EEMAC Type S 60 1S0 5 added to wkfth
conlacttn In place 01 Telllmucanique, AC3 lBled" 0 75
Dr F line contaClors, AlSo providee 8501 Type XO 75 100 200 0
control /lIilJy5 in place of Tlll8mBcaniqull 0 Une
rOlays, 100 100 2SO 25 added to WlClIl\ (20. DIMIp)
150 200 40tl 10 added Ie wldIh
5 5 15 0
20 25 50 6
~1I Capability 40 50 100 0
Not available wiItl NEMAIEEMAC TypIl Conlal;tOr.;
60 75 150 5 aMIIll to WidIh
200 ZOO 500 0
7.511> 10 tiJ 20 CD 0
Shorting ContldOr 200 200 SOO SlAnclaIlS
QJ FmBWheel SlOpping musl be aa:eptable in these applications. No COf1trOlIed deceleration available,
c;i 1997 Square 0 All FiIgnls AeseNBd
,~~
80
MAR-15-1999 10:46
STA-cGN INC.
407 298 2227
P.32/40
Application "nd General In' ormation
ElDdronIc Equipment
Motor Control Centers
Model 6
ALTISTART Unit Control Circuit Variations
Description Application Space
(Inchu)
UNused Separute 120 V Control ClrQIIt wtth Suandard on all S1arl8rll UIlIIl~ a control pawor
Single Pole Double TInM (SPOT)Conrrol Powllr Dlsconnsr;:! trarl$Iormlll' or Itne voltQge eomrol Is ch06lln,
UntUli8d Sopama 120 V Control Circuit wIlh OClJlIe Pole 0
Double Throw (~OTlConlrol Power DlseonnllCl
Pvsea S9para1e 120 V Comrol ClrclJn with lncludoo ono IU$C and control ci~lllnlerloc:k.
Control Power DIsconn&d
Cormol pl1Wer taken belwesn phase$. 0
Fused U1le VOltage CcnlnlI Circuit
(l'Ml primary lUs8l:; malt. 240V floe YOllago) Control power Ulken from pl'laA and nelllTlll.
Operating Mechanien1 InlerlOek SPOT
(Addoo 10 Contral ~r Transformer) OPOT
MDIor Ratad Hon;opower
[Sl3ndarcl Duty Rated Soli Sian)
208 2.'30 4SC
50 (5)
100 (55) 5 5 15
150 (lOS)
300 (255)
FU$Od Control F'oI.ver Transfonnar 100 (11)
Available IrBnsIormers arc sIIown tor each honlepower ranoa, 0
VA rating shown in parenthesis Is \he lUC:IB&4 ggpael1y lor cIne 150 (81) 20 25 50
corttrol OellleOS aller aubtracllng the c:ontl.ClDr requiremems tor JOO (Z11)
T e1smecanlqull eanIaclon;, For NEMAfEEMAC contactol1l 300 (1as)
contact the Sq lIll/'G 0 Field 0Iflc;e, SOO (385) 40 5C 100
500 (267) laD 100 250
750 (S17)
300 (227) 150 200 400
500 (427)
300 (207) 200 - 500
SOD (407)
~,~
a1
C 19117 Square D All Rl~ ~rwa
MAR-15-1999 10:46
sm-CON I NC.
407 298 2227
P.33/40
Motor Control Centers
Model 6
Application end General Information
Electronic Equlpmsnt
ALTlSTART Unit Control Optlon&
Description Space
(Inches)
1,5-30 Eo8C, stan delay
Unwimd mO.J2N.C. 0 line rlllay o it one per $l8rtllr;
UnwirBd 2N.OJN.C. D line relay: 1N,0/1N.C, 1~180 SllC, on de1l1Y timer :3 lor up to lItree max,
Unwimd mo.JN.C, D IIno r!llay; IN.OIIN.C, 10-180 see. oft delay timer
Pllol Light5 (1TIlI~. 1hIe devices)
Run pilOt Iighl (Red)
011 pilot IIgtn (Green)
Alarm piJo1 ight (Yollow)
Power On pilot IIgh! (6Iue)
Sl3rl En:lbl9d pilot light (WhIte)
Fault pllot light (Red)
LEO Pllol Ughtc (max, live devices)
Run pilot IIghl (Red)
011 pilolligllt (Green)
Alarm pilot ligtn (Yellow)
Fault pllOI lillhl (Red)
Puch To T85t Pilot Ugttttnax. five CleviCWi)
Run pilei Ught (Red)
Off pilot Dghl (Greenl
Alarm pfIollighl (YBlIow)
Start Enablsd pilot light (Whltll) 0
Fault p1lo1lighl (Red)
LEO Push To TlI5t Pilot UghtlmllX. IIYe dBViCSli)
On pilei tigh1 (Red)
orr pilot light (Green)
Alann pllOl Ugh! (YB11aw)
,F:lU1l pllolllghl (Red)
S13rt/Stop push bullon6
HandlOIlIALIIO selector switdl
Fo1waniIOffIR~o seIeelor 6Witch
AI:; ammeter with Q1~nllranslormer
Elapsed TImo Moler
SubstlIuIe Type K \rr=,lhmo dBYil;&s)
AuxJIIIIlY BlICt/'lcal ln1enOClUi
1 N.D.!! N,C, ConlaCt on start onabl9d
1 N.O.l1 N.C, On lnplll c;ontaldor
, N.Oh N.C, On ahorting/bypIW contaetor
C 19i7 SqU8JB 0 All R9/1lS RllS8rved
1/98 ~
82
.!! ",,'" !!' III
II t' "'1'
FOIIJ
.I.l.. It
E
.!!!
_ ilWItIM'
=: !:
.= .,...
IVO
It: -
5 ~CZ IN
r.AW'
MAR-15-1999 10:47
STA-CON INC.
Application aM Genunll Information
Electronic Equipment
Wiring Diagram for ALllSTART 46
B!
...-:--
10 -....;....
~-'OA
--...
~
a.
....
.!l
~
" Q .
---0
REMan
COoITIlOL
~,~
407 298 2227
P.34/40
Motor Control Centers
Model 6
!!
<rz
MI
A..
....-......
":.~
c,
2
~
,S!! 2':
;-H- ...,..f~:
: Dl ClI:
:-+- .-+;
:....~.~.:
sa
e 1997 Square 0 All Rlghb F\o:\CfWd
MAR-15-1999 10:47
In I SQUARE
STA-CON INC.
D COMPANY
TECHNICAL OVERVIEW
S.IAmtnu $ ClASS 8020 TYPE SCP401, 423, 424,444
'l7 I on MODEL 400 PROCESSOR
r-,
The SYIMAX Model 400 Processor is a single-width
module which plugs into a SY/MAA Class 8030 digital or
register rack assembly. Compatible with the SYIMAX
Programmable Controller Family, the Model 400
processor featUres a powerful instruction set tor the
control of up to 4,000 inputs and outputs in small to
medium control applications. The two SYfMAX
communication ports on the Modal 400 permit direct
communication with other SY /MAX Class 8020 Processors
and oth9( devices, ana for connection to the high speed
SY/NET. Local Area Network. The processor also
includes a real-time clock (whidl accommodates leap
yoar) with an accuracy within 1 second per day at 25.C.
In addition to the basic control logic instructions available
in $ffiaU to medium pc-ogrammable controllers. the Model
400 ptocessor has an extended instruction set typically
found in larger controllers. Standard instructions include
lutI program scan control (including GOTO, subroutine,
and timed interrupt capabilities), CSNm sequeoalr, and
) ASCII input. TIle drum sequencer provides sequential
control of outputs based on timB or a series of events.
The Model 400 processor can process ASCII as inplJt. in
addition to supporting the familiar SYIMAX ASCII outplJt
capability. This allows the Model 400 to receive direct
input from devices :such as weigh scales and bar c;ode
readers. Model -400 processors (with the exception of the
SCP401) also ofter a scan speed of less than 1
millisecond per K, floating point math, and PID
calCulations tor handling closed loop conltOl. Refer to the
Instruction Set table.
The Model 400 uses a Motorola 68010 microprocessor.
which is responsible .for performing and COO/'dinating all
operations including all interrupts and errOt .condilions
from the communications interface, SYIMAX bus. scan
processor. and math co-processor. Scanning (except tor
the SCP401) is performed by an AMD 29116 ptOCeSSOl'
utilizing a 64-bit compiled word. Floating point
~s are pertormed by a Motorola 68B8' math co-
~. User meml.?ry is 4K, 8K or 16K CMOS RAM or
1St< RAMllNPAOM mix (8K UVPAOM maximum), with an
additional 4K user registel's on-boarc1. Each register can
be assigned as a data value, counter, timer, 18 digital 110,
ote.
...
.:.+~( C::JO c:..c..~1
I .....J...J' "1U
TO-503-02
MAY, 1988
TOO Model 400 has a commercially available on-board
battery which may be replaced under power. The battery
supports the control program .,hon the prOCOS30r is
removed from the rack and also augments the system
power SOpply batteries when n8cessary. Two additional
LED indicators annunciate WRITE PROTECT and
BATTERY LOW conditio.nI; in addition to the standard
SVIMAX LED's of RUN, HALT, MEMORY, FORCE and
110. .
To maintain system security the Model 400 processor has
a tour position (DISABLE OUTPUTS, HALT, RUN and
RUNlPROGAAM) k8y-operated mode selector switch.
MuIti-lBveI software security features can also be used to
pnwent the alteration 01 data and control programs,
pr8V8I1t WO forcing, pl'event viewing some or ail 01 the
user program, cestrict notwork access of information, and
P",OYide .pas~ security.
Dedicated to Growth . Committed to Quality
SIR-CON I NC .
SPECIACATlONS
Physloal Specifications
MAR-15-1999 10:47
Electrical Specifications
CulTent Draw on SYIMAX
Power Supply 3500 mA
2500 mA for SCP-401
Memory Support .... -D- call alkaline batteries in
power supply - at least "
months (battery age less than 2
y6arS). On-board AA lithium
battwy in processor - allaast
1 year (augments power supply
batteries whfIn ptOCessor
installed in rack)
Envttonrnental Specifications
Ambient Temperature
Operational ...... O. to OO.C (32010 140.F)
Storage ......... -400 to +SO.C
(-..00 to 17a.F)
Ambietlt Humidity ... 5 - 95%, RH non-condensillQ
BattBry ............ 3.6V AA Ulhi4Jm (Tadiran
TL 5104 or equi~alent)
Vibration .......... Vibrated in It1ree axes from 5 to
14 Hz at 0.2 inch (Smm)
displacement. and 14 to 200 Hz
(2 G acceJera1jon maximum) for
90 minutes per X. Y and Z
plane. Dwell at resonance
frequencies for 10 minutes.
Noise ............. PasseE following noise tests:
· NEMA ICS 2-230 and lEe
65A Par1 5 Section 2.6.2..4.
(Showering Arc)
· ANSIllEEE C37.9Oa, IEEE
472 and IEC 65A Part 5
Section 2.6.2.5. (Surge
Withstand Capability)
· Chattering Relay (Landis)
Test
· Curreru Spike (A9Y8rsing
motor) Test
· ESO Protection meetS lEe
&SA Part 5. Section 2.6.2.2.
~~( ~~o ~~( r.~u'~u
Dimensions (without key)
W x H x 0 ....... 1.5 l( 12.8)( 7.1 inches
(3.Bl x 32.5)( 16.0 em)
/"'-..
Weight (Approximate) . 4.2 pounds (1.9 kg.)
FuncijonalSpec~aons
Scan Speed
SCP401 ........... 2.8 millis9COllds per K Boolean,
7.9 milliseconds per K nominal
SCP423. 424, 444 0.7 milijseconds per K Boolean,
2..9 mi/fiseconds per K nominal
Real Time CIocIc ..... Aecuracy within one second per
day @ 2S.C. 16 seconds per
day OYer lull temperature (0-
SO-C) and humidity (5-95%)
range.
Memory Size
SCP401 ......... 4K RAM
SCP423 ......... BK RAM
SCP424 ..,...... 16K RAM
SCP4+t ......... 10K RAM/UVPROM
Memory Utilization
1 WO(d per contact or coil
Memor)' Overhead
8 WOf'ds
Diagnostic ughts . - " Seven (RUN, HAlT, MEMORY,
FORCE, 110, BATTERY LOW,.
WRITE PROTECT)
Total Addressable
Registers ........ 4000 on-board
ExtemaIIlO
Over 4,000. Ally mix in groups
of 4, a, 16 ()( 32 points per
mOdule.
lntemal Relay
EQuivalents
16 per unused register
(1 ".000 nominal total)
Data Star.
RegiSters ........ Flexible to 4000 l&-bit
ragi&ters or 2000 floating-point
registers.
INSTRUCTION SET
INSTRUCTION Dl8PLA y DESalfPTlON REMARKS
Canrads -1 t- Repru,enlzl ON.OFF Sl8lI.I& of inputs, WlPUlB. ifIUlmaI Input devices can be monitored in HALT.
--;ff'- relays, and I'8Qisler bits.
Coil -ir- Aopreseua:. an QUtput ~ ID Iho prac:eamr. Upon 8 1r3fUition kI RUN, aJ/ g)l]$ WI! __
61.~ on lh8 b.-.an. ~ Ihe 8lICOI'Id
scan. I!lI cois are t.r;ldaIOd ~ng on Ihe
~ of the lcVc in Iha1 ~
~
2
TO-503-02
"
,',,"
'-
MRR-15-1999 10:48
STA-CON INC.
MODEL 400 INSTRUCTION SET (continued)
407 298 2227 P.37/40
)
lHSTRUCOON DISPLAY DESCRIPTION REMARKS
Inl9rl\:iJl Relays R. Represents eootrol relay func::tiom. Operation is muc:I1 lh8 same as-an outpIJt but
-(r- does I1D1 dir8c1ly control output ~
L.alcMJnlaldl --(l r- D~icaIes!he BClion 01 a mechanically halcIlillChino relay. La!Ch and l.Inlalch rungs must be programmed
Relays --{Ur- This is aa:ompI~ ltIrough the UIllI ollwO inlBmal relay ~.
coils with the same address. Once a latch coil i6
energized, it remains on unlil tho unIalcI'I COIl ill flC\llf'Qil!Od,
8\/9n if power is 1'9l'llOVed.
Transi1iooal Co~ . -n l- An imDmaI Ot 8XIemaI coil wl1d1 will only energize on a Requires two lXlnS80JIive 00. addres565, ono 10
lTan6ition of lhlIlogic from open 10 cIosod. The output wi. ItlCIOl"d hl ttansitiOn and one 10 remember tho
t8main on far a single pnx:assor scan. The lOgic must Ias1 6ta18. A transilionaI coil must be IlS$ign9d
Ium the coil of( and Il'8n:lilion 10 on agaillll I'tHlIlClfgile an 000 addrBS5 number. The procassot .wi
Ihe DUlpUt coi. IhBn LI58 hl Il8lCI L() address fOt recording too
~ SZalB 0/ !his same cail.
Uasl8l' Contrr:lI MeR MCA ON lIIIows logic 10 furdion. MCR OFF Ilrns ~
Relay -( )- DUlpU1.S. MCR contn:is lIlI /iUCCI88C1ilg rmgs until a new
MCR coa is prog~ or tile end of program is
reachBd..
TIITB" TMR T mer mgisIer can 5tml a lour digit decimaJ value lWi1h a Programming techniques allow far programming
raroa trcm 0 10 9999. Of ON or OFF delcly ancs inlervBl timers.
Raplaoos 1iming reIay8 and molOr driven tmers.
$ AiR ~ time bases arB .01 sec., .1 sec., ., min.
CounI8r CTR Coun1B" regi$lef c:at\ store 8 lour digil clecinaI valvo trom Possible 10 cascade COUI'IIBrs 10 obtain a count
o 10 9999. UP, OOWN and UPJDOWN counters 8fe greater lh8n lour digits.
51ar\datd.
Drum Sequenc:er DRUM Simulldas ~ CII'uIn5wildl operation. Manual or al.llGmatic timB, evenl, or 8
conDn81ion ollimafevent sequencing.
Synchronou& SHFT Used lD 6hIf1 inl1ividuaI bilB 0/ a lIIOt8ge ~isIer in eilner a Used in appIicalion:l1ha1 r8QUire a U9Br \0 keep
StlIt RegisIer IotW8rd Ot rewrse di'actiJn.PO&liibIe 10 stVtt '. 8 Q( 16 InI;:k 01. tit paUem8.
bit channels as a time.
Asyndlronous FIFO Dala is loaded in10 !he Iirst lO1Il and BXIl6 out the Ia5t Used to record the on:ler 01 event5 as lhOy
Shift Regilll8l' zooo ltIina IN and OUT axnmanlis~. PoaaibIB occur, such as in conveyor and alarm
(Fntln, to shift 8 Of '6 bit ctlannsls at a time. lltlIlI.tlCiati "JlPIi' "',;. -IS.
Fr.it OUt)
Dam Comparison IF COtnI*" funetions between &tDragIll ~ Ol ~ It is poliSibIe 10 ~ram uvee c::ompariscnS on
1= .. an inIllger or ftoasing poinllllDlBgll rugisler and II lXI1StZInt. one inB. tn Int8per lTlOde, number6 trom
, .
~. <I When an IF is true, the IF Dol m:ts ik8 a tihort. -32,768 to 32,767 can be compatDQ. In
ffoatJng point mod6, 8 raooe of -3.4 x '038 10
3.4 x 10-- and wlu89 85 IrAiIII as t'.2 X
10-38 are allowed. Math anCl SPECIAL
tunclion8 can be used in IF &S8I8n'lents.
DaIa TranQer LET Tmnsier daIa Iram one 61Dr8ge n;Vsl8r 10 anaIher or RangBe are ..ne as Data ~ labove).
pnlI$lIC$ a COR:I1IrIl irllo a IlOBge ragisIar. M8ltI IIr1d SPECIAl. 1unc::lUts can be used in
LET~
T ranritionlII TLET T ranlii\iDn sansiliYe; t'8Gtricts the operation 01 1he LET
LET irIm.Iction lD one operation g each cpan &0 c:Io&eCl
tranaiIiOn of !he input aniIion.
IndIt8ct Regi*Ir RDSTAT Incirecl regisl6r ruad 01 saaws field.
Read RDOATA IncMlcl regislIIr I'ald 01 d8Ia fiBId..
FNDBfT LocaIB and dear Ihe tnI biI (i:)weI1 til tuItlerl 88t in lt1e
incfitect regiIW beilg reud.
Bnary to BCD BCD CorMnion or tlinwy O&la in a SZDrUge regiaeBr 10 i\a AIaw5 thtl JrOO8SSOl' 10 drive II BCD-type LED
binary COdBd dec:imalIBCD) equiv8lent. wiltin II LET or IF lispay.
~
BCD 10 Binary BIN Conversion 01 binafy COded d8cimaI (BCD) d$ 10 il:I U5I8CI in ~~ 10 COtI'tllrt !he ONlOfF
bi18ry equiI/8Ient wIltin a LET or IF inatruction. I\A,III !rom a Utumbwheel switch Ie a blnary
mmber which hl plnryeosao- can operaIu on.
TO-503-02
~
3
MAR-15-1999 10:49
\,
INSTRUC110N DISPLAY
LET,lf
$landard MaIh
Operations
(Irnoger ancl
~ Point
md\)
AdciIion
SubIJadion
MllIIipl;..."Nj
0M9im
Squ/Jto Root
AlB*JIB Value
SinB'"
Caeine"
LOG'c'
l..ne .
tv,..-
Alt\IanceCI MaSh
.-.cI 't ~
Ope. aIioot:f
~if-sI
Operalicnr'
PID
~
(gJ
)(
+
SORT
ABS
SIN
cas
LOG
LN
v-x
INVERT
NEGATE
ROUND
XSORD
HYPOT
HYPXYZ
TANGNT
COSEC
SECANT
COTAN
ARCSIN
ARCCOS
ARCTAN
ARCCSC
ARCSEC
ARCCOT
SETDEG
SETRAO
DEGRAD
RAOOEG
Pl
L2T
L2E
LG2
LN2
EULER
E
,oeo
.,RAe
ETOPI
PrTOE
ETOE
ETOEULR
SCRTE
SORTPI
ADOSTA
VARNCE
PIOR
PIOO
PIOM
LEDl.AG
STA-CON INC.
407 298 2227 P.38/40
DESCRIPTlON
MODEL 400 INSTRUCTION SET (continued)
REMARKS
Malh operations are per10rmBd left 10 right. and &re The f8SUll of 8IlY integDr maUl operation must
programmBd inlo LET D' IF instrvctions. I'IDC BIC88d the range .32.788 10 32.767 or an
IlIII8rlIow conc2ition wil resuIl.
Value range lor inlB{l8r ma1tl;
:!:~,767
+
VlIIua r~ 10( tloarinQ point math opBrBlions:
-3.4 x 1C)3B lO 3.4 I lOU, 001 smaIIEIr Ill8I\
! 1.2 I 10.31.
TI\e intermedisr" result 01 an integer
~ cannol tall outside tle range
-2.1."1.AA3.847 1.0 +2,147.483,647 or an
CMIrtIow condition wiD I1I5Uk.
Thl:l rOll1Jlt 0( any nearing point I11Idh operalion
nwsl I'IDC BXaBl :t 3.4 II 1o:aa or be smallm
than :!: 1.2 II 10'U or an over1low txlnOi1iCln will
occur.
The intermediate resuI1 01 a flosting point
oompu1alion cannot IalI 0Ul9ide the range at
:1.2 J,l)4lI32 to ;t3.4 II: 10-.
. These lunc:ticns no! available in !he
SCP401.
Divide 1 by lIlB current result (11X). - These fI.rlcIians not available i1 the
Cha1lge llign eX cuneot reeulL SCP4Ol.
Round flOating poinlnumber 10 in16gDl'.
Square cmenl ~
Calculate l\AoO.di!NInsionaI hyPOlenvse.
Calculate II1roo-dimensionaJ nYf.olenuse.
CaIcUaw tangent
CalculalB cosec:ant.
CaleuIalB sac&'lt.
CaIaJIalG c:olangBnt.
CaIcuIaIs arc sine.
C8allal8 COSine.
CaIcuIaIe arc tangent
CaIculaIe an: CXlS8CaI'lI.
CalcuIala art: sscant
caIoJlalB M; COlal1Q9r1t
Perform subsaquant N111".llb'liot1s in aagr811 mcxle.
Per10rm Illb&ecp-n ('2lcl""l~ in.RIdian.modQ.
CarMlrt cIegreoIllD radian&.
Corwert I'8li8ns 10 degrees..
The IoIIowing mns1aIlt& are SlDr8d 10 8O-tlIl prucision:
MuIIipIy result by ~
M~ r8SlJIt bt' 109 basel 20110.
MulIiply resuII by log DlIli8 2 01 natuJBlIog 8-
Mutliply l'8tiUll by log base 10 01 2.
M~ I'll8Ull by log base e 0/ 2-
~ r8Ul by ~& consIIInt
Multiply fBSUlI by natural log e.
M'*PIY rusult by 1 deglllB in racIiana.
MuIIiPY re&uIt by 1 I'lIlian in Clogmas.
MuIliply ~ by e n
MuIlipIy result by ne
MuIliPy I'8SlJIl by e ·
MullipIy rus~ by e E.....
Multiply resull by va
Mulliply rB:kl1t by v 1!
Store current resull in e\alis1ical block of ragislet6 . ThIao tUI'diona not IMIiIabIe in Ih8
consi&ting 01 the summation 01 pravious values. scP4tll.
summation 01 ltle IqUBI'8S 01 pt8Yicus YHucls. and the
eccurnutaIed counl of prIIVQ.as wIues.
CaIc:utaIe stlI2isliclll vari8nal on !he aaunulaled lOIab i1
lhe BtBIis8caI tlIclc:k.
Calculate I'B'oIIltS8-aCt PID Uip. . 'thus8 funclions not evaiIabIe in the
CaIcul8Ie dW8cl-ac1ing PID loop. SCP401.
CaIcutDe P1D leap in rnawal.
CabAaze IIladf1ag 1uncID1la" PIO lOOp.
4
TO-S03-02
.
\)
MAR-15-1999 10:49
STA-CON INC.
Model 400 INSTRUCTION SET (continued)
407 298 2227 P.39/40
INSTRUCTlON OISPLA Y DESCRIPTION REMARKS
A logical lunction u68d willlin an IF [)( LET command
having the prr:Ip8rty &uCh that if 5 and T are logic
quantities, 1Ilen !he Jogic8l resu/t of . S XOR T" is defood
Emusive OR III in !he b'lowing \able: InlegCr modo Ol'lty.
S T S XOR T
0 0 0
0 , ,
, 0 ,
, , 0
RandOm Number RANDOM Generates random tll.mbef. Resul\9 in a positiYD random number lhat /'BllQO$
Goneteeor trom zero \0 \he value 0/ !he argument minus ,.
GOTO GaTO Ins1Nc:Iion 10 cause \he proc8S5Ol' lO skip over 8 :I6CIion of Shonans pn:x:ewlC scan lime isnd immeclialBly
!he ~ to II d9signaIed po&iljon in tho program. iL-rnPS 10 a designaIeCI po6IIion. Can jump
Poei1ion is Clelertnined by a MARK rung placed in IorwIWd [J' backwatd.
memory.
&brouti1es GOSU8 Groups oIla016r diagram rungs lha1 can be esecuted !rom ApplieationD include varia~le sequence
lhe UlI8l"s Iadd9r diagram only by enabling 8 nasuB machines. recipe program8. rodundant
itlSU\JClion ~ is programmed in the main program. processas..
t.lARK The stW1 0I1he 9Ubt'DlJtin&-
ST SUB 0en0IBs the begi'lning 01 the subroullOe area.
ATN The end of a subrDuUne. Ca.IS8S tne procesoor 10 jump
out 0I1he wbroutine and I'IIIUtn to l/'e main program.
Timed lruer,u;)l, A SptlCIaI sal"f:juaTC rung using ~lSleI is 1 Ii) allows l/'e Protecl PrOQlams.
CanmunicBlion 58165 following laalutes: Used in conjlA'lctO'l with:
BOO RagisUw' 1. Communications Inhitits
Security, Scan 2. PI'DQI'M1 V JOWing Inhibit 8176
Trne LimIt 3. RegiAer SatBguarding -{ }-
4. TIOOClInlem1pI Scan Control . , 6
5. Sean Trne limit
Maltilt M A maW is a group of &lOrage registerS I\lInOIed as a uM. ApPic:ation i'dudes machine diagnostICS, men",
LETM FonnlAaUts multi-register data transters and math. saledicn, etc.
IF M 1 unctions. Also allows multi-register compare
Sla18menl&.
Amr; A An arrclV is a group af 32 bit 1IceIi~ point clIRa 8looIge . Not aYaiIabIB in the SCP4Dl.
lET A registers operaled on as a unit. ~ multi.reQistar
IFA ~ lnWtSlers, ~ and ma#11uncliona.
Irrtml:daJe S8176 Setling bit 8' 76-07 will cause Ihe processor 10 R~SSers to be u~ are user~n.abIe.
I.() Updaie -{}- irnmedia1ely update &eIeCIBd ragisIn in VIe IJO image
-0" ~ 1lIfIfTOy.
lm/naciaJs 58176 Pl'OC8G&8B incoming dalA values lrom COM M port
CGmmunicaIion -{ }- cnanneIs wNch were ~ during processor ~.
Updme -1' OT 12
. ORDERING INFORMATION
ClASS TYPE DESCRIPTION
8020 SCP4Q 1 Model 4OO4K RAM withoUt Floating POinl
8020 SCP423 Model 400 8K RAM with Floating Point and High Speed Scan
8020 SCP424 Model 400 16K RAM With FJoatjng Point and High .Speed Scan
8020 SCP444 Model 400 16K RAMlPROM Mix with Floating Point and High Speed Scan
For additional information refer to InstruCtion Bulletin 30598-5()3.XX.
TO-S03-02
[gJ.
5
MAR-15-1999 10:50
.,
.51
INSTRUCTION DISPL.A Y
YTOAl. ~
SWAP 16
SWAP 32
ACCAL T
Ac::cunuI8Sor
....aniplJlaJioos ADDAL T
SUBAL T
DUP AL T
OUPACC
H'l'PAL~
ATANYX"
..
"
klerllity Nur'n09"
TypB
Forcing
Serial
CommunicaUOll
10 Cllher
poooe6liOl~cr
pe.~61s
Read
Wme ..
AIam1
Pnnl
"
ASCn input
ANO
OR
~
STA-CON I NC .
407 298 2227
?40/40
I.. ':'.' ...... ...
I .. "".J" .".
DESCRIPTlON
MODEL 400 INSTRUCTION SET (continued)
REMARKS
Same as ('l"t" except X in 1hb case i, l8ken trom \Ile
a/1lln'Iale acc:umula1Or instead 01 ttle seccod ~umenl
E.lichanr16 low and high ~ 01 trle current in&ermediate
resull.
~ low and high words oJ lne c:urrenl iI'Ilermedi;l\Q
rosutl
Exchange current accumulalor wilh Ihe allernale
aa::urnJIabr .
AcSd currenl inl&t'mediale result (rom tlle alternate
~.
Sublrac: curren! inlermediale res.Jt /rom !tie a1l8rnSlB
~ala-
Copy allDmale aa:urrn.ialor imo currant ac:cumulalOr.
Copy aJrTcm accumulalOl' (int.ennedia\e 1'8$U1t) inlo
allerrla18 accuTIulator.
Same as HY'POT elCelPt tne allema.le ac:urTLIImor IS used
insleIado/ Ihc sec::n:1 BlQl.6TI8nL
Similar..to ARCTAN'lDalpl1ha1lhe'lunction i:l per1a'med
en lheratio V IX.
NUMTYP laenlilies maUlemaocal classi/ication 01 current
itnermediate.. result
OR T I Fon:mg 0\Ien'i0eS Il1e acwaI il'l!lU1 5UIlUS cr OUlPll. as
lNlTlA TED . contrOIIcd by llle ladder liagmm.
Q 19l!19 Square 0 CornDAny
T READ
T WRTE
T ALRM
T PRNT
These manipulalions aI'Dw the user 10 preserve
ao.bit prec$on when porIormng c.a.lo.Aa\ions
whid1 ell2end beyond a single 1\Ill9.
- These lurclions ~ available in the
SCP4{)'.
Transfer storage register and 110 stallJS betwocn devices R!lQllircs no adouion31 hardware.
wlllCt\ may be. lOCalOO up to 1 0.000 100 \ aposr.. All CIre
IfatISIlioc'l sensi~
Transfers SloragfHegister da1.a trom remClle d9vIc:a 10 local
po~-
T ~ 1iIOtaQll'r8QiQ8r ocw. !rom a ICJ:aI prt:x::8SliO' to a
rarroI8 dIWCa
T~ a numerlcal value from II loca! p.oceaao. Ie II
/'e9-- in B r1iIIT1C*l DIMce. The IlUmDer can ~ trcm
.32,76.9 10 ~2..767;
i rBIlSlers ASC11 coded messages trcm tne prtX:8SS01' 10
any deYicc Ihal CDTIm~ in ASCII.
Numere valU86 Irom .32. 78S 10 + 32. 707 can
bll lnnslerred.
SimDIilied means of prodl..cing alarm ~
prlXl\JCZICI'l repons, lIlC. ASCII 0UUlUl data
lorm8l. Z, ~
T?RNT ,Can ac:commoda1e a bicc:k siZ8 up ID 25S c:tlalacUlrs. wilh AIows ~ \0 drec:tly ~ wflh tw-
tlIoci 1ern'VnaIion based ailher upon a cnaracter ClU1t or COde reaci8rs. weigh scales, eIC-
aelimitel:' ch;ndar. ~ variou& word 8lrudur8&.
inc:Jvding pari!y.
A klQCaJ 1In:lion used witin al'l IF a LET canmano
whi::n has 1hB property suc:h thaI if X am Y CII\! two ICgic
~ '!hen lne ~ .X AND V' if; oefIl8ClIe by 1tle
^ IoIowing Iabie: Imager trode cII'lIy.
v
X-
o
o
,
1
y
o
,
o
1
XANOY
o
o
o
,
A icgica' h.n::Iion U5BQ. wil'lin an IF a LET ccmnand
wfli:t\ Il8.S UlB ~ suc:n 1IlaI il P and A 8I1l k:gic
Ql.IaI'Ililiea. II'len Ihe Iogc8l RlSIIl at .p OA R' asunas
wluc:l as Qe(Jned in lIla lol'loorinc \abIQ:
p
o
o
,
,
PORR
o
1
,
1
R
o
,
o
,
6
InlBQer mode only.
f>rlnIed In USA.
TO-503-02
TOTAL P. 40
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
JAMES B. MESSERLY WASTEWATER
TREATMENT PLANT
LIFT STATION - CONTRACT 2
CONTRACT DOCUMENTS
March 1999
Project 9721
PREPARED BY
ZEI.
PHONE (706)724-5627
ZIMMERMAN, EVANS AND LEOPOLD, INC.
435 TELFAiR ST.
AUGUSTA, GEORGIA
ENGINEERS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION IND
INDEX
ADDENDA
INVITATION TO BID
INFORMATION FOR BIDDERS
BID
BID BOND
NOTICE OF AWARD
AGREEMENT
PAYMENT BOND
PERFORMANCE BOND
NOTICE TO PROCEED
CONTRACT CHANGE ORDER
GENERAL CONDITIONS
SUPPLEMENTAL CONDITIONS
TECHNICAL SPECIFICATIONS
SECTION TITLE PAGE NUMBER
T-l Site Work Tl-l thru Tl-S
T-2 Excavation, Filling and Backfilling T2-1 thru T2-4
T-3 Concrete T3-1 thru T3-8
T-4 Masonry T4-1 thru T4-3
T-S Structural Steel & Miscellaneous Metal TS-l thru T5-4
T-6 Plant and Yard Piping T6-1 thru T6-11
T-7 Valves and Hydrants T7-1 thru T7-S
T-8 Building Accessories T8-1 thru T8-3
T-9 Painting, Finishing & Acoustical Treatment T9-1 thru T9-S
T-10 Stainless Steel Pipe T10-1 thru T10-S
T-ll Hoisting Equipment and Installation Tll-1 thru Tll-3
T-12 Pumping Equipment T12-1 thru T12-1
Owner Furnished Equipment Part A 1 thru 10
Owner Furnished Equipment Part B 1 thru 19
T-13 Gates and Operators T13-1 thru T13-2
T-14 Bar Screen T14-1 thru T14-2
T-15 Air Conditioning and Corrosion
Control System T1S-l thru TlS-TS
T-16 Electrical T16-1 thru T16-18
T-17 Instrumentation OMITTED
T-18 Grassing T18-1 thru T18-3
T-19 Equipment Erection T 19-1 thru T19-6
'ZEL, ENGINEERS
9?21-IND.doc
IN 0-1
I
I
I
SECTION IND
INDEX
DRAWINGS:
I
I
1.
2.
3.
4.
5.
6.
7 _
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
I
I
I
I
I
I
I
I
I
.
.
I
-
.
I
-
SITE PLAN
SITE GRADING & PAVING PLAN
P & ID
YARD PIPING PLAN
YARD PIPING PROFILES
PIPING & GENERAL ARRANGEMENT PLAN
PIPING & GENERAL ARRANGEMENT SECTIONS
PIPING & GENERAL ARRANGEMENT SECTIONS
PIPING DETAILS
STRUCTURAL PLAN
STRUCTURAL SECTION
STRUCTURAL SECTION
STRUCTURAL SECTION
MCC BUILDING ELECTRICAL
ELECTRICAL SITE PLAN
ELECTRICAL WIRING DIAGRAM
ELECTRICAL LIGHTING PLAN
1.0. BOX PIPING
FLOW CONTROL MODIFICATIONS
DEMOLITION PLAN
DEMOLITION SECTIONS
9121-IND.doc
IND-2
'ZEL, ENGINEERS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
."'.DDENDUM NO. 1
3721
TO
CONT~.CT DOCUMENTS
FOR
JAMES B. MESSERLY WASTEWATER TREATMENT PLANT
LIFT STATION - CONTRACT 2
CITY OF AUGUSTA, GEORGIA
.i:\PRIL 1999
ZIMME~p.N, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS - APRIL 22, 1999
BID:
Page B-5, D. SCHEDULE OF EQUIPMENT INCLUDED IN BASE BID:, ITEM 5., under BASE
BID, .Zl..DD (D) WHIPPS, change" (D) Substitute" to "(E) Substitute"
SUPPLEMENTARY CONDITIONS:
Page SC-9 - Paraqraoh SC-24 Owner Furnished Eauipment:
CHJI.NGE: "July 10, 1999." TO "July 16, 1999."
Page SC-10
failure:
Paragraph SC-25 Beneficial Use of Partial Svstem; Penalty for
CHll.NGE: ".July 10, 1999" TO: "July 16, 1999."
SPECInC.i:\TION :
SECTION T-8 BUILDING ACCESSORIES, Page T8-1:
DOORS, F~~ES, .Zl..ND HJlRDWARE: Paragraph HARDWARE: ADD:
Group No. 1
~eyed En~ry from outside, panic hardware from inside
Group )lc. 2
Blind or no encry from outside, panic hardware from
inside.
Group No. 3 - Passage from outside, panic from inside.
SECTION T-13 GATES AND OPERP.TORS, Page T13-1:
GENERJl....L: ADD ahead of "specific": .1\11 Gates shall be designed ror a
static head or 20' .
EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEI2T OF ADDENDUM NO. 1 BY ATTACHING
THIS COPY TO THE FRONT ?LYLZAF OF THE CONT~.CT DOCUMENTS ."'.ND NOTING 8.ECEIP'I' Of
S~~E ON PAGE 8-1 OF THE 3:J.
END OF ADDENDUM NO. 1
ZEL PROJECT #9721
9721 ADD NO. l.dac
I
I
I
I
I
I
I
I
.....
ADDENDUM NO. 2
TO
CONTRACT DOCUMENTS
::OR
J?.J.'1ES 3. MESSERLY ';-lASTEWATER TREAT~1ENT ?Lll.NT
LIFT STATION - CONTRACT 2
CITY Of AUGUSTA, GEORGIA
APRIL 1999
ZIMMEFl".AN, SVANS AND LE:O!?OLD, INC., CONSULTING 2NGINEERS - A.?S.E 27, 1999
SPECI::IC;'.TIONS:
SECTION TIG - STAINLESS STEEL PIPE, Page TI0-3
?IPE ~~D ?ITTINGS:
ADO: 42H 5.5. ?i?e shall ~e .2SH :~ick~ess and iSH 5.5. ?i;e sna~~ be .12SH
:::hickness.
I SECTION T16 - ELECTRIC;'~, Page T16-12:
SERV:CE AND DISTR!3UT:ON:
I
I
I
I
I
I
I
I
I
I
Af~er ?ara~raph No.3, ADO :he ~ollowing new ?ara~ra9h:
Manual :ransfer swi:ches MTS 7 and MTS 2000 shali je 50C 701:, _ ;ole, 300
~pere, ~on-fusible double :hrow :ransrer swi:::ches in ~E~~ ~~~e : enclosures.
3wi~=~es shall be Cucler-2ammer Cacalcg No. OT367UG~, ~i~i Srounc ~u~ Cacalog
~o. DS46aGK, or approvec scual.
DRAWINGS:
DRAWING 5: Gace Schedule
CHANGE: "~on-rising sce~' to "risina Seem with coversH.
EACH 3IDDER IS ~EQUESTED TO ACKNOWLEDGE RECEIPT Of ADDENDUM NO. 2 BY ATTACHING
THIS COpy TO THE fRONT fLYLEAF Of THE CONTRACT DOCUMENTS AND NOTING RECEIPT Of
Sfu'1E ON PAGE 3-1 Of THE SID.
2ND Of ADDENDUM NO. 7
ZEL PROJECT ~9721
9721 ADO NO. I.doc
I
I
SECTION ITB
INVITATION TO BID
I
SEALED BIDS for the Lift Station-Contract 2 at the J. B. Messerly Wastewater
Treatment Plant of the Augusta Utilities Department.
I
Bid Item 99-054: JAMES B. MESSERLY WASTEWATER TREATMENT PLANT
LIFT STATION - CONTRACT 2
AUGUSTA-RICHMOND COUNTY
I
hereinafter referred to as the OWNER at the offices of:
I
Ms. Geri A. Sams
Purchasing Department
Room 605 Municipal Building
Greene Street
Augusta, Georgia 30911
I
until 3:00 P.M. on the ~ day of April, 1999 at which time all bids will be
publicly opened and read in the presence of those interested.
I
The CONTRACT DOCUMENTS may be examined during regular business hours at the
office of Zimmerman, Evans and Leopold, Inc., Consulting Engineers; at the
Augusta Builders Exchange, F. W. Dodge Plan Rooms, Augusta and Atlanta, or at
. Construction Market Data, Atlanta.
I
I
Copies of the CONTRACT DOCUMENTS may be obtained at the office of Zimmerman,
Evans and Leopold, Inc., 435 Telfair Street, Augusta, Georgia 30901, upon
payment of $100.00 for each set. General Contractors submitting a bona fide
bid and upon returning the CONTRACT DOCUMENTS in good condition within ten (10)
days of the Bid opening will be refunded full payment for the first set and
one-half for additional sets. General Contractors not submitting a Bid,
material suppliers and subcontractors will be refunded one-half upon return of
the CONTRACT DOCUMENTS in good condition within ten (10) days of the Bid
opening.
I
I
I
A 10% bid bond is required; a 100% performance bond and 100% payment bond will
be required. A pre-bid conference will be held at 10:00 A.M. on April 19, 1999,
Room 803, Municipal Building.
I
The OWNER reserves the right to waive any informalities and to reject any or
all bids.
I
Date
Ms. Geri A. Sams
Purchasing Director
I
Augusta Chronicle - March 31, AprilS, April 13 and April 21, 1999
Augusta Focus - April 1, 1999
I
I
'ZEL, ENGINEERS
9721-ITB.doc
ITB
I
I
I
I
SECTION IB
INSTRUCTION TO BIDDERS
IB-01 GENERAL
I
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 invitation for bids. Mailed proposals will be treated in every
respect as though filed in person and will be subject to the same
requirements.
I
Proposals received subsequent to the time stated 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 execution of contract
with the successful bidder_
I
I
IB-02 EXAMINATION OF WORK
I
Each bidder shall, by careful examination, satisfy himself as to
the nature and location of the work, the conformation of the ground, the
character, quality and quantity of the facilities needed preliminary to and
during the prosecution of the work, the general and local conditions, and all
other matters which can in any way affect the work or the cost thereof under
the contract. No oral agreement or conversation with any officer, agent, or
employee of the Owner, either before or after the execution of the contract,
shall affect or modify any of the terms or obligations therein.
I
I
IB-03 ADDENDA AND INTERPRETATIONS
No interpretation of the meaning of plans, specifications or other
pre-bid documents will be made to any bidder orally.
I
Every request for such interpretation should be in writing
addressed to the Director of project PROFESSIONAL, and to be given
consideration must be received at least five days prior to the date fixed for
the opening of bids~ Any and all such interpretations and any supplemental
instructions will be in the form of written addenda to the specifications
which, if issued, will be sent by certified mail with return receipt requested
to all prospective bidders (at the respective addresses furnished for such
purposes), not later than three days prior to the date fixed for the opening
of bids. Failure of any bidder to receive any such addendum or interpretation
shall not relieve such bidder from any obligation under his bid as submitted.
All addenda so issued shall become part of the Contract Documents.
I
I
I
IB-04 PREPARATION OF BIDS
I
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.
I
Bidders must quote on all items appearing on the bid forms, unless
specific directions in the advertisement, on the bid form, or in the special
specifications allow for partial bids. Failure to quote on all items may
disqualify the bid. When quotations on all items are not required, bidders
shall insert the words "no bid" where appropriate.
I
Alternative bids will not be considered unless specifically called
for.
I
9721-IB.doc
IB-1
I
I
I
I
Telegraphic bids will not be considered. Modifications to bids
already submitted will be allowed if submitted by telegraph prior to the time
fixed in the Invitation for Bids. Modifications shall be submitted as such,
and shall not reveal the total amount of either the original or revised bids.
I
Bids by wholly owned proprietorships or partnerships will be
signed by all owners. Bids of corporations will be signed by an officer of
the firm and his signature attested by the secretary thereof who will affix
the corporate seal to the proposal.
I
A Bid Bond of 10% payable to the owner is required in all cases and shall
accompany the Bid. A certified check may be used in lieu of a Bid Bond. The
Bid Bond of the successful Bidder will be retained until the Performance and
Payment Bond have been executed and approved, after which it will be returned.
I
IB-05 BASIS OF AWARD
I
The bids will be compared on the basis of Bid prices, which will
include and cover the furnishing of all material and the performance of all
labor requisite of proper, and completing of all the work called for under the
accompanying contract, and in the manner set forth and described in the
specifications. The project will be awarded to the low, responsive and
responsible bidder.
I
1B-06 BIDDER'S QUALIFICATIONS
I
No proposal will be received from any bidder unless he can present
satisfactory evidence that he is skilled in work of a similar nature to that
covered by the contract and has sufficient assets to meet all obligations to
be incurred in carrying out the work. He shall submit with his proposal,
sealed in a separate envelope, a FINANCIAL EXPERIENCE AND 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.
I
I
I
I
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.
.
.
.
I
.
-
Attorneys-in-fact who sign bonds must file with each copy thereof
a certified and effectively dated copy of the power of attorney.
-
9721-IB.doc
IB-2
I
I
18-08 REJECTION OF 8IDS
I
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.
I
18-09 MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT
I
It is the intent of the Augusta-Richmond County Commission to
increase the involvement of qualified minority and economically disadvantaged
businesses in the contracted work of County Government.
I
In an effort to support this intention, this project is offered
to all qualified firms. The bids will be evaluated based on qualifications,
price and construction time. With all other items being considered equal, the
contract, if awarded will be awarded to a minority and economically
disadvantaged firm or a firm that has included such firms as subcontractors
on this project.
I
I
The bidders shall include with their bid a statement of
qualification for themselves and/or any qualified subcontractors explaining
why they should be considered a minority or economically disadvantaged firm.
If the firm does not fall into this category, no information is necessary.
I
18-10 ENGINEER
I
The Engineer for the Project is Zimmerman, Evans and Leopold, Inc. (ZEL
Engineers), 435 Telfair Street, Augusta, GA 30901.
I
ATTENDANCE OF THE PRE-BID CONFERENCE IS RE~ED FOR ALL CONTRACTORS
WHO INTENDS TO ENTER A BID ON THIS PROJECT. The Bidder's attendance of the
conference must be documented by signing the attendance roster sheet at the
conference.
I
I
I
I
I
I
I
9721-IB.doc
18-3
I
I
J'-'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-J
)
I
.1
SECTION BID
PROPOSAL OF
called "BIDDER",
c;aQb l t()
~~"h" C 5\"iWGThYl<; ~C . {hereinafterl
organized and existing under the laws of the state of
6QrOQm--I~W
, doing business as
*
TO:
Augusta-Richmond County
Purchasing Department
605 Municipal Building
Augusta, Georgia 30911 (hereinafter called "OWNER").
SUBJECT: JAMES B. MESSERLY W. W. T. P
LIFT STATION - CONTRACT 2
Gentlemen:
The BIDDER, in compliance with your Invitation for Bids for the construction of
the subjec~ project, having examined the plans and specifications with related
documents and ~he site of the proposed work, and being familiar with all of the
conditions surrounding the construction of the proposed project including the
availability of materials and labor, hereby proposes to furnish all labor,
materials, and supplies, and to construct the project in accordance with the
Contract Documents, within the time set forth therein, and at the prices stated
below.
These prices are to cover all expenses incurred in performing the work required
under the Contract Documents, of which this proposal is a part.
BIDDER hereby agrees to commence work under this Contract on or before a date
to be specified in written NOTICE TO PROCEED of the OWNER and to fully
complete the PROJECT within 270 consecutive calendar days thereafter subject to
Supplementary Conditions SC 25 as stipulated in the specifications. BIDDER
further agrees to pay as liquidated damages, the sum of $1,000.00 for each
consecutive calendar day thereafter as hereinafter provided in Article 15 of
the General Conditions, Article II of the Agreement, subject to a $5,000 per
day penalty per Supplementary Condition SC-25 (BENEFICIAL USE OF PARTIAL
SYSTEM; PENALTY FOR FAILURE) .
BIDDER acknowledges receipt of the following ADDENDUM (A) :
f1 Dp.:t:1 \ L} 12.2 Jqq
~OIJ 1+ 2 '1)27 Jqc,
BIDDER agrees to perform all the work included and described in the Base Bid of
the CONTRACT DOCUMENTS for the total sum of:
. ~ ~,
/JJYH "I'll 11 1 ~ '4rru.;, .1L.~ ~ ll'\;~ ;}~ Dollars ($ IJ 9'1 E.) ()OO.O (J
AMOUNTS ARE TO BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY,
THE AMOUNT SHOWN IN WORDS SHALL GOVERN.
*Insert "a corporation", "a partnership", or "an individual", as applicable.
'ZEL, ENGINEERS,
9721-BHl. doc
B-1
:1
_1-
I
I
I
I
I
1
I
1
I
I
I
I
I
I
-I
o-J
I. J
~
I
SECTION BID
The BIDDER agrees that this Bid shall be good and may not be withdrawn for a
period of 60 calendar days after the scheduled closing time for receiving Bids.
Opon receipt of written Notice of Acceptance of this Bid, BIDDER will execute
the formal Con~rac~ attached within 10 days and deliver a Surety Bond or Bonds
as required by Article 5 of the General Conditions. The bid security attached
in the sum of Dollars
($ ) is to become the property of the OWNER in the event the
Contract and Bond are not executed within the time above set forth as
liquidated damages for the delay and additional expense to the OWNER caused
thereby.
Firm Name
Address
HEAVY CONSTRUClORS, INC.
1396 S. Manetta P\<wy
Bldg. 100-Suite 114
Marietta, Georgia 30067
(SEAL - ~! Bid is by
a corporation)
'ZEL~~NGINEERS I
9121-BID.doc
B-2
I~
_I
1
I
I
I
1
I
1
1
I
I
I
I
I
I
I
I-~
'I
SECTION BID
DATA TO BE SUBMITTED WITH BID
A. SUPPLEMENTAL INSTRUCTIONS:
The following instructions supplement the requirements of the Information For
Bidders and. provides instructions for completing the schedules which follow.
1. The Bidder shall submit a list of names and addresses of at least three (3)
clients for which the Bidder has constructed similar work of comparable size
and complexity. Reference Paragraph 5 of Page IFB-2, Information For Bidders
and Schedule B.
2. The Bidder shall list in the space provided in Schedule C the major
subcontractors to be used for construction of the project. Subcontractors so
listed shall be used for the contract construction unless their replacement is
approved by the Owner.
3. The "Schedule of Eauipment Included in Base Bid" which follows as Schedule
D shall be completed to denote the manufacturer of major equipment proposed to
be furnished by the Bidder under the Base Bid. In that schedule, the
manufacturer of the items of major equipment upon which the design is based are
listed as Selection "A" for the several items. Also listed under many of those
items are other manufacturers whose equipment or products are deemed equal in
quality and acceptable to be included in the Base Bid. For those items for
which more than one acceptable manufacturer is listed, the Bidder must indicate
which manufacturer of equipment will be provided under the Lump Sum Base Bid by
striking the inapplicable manufacturers. Failure of the Bidder to strike the
inapplicable manufacturers will be interpreted to mean that Selection "An will
be furnished.
For comparable named equipment the furnished items shall fulfill the function
and performance of the item specified and shall be of equal quality; any
modifications required by the furnished equipment to the structure, process,
associated equipment, or piping shall be a consideration in the Bid price and
the completed installation of the item by the Contractor shall incur no
additional cost to the Owner.
In that same schedule, the Bidder has the opportunity to offer substitute
equipment for consideration by the Owner and the Engineer. Such substitute
equipment must satisfy the following conditions and the Bidder must state the
deduction or increase of contract amount if that substitute is accepted. The
offering of such substitute equipment shall be optional to the Bidder and the
offering of such substitutions or failure to so offer shall not influence the
determination of the low bidder and the award of the contract. Only the Base
Bid will be considered for the contract award. In the event the Owner, upon the
recommendation of the Engineer, accepts any substitute equipment for
incorporation into the project, the contract amount of the award will be
adjusted accordingly as a Pre-Award Addendum or by a formal change order.
Consideration of substitute equipment by the Owner and the Engineer will be
subject to the following conditions:
a. The substitute equipment shall be of equal quality, function and
performance to the designated Base Bid equipment item.
'ZEL, ENGINEERS
9721-81D. doc
B-3
I
J'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION BID
b. When
including
operating
equipment.
requested, the Bidder/Contractor shall submit sufficient data
full descriptive material, specifications, drawings, certified
parameters and efficiencies for the Engineer to evaluate the
c. Such equipment shall be suitable for installation in the space allocated on
the construction plans without !Ilajor modifications. Any such modifications
sha'll be delineated by appropriate drawings submitted with data for
consideration and any cost associated therewith shall have been included in the
substitute offer.
B.
LIST OF PREVIOUS PROJECTS: 5 C e
11 TT AC He D
LI S T
1.
Project Name:
Client/Owner:
Address:
Completion Date:
Approx. Contract Amount $
2.
Project Name:
Client/Owner:
Address:
Completion Date:
Approx. Contract Amount $
3.
Project Name:
Cl ient: / Owner:
Address:
Completion Date:
Approx. Contract Amount $
4.
Project Name:
Client/Owner:
Address:
Completion Date:
Approx. Contract Amount $
5.
Project Name:
Client/Owner:
Address:
Completion Date:
Approx. Contract Amount $
'ZEL, ENGINEERS
9721-BIll. doc
B-4
,I
_1.-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1-)
I
SECTION BID
C. LIST OF MAJOR SUBCONTRACTORS:
1. Mechanical/HVAC:
Address: 1-1 e A V r'
2. Plumbinq:
Address:
3.
Electrical:
c.. 0 tV ~ 7 ~ lA.,( r f .e.,s
L 01"\) T R u.c, t 0 R--.S:
(m7'173)
Address:
4.
frJi ^/t "11 S
He A vV'
Al '< Jr-H
ALI.~LA,TA [;.A
I LAM A~
At LA fllTA (;-A
,
coftT,rJj 'f
II\IC
Address:
D. SCHEDULE OF EQUIPMENT INCLUDED IN BASE BID:
ITEM
1.
2.
DESCRIPTION
PLUG VALVES
GA TE V'AL VES
3 . CHECK VALVES
4.
5.
6.
BAR SCREEN
GATES
LIGHTING FIXTURES
MANUFACTURER
ADD (+)/ DEDUCT (-)
COST FOR SUBSTITUTE
BASE BID (A) DEZURIK
(B) r~.n
(C) ~DLLEJt-
SUBSTITUTE (D)
$
BASE BID (A) ~. 3. r-r::-n
(B) AMERICAN
SUBSTITUTE (C)
$
BASE BID (A) ~
(B) V'ALVEMATIC
SUBSTITUTE (C)
$
BASE BID
(A) MEUNIER
(B) IHrILCO b? II.. ',-! &llON'f
(C) EWv D\6 ~
(D) VU Lr Fi~1 t $J8/ 000
(A) ..wJl TERli".ir ~
(B) --RODHEJ"i IIUUop.,.
(C) HYDRO GATE
(D) $
(A) LITHONIA
(B) nv.uu.c u.t.u~!.
(C) $
SUBSTITUTE
BASE BID
SUBSTITUTE
BASE BID
SUBSTITUTE
9721-BID. cloc
B-5
'ZEL, ENGINEERS,
I
I
I
I
I
I
I
I
I
132
~
~
Q
r--.
--..,
N
--rJ
o
'-J
\)
Q
P
I
r
1,-
I
I
I
I
I
I
I
~
c;
!
~
..........
~
\
G"'-
~
'-l
~
C"'), .....
0: --
Z'rn
en,' >
-4)
;0
Ci<
~I-<
~'n
"'C~ 0
::0:
O:Z
c.. .
m(J)
~~
~::c
g,c
~:n
"'C ~ -I
1:
~r 0
~~
(J)
..
-
z'
n
.
7713 427 13755
~
.Z
I>
I~
,0
;."
''ll
I~
'I..
'm
1(")
I~
I
I
I
!
j
0'(")
>10
~;,.
m'=t;
I
I
>1(")
;co
O'Z
c::.~
z:::ll
-4'>
1C"l
.~
;
,m
.Z
'0
:z
,m
1m
Ii:!!
>
::c
g
::;
m
(")
~
NC
~~I~J~ ~ ~,z ~ ~'::ll,-lm =.m ~ -l,O'>'~ (')
>10' --'m > ""'-'0'- > C:'-4 -,)it c1r- - :>
2'Q,g'O:::D'=:~:O::::iS'~ -l!O;OIZ;~;:::.~ <
m'~'C ~ ::D o""~lm > -I (') ::~:Cl. ,> m
I ~ ~1~iO'< ZlffilO ~'~ ~ ~>I,OI~IClIZ'O,~
-l -4'-1. :,." I"'" ' 1'10 -'- m,~ 0 "'II "'0
>'CliCl'(')'''I> o,n I Z -(') <. .~
i : '-10 I"'" -, i(')-~. -,< ~'C::: "" ::c
::D ::e:::ll:~'~11"'" ol::ll ~IO'~ 1"'"'~:::ll'OI '';Xl'O'z
m'O'O'''Il'"" -.> n' Z >' ,('),0 '>'~I
O:;;ii~!@!~:~;~!@ :g:~,~'~:@!~jgi~:~ ~
~;~;oi~lml '. ,~ !~'~I,O :~iO'~'~I:=i~
F :s.. 0, >, ~ m > I 10 ~ .~
':::' . I '::: (") ,. ..,
~:~'::lll Ii; I! I' ! 'I'~ :,~I
f m: m' . .~I; , I~ ~ ~I~ I
~. ~I i I :~1 .' i '!Cn.:n'
~:,~ 1 ;::Di ! ; " I' 1m . . I
~ :) ;;;:)!:: ;ml I ; I . I i I I I
_ 0:>';:,,-'>;(1)1(1)1'-'> "'T1,z:>:c-,o> (I)'s:;s:i
-- Cll'~-c't;IWIC:'Cll'a:IC::-o:Cll'O:'O;C:ICD:t <ll.ll.lill.l/
~ C'l _..,"<,:ltC~-C::::l..."c-.<I..,::lln:...0:l'''<''''
~ ~lb:bl~,blb;~.~.~;~;~jbi~;~!~lb;~;~I~
4 ~,~.~.~:~ ~ , ~'~ ~ ~'~I~:~'~ ~ ~~,~!
-----"'" "1""1"';' 'I
c::-- :io'I' I ! : . i :"",,' ! ''''''':~: I :~ I I I
C:) "",,:.-' ."",,, I ,,,,,,,I 1.-1 ;.....:_-:.NI 1.....:.""1"""1 '....1
No. ~'_l~'~ ~1~'Nl~l~j.'-'~'~'O ~'~I_
~ ~:~.:!~;:!~:f,~'~:~;~,~i~:~:8~~:~:~i~,
Q'N'O:Q;~:~i~:Q'~'8,O'~:O'Q:~;O:~"~i'~:
:C='O.OrO'''J..ta.,O'Cll ,C'>:w,c.r:, ,0;'.
~ g ~ 0'0'0 ~.'o~. ,~_,~:g,~ 8:0' , 1
~ ~'~Q ~ ~ ~:~.~ ~ ~,~:~~,~.Cl;B'6:~'~
mz ~ o. "'j>.m:o-\o,<Q.~:~;o- ~ ~ ~,m,~
- -< ';:0 -11 'co -._I_I~1 - -"'oJ O'r-
~ ^ ~ 0'- ~ ~'~'~:m'~.-l -I~.~;~I .0 ,:-
m,C' 10 m" '>IO:~'rr.:='z.o'O:z'>:>:~:>
~i::D~I(') o:~:~;(').-I z!m:m'ol('):m'~i~i~i~
~ ~ = ~ ~'~;~i~I~'9i~:~10 ~~:I..il..!z:~
> ~ n'~ m~: 1(")1(')'z; ,~!m:(')!(')!O:O,~:$
~ ~ = = ~IO'~,C'O!~ m:m ~'C:O'Z Z, 1m
~ rr. ~ _ (')'_._,:::Im Z~I~ _'c:m:m 0,-
o m-i,U; :..!:S?,U;'~ ~'9,~'m;U; z,~:(Jl:~i;::j
r,.o,Cl' ~.; i>:Z Z >.z, '-1I~'~;m!m
>::ll mi! .z'o m ~.Cl; ~ICl 0 z'~
-I '0: en, 'I ;~ (')~m'm zi ! :00 ""I""
m<, 012 (').1'1'1: l=iC'_:~
r.n m '_;Zl'm 'r-'~ ...;>
: ~:0.2 212:~i~.
, ~. i Z z.Z'~';i
, ~: i O. '010'r-';::
> . m ~
'z ; ~!
I
t~STRUCTOF~S
co
HEAVY
113:39 AM
APR-29-99
~IO Q ~;~'~'~.~~Q ~:q'Q.~ ~~Q~QI0iQI~
~ ~ ~ n'~ r-('),n -I z:,.~,o 0 ~ -I ~ ~'o
,::: -< -< " ::e' ;,;;:', -< o.-<!-<::: " Z <'---.--- ~
moo" -< ' ~.~.O'~,O.O,> ~ ~O 0 0 0
j T.~ m'~'~IO:m ~Ir- ~ ~ - m:m'" ~ "'.n
>.r-Ir-i>'O.~,Zi>:~" m'~'~ >'~,nn ;;:)01
10 o,n >'('),nJO'~ > m < r,:~~O'O O'C'
~In n'=:~,z;O'='::: O'~ Z > ='('):Z;Z'~.Z'
9!C C'~lm:~.= -I.m Z'-I 5 -I -1'0 ~ ~:~:-1:
_'(i, CIl ......Cl > z::e.. rr, ~')> m ;;:) = rr,'rr.'m'-<,
~ ~ ~ m'm' __'m,o ~,Ol. .;;:) m.z ;I:'::;:r-:' ,
~ ~ ~ m . Q ~.m _ c -,~'> m ~ ~ CIl r- wi
::.: ",.. .. > .---'. ''''.0 Z '" I - .. ~.. . . > .
:E ..... :tI. C> I ~:. Gi!'" ,:0 :_-'. ,> = ~ ,::; 'G> Q ".. ,
~ 00> ~ > > ~.~ -.)> )> > >
~ < <.;: .' . ."'"' . ~, 5' ....
m~~1 ~ ~.m. ;:.,;J>:;::l i
:O;Cl :Cl': I~: ~ I ; I
.;> :;>: i I : ~ ! I I
m,m.O:O:mmim,o!~'o:mmIO,O!O.O,O'O m: lOin
z,Z.~:~,Z'Z:Z'~iZ ~'ZZ ~.~;~ ~::: ~,Z; :~IO
O'C):Z:Z;Cl,OICl z!Cl.z;Cl Clz z:z:z:z:z 01 ,z:~
~,e!.m;m.~,i:!!i2?lm,~'m,~ ~ m m m:m.m,m ~ 1m.>
~'~'~'::D ,., '~Ic...l~'::< ~'~ ~.~.- ~:l5 '~I
~Im,<:'-:~IO>I;;:)'<:IO'<:I'O ~O' ":::: c:::;1c:::;:~:<: 0 ,(')
.~ m _ l'""lm 'c... I 'c... >I::D ~,r- ,-I
,z'-I';;:)'2!5' ,::elml>i::: ~IO!m O:n;n'= ~ Z "'0
~.~:~;nICll'O'~lnl~:RI~ ~:z;~ ~i;,;;;^;~ ~i ~!~
- ;o'rr.ln.O:~ ~1('),~,::'~_IClIOi !:::i~!~ -I, :~
R:~I(").='S~~,o,='Oiml-l :::!Q,;;:)'~,)>,>,~ :::1 10
. 0 >,........ > -I 10 .....1""m.t5 ~'-l'-,O 'Z
m~' '.. ''';m;z'~ II"'" .... ....:,..;. ...........~: I- ,
::DI~ ~ -,r""' '" a;,z m '-' '''I ..........zl~
~lm.m;;:lm. I i:i:: :0 ~,>'Z:z:mlm,!~ I
olm'~I>:~1 .> ~: :::,zim,m!~'~I' I
z.o'~'ZI' I [z IZ'I ,>1 I !~i~I~1 Ii:
I t I I J .Z," ,f
....,:--.. ~~:'"::;jl~'~ ~A; :~:A:~ IA1"::Jl""::j ''':::I'~:~ t~'~j-::JI I ~
~'~:~:~'o'~'O'~'Olo.O'~',o,~:~.~I~I~IO Z
o,oro.QI.f:..JO .b.:O~Jlr.,AIAIOI(hIO:OIOlOIOI01I 0
_____1_'_'_'_'_'_'_1_1_'_1_1_'_1_'_1_ Z
A ~:~'AI~I.I~IA'~iWIWI~I~'A'=I~'~imIN m
1'\J.c.., OhO'f (It CD """1C7l c.n ()\.O')l IN.-'.....I~ .
':-' ,:-"":,,I9'!<fjo;' 10;' ~1":",,:nl':-'h.ll't"i~I,':-'I9'!9'!o;' ~ I Z
_ =J~I~j~,~ = ~IAI~i~I~'WI~I~'~lmIW N C
~ ~i~'A ~ ~ 0 A 0 ~:N N'N,A Ol~'~'~ 0 ~
S g 1"T~ l::s ~ Ie I~ 18 c; 18 i~ i~ i~l~ ~l~ ie;;, ~ ig
I : I I 'I! I I I ! ' I : : ,I :
I .' I ; I I, i .,' I.,,~:.
I :_:_, _ ...1._ I ; _I I ~....!....iO -<I~
~,~.o.ol~ 0 ~ o:~'o'~I~'~ O'~ ~ ~,o,o~ ~18
~ g, I Q' ~ 0 CJ'l Q: CJ'! 101 ~ I ~ 0 I (J'I. ~ 10;' -=' (""") "11
~I~'~'I~I~ ~ ~ ~;~;~: I~I~ ~i ~'~:~i~;m >I~
. : I I I I i I !~ ~.~
. .
o
~
z
m
::c
}
~
--c:
Q
<-
\
'N
'-..
iJ",
l
\f\
~
tl'
i-l
~
:.>
co
o
I
I
P.01
0755
770 427
NC
I
HEAVY CONSTRUCTORS
39 AM
o
1
APR-29-99
I
I
I
I
I
I
I
I
I
I
I
I
r
r
I
I
I
....
~
~
gJ:
~m
~~
~.~
o
~n
~O
?5Z
::jCIJ
0-1
~AJ
~C
ffin
n-l
triO
:::0
en
...
-
z
n
.
z
)>
I:
m
~
'lI
;u
E
m
(")
...
m
Z
"
Z
m
m
i!:!'
)10,
;u
(")
:J:
~
m
(")
...
Z 0 ." Z
o:~ ~ ~
~ ::0 m "
J: % ~ -<
." G) ,- "
O~ll::O
::0 ::0 m
^ _ m
"0' CI> ^
c:,"O:o 0
J: 0 : Z ::0
"tl: 0 ~
(/l' ;tl Z
... 2)lo
)lo Z Gl
::! ';I> m
~ :~of
po -';g
... ~:<
C ::0 '
Z < 0
ffi I
- :'----1--;'--0-6
S:,c.,. :> ,S: :)>,0
~ ~ S ~ ~'~
OtOcOu,
0(0(0(0
:.. '>'n
il:~
0...
C::;u
z;I>
...(")
...
0'
~
Z
m
;u
~ ""'" c,,4 "'"
-..I _ N N
~ ->::! '8 ~
o :5 - t.,)
~ 'g ~:~
"u "-':l'J:, '6
;I> ::0 ::o::r
%l m :::.r...J
Ul C"l o'J:
o 1ii C:'J:
~,~ .::C;I=
m C"l
Z ~ ;I>
9 ;I> ;g
ffi ~ 9>
m - 1)
::c z 0
- Gl z
~ 0
CI>
"
m
z
C"l
m
i;i"c(c'l 'C"l
~ :; ~ ~
z zoo
ffi c ." ."
..... "'i'l >')>
~ 0 .... ;::!
C"l m r':>
o ;I> ~ Z
C ;:; ~ ~
~ ~;I> )lo
T
~
~
~
r.
c
if.
r.
01"
s,o
~'z
-..,
~};:
m,,,,
Z 1)'
G) m;
::0::0
(/l'
01
,z'
I
I
I
'-"
-:I:'
:~;
m'
z:
Co
J:
,ell
,m
[::0
(")1 ;
~ I
;:2 ~I
ml !
~ I
I
I
i
!
I
I
I
O,C"l !;';o
0,=,< 0
Z:'i5<,z
o,,,.,m,Z
0:"" ::0 m
,n m
z'G)'Z,eIl
o ;1>'(") m
m C:'m'z
Z'G)ZIUl
m,:r ml~
;;),m ;1>,
0'-<''-:
i '
i
. _.j..- ~~..
.....'-::;I~~ -.;:
..... '" '0
00' .j,.
_'_1-
J:a,. (.W'coiec
~,~ "'i'"
l'a, !;;!;
~.~ c.nlc.n
~!~:R;IS:
I ;
I
I
I
I '
- 0:>''''\'''
O;C,/'I l." "'Ii
*-:1ft '#-101"
i
...... ....
J
SECTION BB
BID BOND
J
I
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
Heavy Constructors, Inc.
as
I
principal, and Fidelity and Deposit Company of Maryland as
Surety, are hereby held and firmly bound unto Augusta-Richmond County, Georgia
(by and through its Commission) as Owner, in the penal sum of
Ten Percent (10%) of the amount bid-------------------~or the
I
payment of which, well and truly to be made, we hereby jointly and severally
bind ourselves, successors and assigns.
I
Signed, this
29th
day of April
, 1999
I
The condition of the above obligation is such that whereas the Principal has
submitted to the City of Augusi:a,. a certain Bid, attached hereto, and hereby
made a part hereof to enter into a contract in writing, for the construction
of:
I
JAMES B. MESSERLY WASTEWATER TREATMENT PLANT
LIFT STATION - CONTRACT 2
I
NOW THEREFORE,
I
la) If said Sid shall be rejected, or in the alternate,
I
(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,
I
I
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
The Surety, for value received, hereby stipulates and agrees that the
obligation of said Surety and its Bond shall be in no way impaired or affected
by any extension of the time within which the Owner may accept such Bid; and
said Surety does hereby waive notice of any such extension.
I
I
I
I
JZEL, ENGINEERS
9721-BID BalD.Ooc
BB-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
....
SECTION BB
BID BOND
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
be hereto affixed and these presents to be signed by their proper
day an year first set forth above.
ctors, I_nc.
(L.S. )
P rj..Q" ci pal
j)oiJ k' . m lQ nTI ,.J
Fidelity and Deposit Company
of Maryland
BY~
Barry C. ~ellar~, Atty-in-fact
IMPORTANT: Surety Companies executing Bonds must appear on
Department's most current list (Circular 570 as amended) and be
transact business in the state where the project is located.
the Treasury
authorized to
9721-BID 1lOIltl. ace
BB-2
'ZEL, ENGINEERS
<'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE. BAL TlMORE. MO
KNow ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Maryland, by C. M. PECOT, JR., Vice-President, and C. W. ROBBINS, Assistant Secretary, in pursuance of authoriry granted by Article
VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force
and effect on the date hereof, does hereby nominate, constitute and appoint James M. Day and Barry C. Sellars,
both of Marietta, Georgia, EACH.~... .....
J true an awtuJ agent and Attorney-in-Fact, to .make, executs..~ d deliv~ and on its behalf as surery, and as its act and deed:
any and all bonds and undertak1ngs....~ ...... ~.... ...... .... ..... ....... ...
~
n e execution of such bonds or undertakings in p e of the
amply, to all intents and purposes, as if they had bee executed
at its office in Baltimore, Md., in their own pro ons. ~
The said Assistant Secretary does hereby ce' t the ext-"'~ forth on the reverse side hereof is a true copy of Article VI, Section
2, of the By-Laws of said Company, and . in force.<Y,~-'
IN WITNESS WHEREOF,. the said Vi ident~A~stant Secretary have hereunto subscribed their names and affixed the
Corporate Seal of the said FIDELITY~DEPOSIT NY OF MARYLAND, this 5th day of
Apr iJ . A.D. I
f~, ~) ~SIT COMPANY OF MARYLAND ~ ~
ATTEST: ~
By
Vice-Presii!enI \
nts, shall be as binding upon said Company, as fully and
owl edged by the regularly elected officers of the Company
STATE OF MARYLAND
COIDo'TY OF BALTIMORE
} ss:
On this 5 th day of------Aro:il , A.D. 19--2.1, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came C. M. PECOT, JR., Vice-President and C. W. ROBBINS, Assistant Secretary of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND. to me personally known to be the individuals and officers described in and who executed the preceding
instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth
and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate
Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said
instrument by the authoriry and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year firs)a~v:.--w~.
~:;~ z: ~/~
~Sf AROL J. FADER / j/ N~" P",,1i<
My Commission Expires August I, 1996
CERTIFICATE
1. the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and
I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially
authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authoriry of the following resolution of the Board of Directors of the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter. wherever appearing upon a certified copy of any power of attorney issued by the Company. shall be valid and binding upon
the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 2 9 th
day of----hl?r i 1 , 1999 .
p-~",""
L1428c
-032-0155
I
Atlant:l.. GA 30339
I NationsBank
I
I
I
I
I
I
-,--
I
I
I
I
I
I
I
I
I
I
LS.d
June 22, 1998
Heavy Constructors, Inc.
Ann: Don Martin
1395 S. Marietta Pk\vy
Bldg. 100, Ste. 114
Mariena, GA 30067
To ,^,,ohom It May Concern,
Heavv Constructors and Don ~1anin have banked with NarionsBank since 1993. The
"
many depository accounts have been handled in a very satisfactory manner and have
averaged balances in the mid to upper six figure range.
Heavy ConstrUctors recently paid off a S 16M term loan that was used to finance a Cat 416
B rubber tire backhoe. NarionsBank would consider a line of credit to Heavy
Constructors if presented with a necessary historical financ..a1 history, work in progress
schedules, and any other information needed to undernTi.te such a request.
sel
G~~:~~
r1II1 Wuson
Relationship Manager
Member FDIC
~~.L0 LZt> 0LL
~NI s~o~~n~~SNO~ A^~3H W~ 8~:01 66-6Z-~d~
-I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Credit References
U. s. Filter/ Davis, Inc.
2111 Moon Station Drive
Kennesaw, GA 30144
phone 770-423-0583
fax 770-425-8897
CONT'FlACTCRS - ENCINIlIlRS
American Cast Iron Pipe Company
3675 Crestwood Parkway, #505
Duluth, Georgia 30136
phone 770-717-8554
fax 770-717-8531
YanCj Bros. Co.
Drawer CS 198757
Atlanta, GA 30384-8757
phone 404-941-2300
fax 404-941-6561
Ameristeel
3811 Sank Street
Duluth, GA 30136-4151
phone 770-476-1535
fax 770-476-0623
1385 S, Marietta PkWY. · Bldg, 100 Suite 114 · Marietta, GA 30067
fifiL0 LZt> 0LL
'-'-'f'\\ ...,.,., ,.,...,,^ .. ,......,,.., ,,"'.... ......~...
8NI S~O~8n~~SN08 A^~3H W~ 6fi:0t
80"d
.JIO/:; I
66-6Z-~d~
'I
I
I
I
I
I
I
I
I
:1
i
I
I
I
I
I
I
I
I
'.
----
HEAVY CONSTRue.TOR'S, INC
WEEKL Y EQUIPMENT MAINTENACE REPORT
I March.1.99 i
I
EQUIPMENT DESCRIPTION EQUIP SERIAL #! JOB LOC#
I
416 B CAT RUBBER TIRE BACKHOE 08SG04434 I 98021
, I
,
322 CAT CRAWLER EXCAVATOR 9RL00136 I 98023
I I
953 CAT CRAWLER LOADER/DOZER , 20Z3176 I 98023
I I
I
325 CAT CRAWLER EXCAVATOR ! 07LM00236 ! 98023
---
i ,
(T.28 CAT RUBBER TIRED LOADER I 8CR00965 I 98023
I I
312 CAT CRAWLER EX (PUR 1/9/99) I 06GK00871 : 98022
I I
963 CAT CRAWLER LOADER/DOZER I LEASED/PUR i 98023
I I
,
773 BOBCAT i 509647189 98023
I ,
185 CHICAGO AIR COMPRESSOR i AM2072 SHOP--
!
185 CHICAGO ATLAS PUR 10/31/98 : 752290.93 , 98023
,
--. 744492-92
185 CHICAGO ATLAS PUR 11/07/98 98023
-
19981500 DODGE RAM PICKUP i B7HC16Y4WSs420T OFFICE
,
1996 F.150 FORD PICKUP I FTEF15N7TNA2893 OFF1CE
1995 F.150 FORD PICKUP : FTEF15N1 SNB4200 . 98023/98021
I
,
16 FOOT TRAILER I N/A i 98021
I "
HIGH PRESSURE TEST PUMP I N/A I OFFICE
I ;
5000W GENERA TOR (PUR 09/15/98) I 783300464 , SHOP
!
I - '-
5000W GENERATOR (PUR 01/98) I 75531 on ! 98022
I ,
5000W GENERA TOR (PUR 10/01/98) I N/A I 98021
i I
JUMPING JACK I N/A ; BALLARD/98022
,
,
: I
JM TRASH PUMP 18.BRIGGS/STRATONI SHOP
I '-
I
3M TRASH PUMP M-Q (PUR 12/3/98) I J01 TH-9179 I 98023
i
2R ELECTRJC PUMP 1/2 HP I N/A 98023
- I
I
El t . d
!;!;L0 LZt> 0LL
~NI s~o~~n~~SNO~ A^~3H W~ tEl: tt 66-6Z-~d~
.
I
I
1
1
1
1
1
1
)1
I
1
I
I
I
1
I
t..l U'vVArt vVh.J. cn Cl. 0L V'I Lfi nu J. J. 1 V J. U J. 4
PO. BOX 769
DAWSCNVILL2. GEORGIA 3053.4.
(70E~ 265-8.4.74
t
September 7, 1996
..
1
Mr. Don Martin
President
Heavy Constructors, Inc.
1395 S. Marietta Parkway
Building 100, Suite 114-
Marietta. Georgia 3C067
Dear Dor.:
This will acknowiedge receipt .~f '{our final pay request on our Waste Water Treatment
Plant.
Don, we have constrUC":ed several different projects over the last twelve years and we
wanted to let you lc.r:ow that without a doubt you and your people have been the easiest, most
responsive, and professional ~ontractor we have ever dealt with.
May we tak.e this opportt.Jnity to thank you and John Morris for all the help and advice
you have given us. And. also, for the great job you did in u'ie ccns-mlction and your anention
to detail to mak.e our plant ~eriorm as it is designed to do.
You may be assured that if we have another prajee: of this nature, you will be number
one on our list of contraC":ors ':0 call.
Thanking you. we.remain
;r;;:J~
Dcn D. Gordon
Chairman
DOGic::n
--
.::.
~
1-
.1. ~a'.~
~~La LZt> aLL
ON! s~o~on~~SNOO ^^~3H W~ 9~:at 66-6Z-~d~
I
I
I
I
I
,I
I
I
II
I
\1
I
I
I
I
I
I
I
I S0'd
Tel: (770)8~~-5051: r'a=c \'j',V)O",,;';-vvoo
September 18, 1996
1
I
I
Don ~iartin
He:lVY ConstrUctors, Inc.
1395 S, Mariena Pkwy
!v!ariena. GA 3006i
REF: t:pgrade of Tanglewocd and Chattahocc~ee Station p.JIIlp Stations
To whom it may conc...am:
Heavy CoD..StI'Uc-'...ors, Inc. rec...ontLy comple-"..ed two pump station upgrades for Gwinnett County
Public Uti.liti~ for a tDtal COnt::I'3a pac: of 5305,485,91. The projec"'.s went as smoothly as could
be ~..ed. for those type of projec=s. As could be ~.ed when upgrading old fa.cilities~ field
conditions are ofte:1 very diffe...-oent than what is represented on our rt;CO.!d dIawings. Don Martin
was very coopeI41ive in worlcing out reasonable solutions to these discrepancies~ while trying
to stay on sc~ednle and within our budger.... Both projec:s were compl~..ed on time, and cbange
orders were limited to owner requested additions, (such as painting existing equipment and
adding extn fencing) wbich were net identified during the design phase. He:lVY was very fair
in it's pridng of extI3. work.
Heavy lw been preql1::11itied and has bid other work in Gwinnett County and would be welcome
to work with this deparonent again. I would recommend Heavy without any reservations.
If you have any questions conc::mng this maner, ple:1se contac: this offic: immediately.
. .
S~rely :
/7~
Adam Minchev ~ P .E. " ',' ":'.
.. '
Acting Director of Eng:ineering & Construction of Facilities
<110 H'OBlUCANE SHOALS RD . LAWRENCEVILLE. GEORGIA 30245 14..25
S~L0 LZt> 0l.l.
~NI S~OL~n~LSNO~ ^AI:::l3H ww
v 9~:0, 66-6Z-~dl:::l
'I
I:..:.
I
I I
I
1
I I
I .,
I
I.. I
I
I !
I
II
I I
I" i
I
1.0:. .'
I
I.....
I "~0 .'. d
(~l
tEJ DE.-\l'l FOODS COt'tfP.~'N
CHARUS D. KINSE..'lt
vtCE PRESIDENr
ENG:NEDUNG
September 5, 1997
Doc.1rfartin
Heavy Constnlcmrs, Inc.
1395 S. Marietta Parkway
Building 100, Suite 114
Marie~.a, GA 30067
Dear Don,
It has trUly been a. pleasure working with you and your company on the pre-treatment
plant Jt Braselton. GA. You did everything you said you would and more. WIth the
compLetion of the project ahead of schedule it was possible for us to check out our dairy
processing ?lant and meet our SW"t-up schedule, saving the company time and money.
Your people we!"e professional3 and did their job in an our.standing manner.
Wben we have anothc:r proj~ you can be sure your company will be high on our list of
contractOrs.
Many th:udc~ fur a job weil done.
S. ·
mcerelY,
,If-.-- ~
Don Kinser
Vice President - Engineering
Dean Foods Company
Rockford, II..
DK/c~
COItPOIU1"! omC!3
DEAl( rooDS iEcn-.1CAL crNTD.
", COUUN a;:.rrn DIUVE
eo. BOX ~
aocx:roRD, !I. 51U~~
(11-'1 3~55
. ~
--:-~
,J" ." ~ ..' .' ::'., .... ~~: ~'.~~',~~'.:~:7. '
f:f:.L0 .LZt> 0.L.L
. '-,~"---'_.-:..'7:. ,," ,,--".-'- --,-:0-0' .
;.: ',',. '.;; ,.,,:;.' ,":'., . ",.:. ,..::;";.. :.:-..,....:::....... ........... ....
~NI s~o~~n~~sNO~ ^A~3H W~ 8f::0, 66-6Z-~d~
SoUthern
Engineerlng
Southern ~c;ir.eerinq Go
1800 Peec.~ SL, t{W
AiI.anta. GA 30367-8301
(404) 352-9200
~_;X; (404) 351-1196
http://www.:cenr:;.c::;m
c".~ ~:~ y~ r:i $u.c~
. , "I
1
August 8, 199i
I Mr. Don Martin
Heavy Constructors., Inc.
11395 South ~etta ?arkway
Building 100
Suite 114
I Marietta.. GA 3006i
1R2
I
I
I
I
I
I
I
I
I
"I
I
r:' __ p' 1""- '
~". omt. Vl:orgta
.Modifications to Water Treamumt p!ant
Sert/ed Solids F cr:lities
Ol-J96-16.3
Dear Mr. 'Marrin:
P1easeac:::ept this letter ofcomme:::td~on to you and your swffur the dart! and profe5Sion~li~
shown during the constrtlCtion of the referenced project. Everyone associated with the projec:
was courteOUS and cooperative with our swI as well as the Owner' 3 penonneL
1"his project, like many others, was oot without its unique set of problems and issues which
required cooperation from all involved parties to find a. resolution. Your e:fforts in this regard,
whicl1 som...nmes ex( eeded the com:rac:ual requiremems, is appreciated.
It was a pleasure working with Heavy ConstrUctOI'3, Inc. and I look forward to the oext
oppommity to do so again.
Sin~e1y.
dI~ i &J..-
Thomas L. Banon
Project Nfanager
. .
n.B:mcp'
. ,
';t';~~":" ;'..'::.\'.:.. :..'.......::,:.' ,': ,',,'.~, .
.. ".I.&~.' ~'~i"~':JI.~'~~ .~.:..:.':~~~:~ ~ .... -.' .",' . -..::. ' .~. j;' . ~ .,"
13 . d ~~.L0 .L2:t:o 0.L.:!. :IN i' s~O.L:ln~lJ.SNO:l ^^t::t3H
wt::t ~~:0l 66-6~-~dt::t
w
-
A
-
CD
CD
~'J.J \ ,-).1 'If
ru - :J:
(") ~ (") 5" ~ C- O
OJ 0 :::iJ en 0 m
"T1 ..., g: OJ ~ w' (") ::r 0 Z
91, Q. <' c.. 0 ~ :J :J
..., '< cr ::r >
:T :i' Q) S' m m (") ?J ~
~ -< Q :::.. C- s:::
~ CD ~ Q) 3 ~
J: (") en a.: s::: C"l 0 ~ =:
CD ..., (jj Q. ;It:" ~ 0 OJ
Q) c: m (/) (1)
:J (/) 0 CD :J (jj g CD ..., ~
CD ....
-< ..., :J (/) (/) ..., iii' :J
(')
0
:i: Z
0 (") (J)
CD "T1 OJ
C"l ~ -0 .... en en 1:1 < -;
::r CD "0 c:: c:: ...,
CD Q) c;;' ..., ~ "0 -0 0 n' "0
0 :J ::r OJ CD CD (C' CD CD ~ ;0
en 0 n' ~ 0' (i) ..., ..., Sl 1:1
;It:" ..., 5- 5' (/) -.
CD CD !lL ..., ..., ~ C
"T\ "T1 (i) (i) :i: CD c:
C"l CD 0 "T1 -
-0 11 0 0 :J :J ~ (Jl CD (1)
0 ..., ..., a: :J (')
CD CD CD ..., Q. Q.
..., ..., 3 CD (tl CD Ql CD
CD 3
3 Q) 3 :J ~ co :) -t
OJ - CD -
OJ :) :) OJ ...,
:) :J 0
:::0
-< en
...
- - N N ...... N N c..J ...... N N ;:tJ
U1 U1 W N '"', N - N W W N -
--
(J) Z
I l~ (')
I ~
.
OJ '< "
J: <: "C
s: :i: '<
CD (i) C (1) m
0 0 CD (t) OJ OJ
C"l (") (") () () g. <: <: 0 -<
...., ...., ::r '< '<
='l :::l ~ ~ ~ ~ ~ ~ -<
C"l C"l C S ....
CD CD ('i' ('i' ? :E
- - ~ -C
OJ OJ - - 0..
- - '< '< c::
(Jl 0 m
[ ~ ;C I
~
- - ~ CJ')
C"') 0
-i -i -i -i -i -i -i -i -i 0 Z
0 0 0 0 0 0 0 c 0 (f) Z
...... w .... ...... W N c..J ~ ~
Z Z U1 U'1 U'1 0 U'1 0 0 U'1 0 m
3> 3> :J ~ ~ ~ ~ ~. 3 3 3 ::0
Q,) r-
o' o' o' g Q o' o' o' o' ~
:) :J ::l :J :J = :J
to
(1)
it
OJ
<
'<
()
Q
Vi
;:l
n
0'
...,
(Jl
::l
C"l
I
:JNI S~O.L:Jn~.LSNO:J .....,... 1::;1 3H WI::;I 1313: t t 66-6<::-~dl::;l
0LL
S;;S;;L0 L~t>
60.d
I
I
I
I
I
I
I
I
I
I
I
Zn
~: CI :z:
~l~'m
;t:::c ~
elm tit'
:~;z <
I,..!~! .J
,o'~
: ,Z'O
" 'UJ;
'~'O
I ;
I' .'
__.,;0 I
~:8' c, Z
mil: n:
,"ll!~, en
I _
~:8'O: -I
~~ Z
= I ~"tJ ::::c
i.... ::0
-1m 0 c:
Z '
I ~ Co. r ,....
Izmr\1
m -'-f
1m ,,"':
1l!1 ---I I
'>--"0
}~ UJ
,-
: ::; ::::c
1m
.(")
.. en
..
-
z
n
.
Z 0 ",,'4'
~'~ fg~~:
....l;o mlo
- - ~'-<
3;a r-io
:tl:~ ,"fg
;>::! .?illm
", I~;>::
c''''Olo
~ :Z'~
" '01_
en ;;0 Z
... )>.>
~ ,z;~
- .>'
~, ICl!f
m,'il
f.;!l
:,,'<
';0'
'<j
::::...:>.::::
t.l c: c:1t.l,
< ':J I\C "<
6,~,tC..:c1
O'<.:!q:)'q:)'
I . ,
..,..........J
.......,.-,.N:.Ni
~;fE:8::s::
.OJ.CD.:'.~]
8 ~:~:~
o
~
Z
m
;!l
" ".> (")
>,;0 ;0 =
;0 m :::'''-'
CIl'O;03:
o.(i5:C:=
Z -':;;) -
CIl ~ - 'F
~,,:~:
~ ;:~;
ffi ~.go
m - '"
::J Z,o:
- Cl Z
~, '0'
~,
o
in
Z
0'
m
c: b QQ
f$=<=<
Z'Z 0 0
m:O ." ."
... ." > >
~.o ....;,~
Qim;;
X'.> Z ;Z
:::; :c ...... _
.... = :> >-
:;! Cl
-
5'
..
<
-<
0-
g
..
r.
2'
..
,:;
I
I
.-.. - -.--..-
i
010;
:EiO!
Z ZI
'm' -If
12:f;1
Im~~
,;Z "1
1(;) m
;0 ;0,
I CIl'
~I
o 0 r- :.i--
a T >'0
Z = :E:z1
" m'z'
o 3: ;!l'-
o (')'m:m,
Z (;)'Z'Cl:I:
0'> o:m'
m ,- m Z'
= 9 z13,
~in ~:Z:
c -< F .
I
I
I
I
I
I
I
I
n:
~I
;:5!iaC
m'
....
m'
---
I
"1
~i
~I
c,
~,
m:
;0'
I
1
i
I :
: i
""'-l .~ :J:; :~
""""';.....,.c.o
,g:,,9 ~:~
"'1~ICDICD
~I~i~'~
lo.. 0>':' .:.
3 -:U1;<.n
.Jto'tJ'l Ut
,Q'N,U\
I I
I
~
'"
'"
~
0>
v
~
~
I
Ie!
...
~
I
66-6~-~dl::l
0.
Wl::l t>!;;
s~o~~n~~SNO~ ^^l::l3H
~NI
!;;SL0 L~t> eLL
~e.d
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
:JNI S ~ 0 .1. :J II ~-.l. S N 0 :J ,l.,,\1:;<3H WI:;< ~!;;:at 66-6~-~dl:::l I
Ul
l
~
-
z.
~i81 ::I:
~IZ! m
!!~I-)>
~I~I~
I C") I
I :::! i
olni~11 n
~1'~I"l:J 0
-a I :::c I
>.nIOI Z
3:'0 '
01%1 c.. i en
c::: -I m I
~i~I~'
,nl"'''' ~
;-1 -; i --,
~cn' ;0
'z I
!211 i
:% C'"): C
1~'Oi
I~I ,; "'"
:"1:"'-1
!g' "C I -I
:~ .1
:In m' 0
:n !
,-I -; I
I m!
I' .::c
' '0:
i i : en
I, .
TO ~~
:~ l
,% .-
1m ,
;" I Z
in
.
,
, ,
I '
iOln:
, :iE101
;Z'Z'
Iml-ll
,;;:II ?),'
'ml-;
ial:~1
1;:0 '"
lien:
.0
:zl
III
.'t!'
1161
z,
ml
I~I
i I~I
I ! ;:0
, a:J I I
b:~i~
;l;l .:1:1 n ,.
nlmlO
m'>!;!::1
en,~:"
~ ~I~ 'tI'~,z ~ ~';l;l'~lm':t:'m'~'-; o.:>.nl(')1
>:0 0 ='m'> >:~iO:-;>IC~~I=:> c.~:- >
;:CI(')I(') o.;l;lI~I-<IOI3: e,en'-; 0:0'% ~.~.~ <
ffi <:::c -1';:0 0 ~ -; m )>,-;'QI::E'-;;(;)I~ >:o,m,
enlUl 0 -< m 0: r-" _ )> O'~:'" Z en
~I-II-; (')\(') ~1r-'(').:iE r-lolzll:l:I(')'I~I~lol~;:cII"\
>/0 0 - olr-'o._.~ n - en ~'- < ~'a:J ;:0
~li~'I~ ~ ~ ~li~\I~I~ ~:;:~i~;1~18!~!~!~I~,1
< m m -; (;) ;l;l -; ;:o'~'m;~ ~ :::.':.n'rTI/
< en mlZloo( en 1m'''' en'......I~ ~Ir- :iE
ol~i~ II~I ~ nil:~ 18;~:iii!=ti
~ "'0 ;:c ,,: I '.'''':SI'''01
m m I i "'01 I I ;:-0 !"'O 1"'01
CJ) ~ i:::l 'enl:tl
5 :s 11m! I ,! I I j' 1m I
OI~I>:~I'~'I'>;~I~i~~:~iZ~>I'~'I'al>:~I~:~I'
(l) "OICllll C'Ic:l'(1)'Crs! ,(1) '0 1-5 c: (ti",'1::l (1) alll10l
n S,.., P'< I;:' 1= 'tl,,, :;:, ..,,00' < I":' ::l n i.., "'='''''< , ..,
~1~:~I~i~'~I~i~;~I'~i~I~I~I~'~i~'~i~!~
~1~larr~I~'~I~'~'~ ~I~I~I~ ~'~'~:AIA'A
I I ; I : I I i I I ' I I I I' I I I
!~I ' , I , ;,~ I....~! I "'1
~ ;-" I i~ I ~ I 1.- , ... :.- ~!," I....... .... 1"'1
~1.'~I_I~I~t~I~INI~!~ A'_I~!~ Ql~IMI_
~'-:~l '.f~ '~l_ ~l~'~i~ NIO ~1~IA -
~INIA,~I.,~I~,~,_lo,~,~'QI~,~I~'~'Q'~
8'~lgig;~i~I~'8i~I~I'g:~loio;~:o;~io'~1
Qr~IQIQ:Q:~lt:Q!~:o.~!~~~ig:~:8;giglol
~1a:Jln~';l;l'<~'~';:Cln,~'en a:J''''OIOI~'~'~'<'
ml-'''''' '<Im'-io'-'o 0'-'- ~ 010'-,:5:
r-iZ'~:O,~I~'~:O'a:J;SI<::'<::;~ O~~::::l':::l;~'~;
,,;~ o'~!"'Olmln'-;lmlr- -;'~';:C ~iZ:OIO ~!>'
mlc ~Io'm, !~I~IO'~im!:'I:Jlo Olffi ~:~:oi3:1
;:c.;:tl ,....,(')'O!>.~I(') ....,zl'g ~ 0 (').-;;. :. .c/. '
~,~ 0;~,~:~;~1~;~!9 Z en 0 ~i....IO~I~OIZ enl
> 't! C'1 nlm en' n:n,Z -; m (')In: :-1
enl~ c!~'Ullol~i~iOI~ ~!~I~ ~,olffi'lmlo ~
enolm ~,-; .Q'o,~ ~ ;:c 0'- '~;c en enl~l~
O ....'Ul ~ ~,.A "'0 - _.~m .A Z ,- N
n " , - ' -. . w. ..... %' Z ' - . Z wo, "" I' "" I' , m
- '(;)1 '~I i - )>, -; ml
:> :;l;ll ml z:(;).m ....'9' ,-<1(;)10 Z;:::l
-; '01 ~. I '<'n,m m'zll .00-....
mil . :::l'n, .......
en' .< . . I !O,-, 1m 1:::.C:.::c
1m .z:z, m ,r-,"'" ml>
I' ;, ~en:OI 1::1 S:91""'z:::l
: Ci Z Z;ZI(j;,
~ : I:, I O. 'O,(;);,....!c
.; .' , , , ,m I s:: I
I: i: ! '~! : !: I 'I I~ ,
. . I' I ,
S::,Q:Q.~,a:J:~;~:~iQ ~'Q Q;m'~'O:Q:Q:Q,~1
>'~!-101~r-;n!01- Z:....;-Iolnl~,~ -;:-;101
22: ....100( i ' ':::l " '" I . ,00( 0: ~ ,~ ::E I ' I Z i -< 00(,00(, ~
mo O,~,-< IUlI~ 0 ~ 0101> ~;ZIO 0 0 0
~:~',~'m:n ~iO m.~ r-1~I~i~.m;ml~!~I~lni
>Ir-""">'O r-'::;:: >::::l 'jm en -:>.~ nln;:c 0,
r-lol~,nir- )> n n.o ~,>m,:iE:(');"" 0 0 0 <::'
-lniX:~Ir- z'o;:;~ o:~;z:)>I':I'~'Z'z en'z'
(;) C:.C::'- m -'c~im Z -; -.. - o'-<'-<'~'_'
: ~'Ul.;::I (;). > 'z;;:; ,. m, 't!.O:m I;:; ::: 'm' m ; -< I
-;1-;~....lmlm:'Cli~lmiO ~ o,.>:;::Ilmlz :::li:::l ~,. I
~'C:!Cl!fT1'. >:.-<!!~'>,8:z:0i~ifT1 =<' .~:.Ul...r-,O!
~;;:O.:::l,~!:::l:' 'Cl,C)' :::l ~I:> - 0: ,(;) -'0,)>
o 0' 0 : > . 0 . ... ' > : 0 ,. , '1 =: : > ~ ">' ;;.; ,
:E'<'<" ~ ,,..... ,. !wl -.' ,... . ,. .
m;mrm: m. I.....">. '0 I
.- '" . wi . I ;l;l
:::liO' ,(;)! ::> 1 :::; i: i :
i:>' i i:>i '00(, I!;
~!~;010!~~~!~'0:~'0,~ ~,o:o:o'o.o.o ~!
Oi(;):~:~iOl(;)'(;)'~!o'~'(;) 0 ~ ~;~ ~ ~ ~ 01
~I~!ml'm:~ ~;~!m.~:m,;;:I ~im mim:m'm,m'~1
a:J:til:~ ;;l Q.e :::l,~I~;~ ~.en:~ ~!~:~ ~ ;:J':::l
~,mIUllm -.> r- m:ol~:c,o'o ~,> :::l ;:0.;:>'0
,Z -;':::l ;:;.s. ;:Clm:>'~,r=;o mIO'- -,~:~
1~lm<:~ ~;o ~ ~;mln'a:J:en!z ~I)>,Q Q ",m,
-'C'" '- " r- "'>~' "13:.... ....,m.:::lj
~1:::limIQ Q::iE ~ QI~:~:;l;l:-IO'OI~:S:: ~ enl~
".;Inl- ;.> 0 - Oim,-;:3:IO':::lI~ > > ~.s::1
m:~IOI>,O'~lzl> ~1~:o;=I';:c!m!zl~ ~-:Oi
;:C1~:"'O;",r-' ."'0: I~:z:m o;mln - -;~ en!
en mlm'~lmll i ~; 0' ':;o,)>,Z - m m',-Ienl
o'mlr-l>'oo( ,>' :;:Ci '3:,Z',mln;ien Ul, 1 I
Z'CI>:Zi I ,Z: Iz">1 ;<iii;~; I
! ,Z, I I I ! ! , ' :%, . I I : , ! ,
-'-'-'-I-'-I-'~'-'-'-'-I-'-'~'-'- -'-1'
~1~I~j~ 4 ~ 4:~,A ~,Al~ ~.~:~ ~'~.~I~
~ ~ ~.~IO'~IQ'~IOIOIO'~ O'~'~i~'~'~~O
OIQ O,Q1A.O:AIO ~;AjA.O ~'O'OIOtOIOlm
-'-'_._'_._'_._-,-'-'-'-'-'-- - -.-
~;~ ~'A;~IAI~'A.~ w'w'~ A:~I~.~.~INI
N:.:~I~I~I~I~I~.~ ~I~I~I~:~'N'_'_AIWI
~'~II ~~!~!~I~:~:~ ~I~ ~1~1~1~:~ ~.~:~
_I~ ~t~l~l- ~I~ .l~j~'~ ul~i~'~.~I~'~
~I'~INI~I~:~IQIA'81~:NI~INIA'O'~'~ ~Io
o 0 ~,-I~'N'_'-'~IO'OIW ~I~'~ ~:_ ~
N10I I~'QI-'O:~I 'Q'Q'~ NIA W:~.~I~,~
! I : II ; ! ! :- j : i I I ! I I I !
I I I' I I i I I I ; I I I : ~ ' ,
I I I '. I
1-.11-'" ... - - I . _. _1'-1
~'QI818 ~ 8i~ 8:~:8i8:~:~ 8 8i~.8:o'ol
~!~'~i~ ~:~I~ ~ ~i~I*:~'~ ~ ~:~.~.~!~:
I I! !; !: I I i ell !. I 0 ! ell ~
S;!i;La L~~ aLL
"'0
8
CI
-
ta.d
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION NOA
NOTICE OF AWARD
TO:
HEAVY CONSTRUCTORS, INC.
1395 S. Marietta Parkway
Building 100, Suite 114
Marietta, GA 30067
PROJECT: JAMES B. MESSERLY WASTEWATER TREATMENT PLANT
LIFT STATION - CONTRACT 2
The OWNER has considered the BID submitted on April 29,1999 by you for the
above described WORK in response to its Advertisement for Bids dated March 31,
1999, and Information for Bidders.
You are hereby notified that your BID has been accepted in the amount of:
One Million Four Hundred Seventy Five Thousand 00/00 Dollars ($1,475,000.00).
You are required by the Information for Bidders to execute the Agreement and
furnish the required Contractor's Performance Bond and Payment Bond within ten
calendar days from the date of this Notice to you. You are also required to
show proof of insurance coverage as required by the General Conditions. Six
sets are enclosed for execution.
If you fail to execute said Agreement and to furnish said Bonds within ten days
from the date of the Notice, said OWNER will be entitled to consider all your
rights arising out of the OWNER'S acceptance of your BID as abandoned and as a
forfeiture of your Bid Bond. The OWNER will be entitled to such other rights
as may be granted by law.
In the Agreement and Bonds, please note that the date of agreement is to remain
blank on line 1 of the Agreement, in the second paragraph and last line of both
bonds and in the last line of the Power of Attorney. After execution of all
copies, please return all copies to this office for coordinating the execution
by the Owner. Executed copies will then be returned for you and your Surety
along with the Notice to Proceed. Submittal of your Insurance Certificate at
an early date will permit work on the project to begin when the Notice to
Proceed is issued. A Preconstruct ion Conference will be scheduled after
contracts are executed.
Please return an acknowledged
copy of this
~7/
NOTICE OF AWARD to the OwNER.
Dated this
I/-~
day of
, 1999.
AUGUSTA-RICHMOND COUNTY COMMISSION
AUGUSTA, GEORGIA
ACCEPTANCE:
By hm /l/lLvI'lHPO, ;! f,
Title ~ dv~'t/}).
f/r/J
Receipt of the above NOTICE OF
AWARD is hereby acknowledged by
C; o{2.,
Th'
,1999
By
'ZEL, ENGINEERS
9721-NOA. doc
NOA
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION AGR
AGREEMENT
THIS AGREEMENT, made on the 4.~ day of 1?J~ ' 19'1!l, by
and between AUGUSTA, GEORGIA, BY AND TOUGH THE AUGUSTA- ICHMOND COUNTY
COMMISSION, party of the first part, hereinafter called the OWNER, and HEAVY
CONSTRUCTORS, INC., party of the second part, hereinafter called the
CONTRACTOR.
WITNESSETH, that the Contractor and
considerations hereinafter named, agree as follows:
the
for
the
Owner,
ARTICLE I - SCOPE OF THE WORK
The Contractor hereby agrees to
all of the equipment and labor necessary,
shown on the plans and described in the
entitled:
furnish all of the materials and
and to perform all of the work
specifications for the project
AUGUSTA UTILITIES DEPARTMENT
JAMES B. MESSERLY WASTEWATER TREATMENT PLANT
LIFT STATION - CONTRACT 2
and in accordance with the requirements and provisions of the Contract
Documents as defined in the General and Special Conditions hereto attached,
which are hereby made a part of this agreement.
ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES
The work to be performed under this Contract shall be commenced
within 10 calendar days after the date of written notice by the Owner to the
Contractor to proceed. All work shall be completed within 270 calendar days
subj ect to Supplementary Conditions SC 23, with all such extensions of time
as are provided for in the General Conditions.
It is hereby understood and mutually agreed, by and between the
Contractor and the Owner, that the date of beginning, rate of progress 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 wi thin 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 of One Thousand Dollars ($1,000.00), 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. In addition, if the
Contractor fails to meet the requirement stated in Supplementary Condition
SC-25, then the Contractor hereby agrees, as a part of the consideration for
'ZEL, ENGINEERS
9721 AGR.doc
AGR-1
I
I
SECTION AGR
AGREEMENT
I
the awarding this Contract to pay the Owner the sum of Five Thousand Dollars
($5,000), as a penalty for each and every calendar day that the Contractor
shall be in default with the requirement of SC-25.
I
The said amount is fixed and agreed upon by and between the
Contractor and the Owner because of the impracticability and extreme
difficulty of fixing and ascertaining the actual damages the Owner would, in
such event, sustain, and said amounts shall be retained from time to time by
the Owner from current periodical estimates.
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.
I
I
ARTICLE III - PAYMENT
I
(A) The Contract Sum
I
The Owner shall pay to the contractor for the performance of the
Contract the amount as stated in the Proposal and Schedule of Items. No
variations shall be made in the amount except as set forth in the
specifications attached hereto.
(B) Proqress Payment
I
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.
I
I
On the "City's vendor payment
invoice for payment, the Owner shall after
pay to the Contractor 90% of the amount of
place. The 10% retained percentage may be
completion and acceptance of all work under
run" following approval of the
deducting previous payments made,
the estimate on units accepted in
held by the Owner until the final
the Contract.
I
I
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT
I
(A) Upon receipt of written notice that the work is ready for
final inspection acceptance, the Engineer shall within 10 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 be due the Contractor, including the retained
percentage, shall be paid to the Contractor by the Owner within 15 days after
the date of said final certificate.
I
I
I
lZELl ENGINEERS
9121 AGR.doc
AGR-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION AGR
AGREEMENT
(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 indebtedness of liens of evidence of payment of all such disputed
amounts when adjudicated in cases where such payment has not already been
guaranteed by surety bond.
(C) The making and acceptance of the final payment shall
constitute a waiver of all claims by the Owner, other than those arising from
unsettled liens, from faulty work appearing within 12 months after final
payment, from requirements of the specifications, or from manufacturer's
guarantees. It shall also constitute a waiver of all claims by the
Contractor except those previously made and still unsettled.
(D) If after the work has been substantially completed, full
completion thereof is materially delayed through no fault of the Contractor,
and the 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.
governing
claims.
Each
final
shall
except
under
shall
be made
that it
the terms and
not constitute a
conditions
wai ver of
payment
payment,
IN WITNESS WHEREOF, the parties
Agreement in three (3) counterparts, each f
ori~t~~~~~~e year and day first mention
__~;YJ.1 J"'l; \~
~.......'?-' ..........".... ('0 ~O
f cI..~ ._ "0". c-j_, f;
R ~ ~, .,,~ ~ ~
~ 1'~A ~ . ~
"': .. ~
~~. :-~
~ ,.~ - r ~
'1 · ..
i'~ ..
have
shall
executed this
be deemed an
~.
...
By:
r:w
~
'/,'/?1
co
EAVY CONSTRUCTORS INC.
(SEAL)
By
As
Address: 1395 S. Marietta Pkwy.
Buildinq 100, Suite 114
Marietta, GA 30067
cretary
~~
Wltness
'ZEL, ENGINEERS
9721 AGR.doc
AGR-3
I
I
I
I
SECTION PB
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: that
HEAVY CONSTRUCTORS, INC.
(Name of Contractor)
1395 S. Marietta Parkway, Buildinq 100, Suite 114, Marietta, GA 30067
(Address of Contractor)
I
a Corporation , hereinafter called Principal,
(Corporation, Partnership or Individual)
I
and Fidelity and Deposit Company of Maryland
(Name of Surety)
1050 Crown Pointe Pkwy., Suite 1200, Atlanta, GA 30338
(Address of Surety
I
hereinafter called Surety, are held and firmly bound unto City of Augusta,
Georgia, (by and through its Commission), Municipal Building, Augusta, Georgia
30911, hereinafter called OWNER, in the penal sum of One Million Four Hundred
Seventv Five Thousand 00/100 Dollars 00/100 Dollars ($ 1,475,000.00) in lawful
money of the United States, for the payment of which sum well and truly to be
made, we bind ourselves, successors, and assigns, jointly and severally, firmly
by these presents.
THE CONDITIONS OF
into a certain
I
I
I
hereof for the
THIS OBLIGATION is such that whereas, the Principal entered
contract with the OWNER, dated the _____day of
, 1999, a co~y of which is hereto attached and made a part
construction of:
I
JAMES B. MESSERLY WASTEWATER TREATMENT PLANT
LIFT STATION - CONTRACT 2
NOW, THEREFORE, if the principal shall promptly make payment to all persons,
firms, subcontractors, and corporations furnishing materials for or performing
labor in the prosecution or the work provided for in such contract, and any
authorized extension or modi.fication thereof, including all amounts due 'for
materials, lubricants, oil, gasoline, coal and coke, repairs on machinery,
equipment and tools, consumed or used in connection with the construction or
such work, and all insurance premiums on said work, and for all labor,
performed in such work whether by subcontractor or otherwise, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the contract or to the work to be performed thereunder or the
specifications accompanying the same shall in any wise affect its obligation on
this bond, and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the contract or to the work or to
the specifications.
I
1
I"
I
1
1
PROVIDED FURTHER, that no final .settlement between the Owner and the
Contractor shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
I..
ZEL, ENGINEERS
9721-PB.doc
PB-1
I
-
I
I
I
I
IN WITNESS WHEREOF,
copies) counterparts,
day of
this instrument
each one which shall
I
(SEAL) ~ 1/;(~
Wicness to Principal
Lob4rvlJlt-L../E-. 1"04-
(Address)
I
I
I
I
ATTEST:
I
Mrlriet.t.rl,
I
I
I
I
I
SECTION PB
PAYMENT BOND
is
in 5 (number of
riginal, this the
/'
By HEAVY CONSTRUCTORS, INC.
1395 S. Marietta Pkwv., Buildinq 100
(Address)
Suite 114, Marietta, GA 30067
-:
Company
corney in-Fact
Barry ellars ~~
/' .-<
1050 Crown Pointe Pkwy. /?:S'~ 12.00 ./
(Address) '!; v /'
Atlanta. GA 30338 I , 'I . -
(SEAL)
NOTE:
Date of Bond must not be prior to date of Contract.
If Contractor is Partnership, all partners should execute bond.
IMPORTANT: Surety companies executing bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to
transact business in the State where the project is located.
I
I
I
~721-PB.doc
PB-2
'ZEL, ENGINEERS
I
I
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE. BAlTIMORE. MO
I
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Maryland, by C. M. PECOT, JR., Vice-President, and C. W. ROBBINS, Assistant Secretary, in pursuance of authority granted by Article
VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force
and effect on the date hereof, does hereby nominate, constitute and appq' t James Day and Barry C. Sellars,
both of Marietta, Georgia, EACH............. ..............
I rue an a agent and Attotney-'in~Fact, to make, execute, seaWn'd: iver, for~n its behalf as surety, and as its act and deed:
any and all bonds and undertakings.....~~....~,......................., ."
And the execution of such bonds or undertakings in pursp these ~r shall be as binding upon said Company, as fully and
amply, to all intents and purposes, as if they had been dul ~ ted and edged by the regularly elected officers of the Company
at its office in Baltimore, Md., in their own proper pe~ ~
The said Assistant Secretary does hereby certify .~ extra. ct u~r;;:~ on the reverse side hereof is a true copy of Article VI, Section
2, of the By-Laws of said Company, and is no~;e. ~~
IN WITNESS WHEREOF, the said Vice~Pr nt and As . Secretary have hereunto subscribed their names and affixed the
Corporate Seal of the said FIDELITY AND COMP F MARYLAND, this 5th day of
_ Apr i 1 , A.D. 19..2J.. ~
~ FIDELITY AND DE COMPANY OF MARYLAND ~~
AITEST: ~~
q,:......~...
By
} Vree-Pre' nI \
ss:
I
I
I
I
I
I
STATE Of MARYLAND
COUNIY Of BALTIMORE
I
On this 5th day of--Ap'ril , A.D. 19-9-1, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came C. M. PECOT, JR., Vice-President and C. W. ROBBINS, Assistant Secretary of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding
instrument, and they each acknowledged the execution of the same, and being by me duly sworn,. severalIy and each for himself deposeth
and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate
Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF. I havo h,rewno '" my hand '$.;;]:"4 my Offid~ SooI ~w~.,
~Sf CAROL J, FADER, N=ry Publi,
My Commission Expir~s___AugpALL. 1996
I
I
I
I
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and
I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially
authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: . 'That the facsimile or mechanically reproduced signamre of any Assistant Secretary of the Company, whether made heretofore
or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon
the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this ___
day of , 19____.
I
I
I
-
L1428c -032-0155
p~
Assis~ Secretary
" ,
-
;;-
:,.../
..~~
-,
,
.,
I
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-
Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power,
by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant
Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute
on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases
and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, . . . and to affix the seal of the Company
thereto. "
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-
.- -
I
....,
_/<':.
I
I
SECTION PFB
I PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: that
I
HEAVY CONSTRUCTORS, INC.
(Name of Contractor)
I
1395 S. Marietta oarkway, Buildinq 100, Suite 114, Marietta, GA 30067
(Address of Contractor)
I
a Corporation , hereinafter called Principal, and
(Corporation, Partnership, or Individual)
Fidelity and Deposit Company of Maryland
(Name of Surety)
1050 Crown Pointe Pkwy , Suitp 1)00, ~tl~nt~: ~~ 1011R
(Address of Surety)
hereinafter called Surety, are held and firmly .bound unto the City of Augusta,
Georgia (by and through its Commission), Municipal Building, Augusta, Georgia
30911, hereinafter called Owner, in the penal sum of One Million Four Hundred
Seventv Five thousand 00/100 Dollars ($ 1,475,000.00iin lawful money of the
United States, for ~he paymen~ of which sum well and truly to be made, we bind
ourselves, successors, and assigns, jointly and severally, firmly by these
presents.
I
I
I
I
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered
into a certain contract with the Owner, dated the day of
, 1999, a copy of which is hereto attached and made a part
hereof for the construction of:
I
JAMES B. MESSERLY WASTEWATER TREATMENT PL~~T
LIFT STATION - CONTRACT 2
I
NOW, THEREFORE, if the Principal shall well, truly, and faithfully perform its
duties, all the undertakings, covenants, terms, conditions and agreements of
said contract during the original term thereof, and any extensions thereof
which may be granted by the Owner, with or without notice to the Surety and
during the one year guaranty period, and if he shall satisfy all claims and
demands incurred under such contract and shall fully indemnify and save
harmless the Owner from all costs and damages which it may suffer by reason of
failure to do so, and shall reimburse and repay the Owner all outlay and
expense which the Owner may incur in making good any default, then this
obligation shall be void; otherwise to remain in full force and effect.
I
I
I
PROVIDED, FURTHER, that the said surety, for value received hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the contract or to work to be performed thereunder or the
specifications accompanying the same shall in any wise affect its obligation on
this bond, and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the contract or to the work or to
the specifications.
I
I
PROVIDED, FURTHER, that no final settlement between the Owner and the
Contractor shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
1
I.
'ZEL, ENGINEERS
9721-PfB.doc
PFB-1
.
.
I
I
SECTION PFB
PERFORMANCE BOND
I
IN WITNESS WHEREOF, this instrument is
each one which shall be deemed
, 19
-2- (Number) counterparts,
this the day of
ATTEST:
I
Principal)
I
VY CONSTRUCTORS, INC.
I
~1U~
(Witness) to Principal
LObANLlIt-t.-tE. J 6+
(Addres's)
1395 S. Marietta Parkway, Buildinq 100,
(Address)
Suite 114, Marietta, GA 30067
(SEAL)
I
ATTEST:
Fidelity and Deposit Company
of Mary and
I
Ofr~
146 North Fairground st.
(Address)
M~r;prr~1 r,~ 10060
torne. -in-Fact B~"r-ry C. Sellars
1050 n Pointe Pkw;,?; S 12-00 "
(Address) '~~/~
Atlanta, GA 30338 "'i""....:;,'':
~,' .::;:..,... ::.
I
I
(SEAL)
I
NOTE:
Date or Bond must not be prior to date or Concract. Ir Contractor is
Partnership, all partners should execute bond.
I
I
IMPORTAJ.\lT: Surety companies executing bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to
transact business in the state where the project is located.
I
I
I
I
I
'ZEL, ENGINEERS
9721-PFB. doc
PFB-2
.
.
I
I
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
I
HOME OFACE. BALTIMORE. MD
I
KNOw ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Maryland, by C. M. PECOT, JR., Vice-President, and C. W. ROBBINS, Assistant Secretary, in pursuance of authority granted by Anicle
VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force
and effect on the date hereof, does hereby nominate, constitute and apM' t James Day and Barry C. Sellars,
both of Marietta, Georgia, EACH............. . ........ .. ....
I rue an a agent and Attorney-in-Fact, to make, execute, sealAinli iver, for~n its behalf as surety, and as its act and deed:
any and all bonds and undertakings.. . . . . . ~~. .. .~' . . . . .. .. . . . . . . " .. . . .. . . . . .
And the execution of such bonds or undertakings in purs~~ese P~Shall be as binding upon said Company, as fully and
amply, to all intents and purposes, as if they had been dul <;) ted and a edged by the regularly elected officers of the Company
at its office in Baltimore, Md., in their own proper ~~ ,,~ .
The said Assistant Secretary does hereby certify .~ extract _1>~ on the reverse side hereof is a true copy of Article VI, Section
2, of the By-Laws of said Company, and is no~;e. ~~
IN WITNESS WHEREOF, the said Vic~-= and A' Secretary have hereunto subscribed their names and affixed the
Corporate Seal of the said FIDELITY AND ~__ COMP F MARYLAND, this 5th day of
- April 8:'~~' A.~~~ AND DE <;) COMPANY OF MARYLAND ~~
A1TEST: SEAL
-
Cl,,;__....~
By
Vice-Prt. nt \
}~
On this 5th day of April , A.D. 19-9..1, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came C. M. PECOT, JR., Vice-President and C. W. ROBBINS, Assistant Secretary of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding
instrument, and they each acknowledged the execution of the same, and being by me duly sworn,. severally and each for himself deposeth
and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate
Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation.
IN TEsTIMONY WHEREOF. I havo he_to '" my Iumd .ffi><<l my Offid'" Seal the ~ ~ 7'<".
~~I'~ ~ .~
~Sr CAROL J. FADER -.' Hmo" Publk
My Commission Expires AUgJ.lS~22Q
STAn: OF MARYLAND
COUNTY OF BALTIMORE
I
I
I
I
I
I
I
I
I
I
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby cenify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and
I do further cenify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially
authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, wherever appearing upon a cenified copy of any power of attorney issued by the Company, shall be valid and binding upon
the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
day of , 19____.
I
I
I
I
L1428c -032-0155
Assisran:~S~crelary
~
- ~~
I
\~5 ,'-, :..
, ;," :./
:;:.. .~":-~~~
I
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-
Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power,
by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant
Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute
on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases
and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, . . . and to affix the seal of the Company
thereto. ' ,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
orley, Schilling & Randall
46 N. Fairground st.
arietta GA 30060
. ..... ... .__ _.d _....._._..
. <51Z IKfltl If I ~~~I?' ~~:lli 1~~.t~nrm~lrN~:LJ ~7~i~ <5 IE ~~~~1 ppp.. DA~;~~~
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
C Sellars
770-428-1565 Fax No. 770-426-8601
COMPANY
A
Grange Mutual Casualty Co.
COMPANY
B
National Trust Insurance Co.
Heavy Constructors, Inc.
Building 100, Suite 114
1395 South Marietta Parkway
Marietta GA 30067
COMPANY
C
COMPANY
D
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.
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTlVE POLICY EXPIRA TlON
DATE (MMlODIYY) DATE (MMlODIYY)
LIMITS
COMMERCIAL GENERAL LIABILfTY
CLAIMS MADE [!1 OCCUR
OWNER'S & CONTRACTOR'S PROT
CPP2132086
09/30/98
09/30/99
GENERAL AGGREGATE
PRODUCTS - COMP/OP AGG
PERSONAL & ADV INJURY
EACH OCCURRENCE
FIRE DAMAGE (Anyone fire)
MED EXP (Anyone person)
$2,000,000
$2,000,000
$ 1,000,000
$ 1,000,000
$100,000
$ 5 000
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
CPP2132086
09/30/98
09/30/99
COMBINED SINGLE LIMIT
$ 500,000
BODILY INJURY
(Per person)
$
BODILY INJURY
(per accident)
PROPERTY DAMAGE $
CUP213208700
AUTO ONLY - EA ACCIDENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE $
EACH OCCURRENCE $ 10,000,000
09/30/98 09/30/99 AGGREGATE $ 10,000,000
$
$ 100,000
09/30/98 09/30/99 EL DISEASE - POLICY LIMIT $ 500,000
EL DISEASE - EA EMPLOYEE $ 100 000
09/30/98 09/30/99 Limi t: $300,000
GARAGE LIABILfTY
ANY AUTO
THE PROPRIETOR!
PARTNER~CUTlVE
OFFICERS ARE:
OTHER
INCL 01WC96A32488
EXCL
Rental Equipment
CPP2132086
ESCRIPTlON OF OPERATlONSlLOCATlONSNEHICLESlSPECIAL ITEMS
CERTIFICATE HOLDER IS NAMED AS AN ADDITIONAL INSURED RE: JAMES B. MESSERLY
ASTEWATER TREATMENT PLANT LIFT STATION - CONTRACT 2
CITY OF AUGUSTA, GEORGIA
MUNICIPAL BUILDING
AUGUSTA GA 30911
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
~ DAYS WRI1TEN NOTlCE TO THE C ICATE HO ER NAMED TO THE LEFT,
IMPOSE N 0 L1GA TI OR L1ABILfTY
orley, Schilling & Randall
46 N. Fairground st.
arietta GA 30060
~:IitiERmlt5lG;~ml::<D.'I5::ltl~E3'llIl.~';:i:~'~'lliJER~f*J(5'Et:b~k:i~:;. DATE (MMlDDIYY)
..;.,. ..:. . ;..:....):/:,:....}.:.:....:;;../:\??:)i.t;.:);.Ci:...:::::):.::.:.:::)\.:::;t.::.~yS()*: 05/0 6/ 9 9
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
C Sellars
770-428-1565 F~N~ 770-426-8601
COMPANY
A
Northern Ins. Co. of New York
COMPANY
B
Heavy Constructors, Inc.
Building 100, Suite 114
1395 South Marietta Parkway
Marietta GA 30067
COMPANY
C
COMPANY
D
OV....E RA. $i:S. ::i:
.... ...........
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.
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE POLICY EXPIRATION
DATE (MMIDDIYY) DATE (MMlDDIYY)
LIMITS
COMMERCIAL GENERAL L1ABILnY
CLAIMS MADE D OCCUR
OWNER'S & CONTRACTOR'S PROT
GENERAL AGGREGATE
PRODUCTS. COMP/OP AGG $
PERSONAL & ADV INJURY $
EACH OCCURRENCE $
FIRE DAMAGE (Anyone fire) $
MED EXP (Anyone person)
AUTOMOBILE L1ABILnY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON.OWNED AUTOS
COMBINED SINGLE LIMIT $
BODILY INJURY
(Per person)
$
BODILY INJURY
(Per accident)
PROPERTY DAMAGE $
GARAGE L1ABILnY
ANY AUTO
AUTO ONLY. EA ACCIDENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT $
AGGREGATE
EACH OCCURRENCE $
AGGREGATE
$
EL DISEASE. POLICY LIMIT $
EL DISEASE. EA EMPLOYEE $
THE PROPRIETOR!
PARTNER~ECUTlVE
OFFICERS ARE:
OTHER
INCL
EXCL
Builders Risk
ECA11675816
05/07/99
05/07/00
Limi t
$1,475,000
ESCRIPTlON OF OPERATlONSlLOCATlONSNEHICLESlSPECIAL ITEMS
RE: JAMES B. MESSERLY WASTEWATER TREATMENT PLANT LIFT STATION - CONTRACT 2
AUGU002
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
~ DAYS WRITTEN NOTICE TO THE CERTI ICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SH POSE NO OBLIGATION OR L1ABILnY
CITY OF AUGUSTA, GEORGIA
MUNICIPAL BUILDING
AUGUSTA GA 30911
C Sellars
/""
;:j:A99f{p;P9RAORAifiqNf$$$):
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION NTP
NOTICE TO PROCEED
Date
TO:
HEAVY CONSTRUCTORS, INC.
1395 S. Marietta Parkway
Building 100, Suite 114
Marietta, GA 30067
PROJECT:
AUGUSTA UTILITIES DEPARTMENT
JAMES B. MESSERLY WASTEWATER TREATMENT PLANT
LIFT STATION - CONTRACT 2
The Contract for the above work is being signed today by the City of
Augusta, Georgia. Two signed copies will be mailed to you promptly.
You are hereby notified that the commencement date of work in accordance
with the Agreement dated
is
and you are to
complete the WORK within 270 consecutive calendar days thereafter. The date of
completion of all WORK is therefore The date for compliance
with Supplementary Condition SC-25 (BENEFICIAL USE OF PARTIAL SYSTEM; PENALTY
FOR FAILURE) is September 1, 1999.
AUGUSTA-RICHMOND COUNTY
AUGUSTA, GEORGIA
By
Ti tle
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED
is hereby acknowledged by
HEAVY CONSTRUCTORS, INC.
this the _____ day of
By
Title
'ZEL, ENGINEERS
9721-NTP.doc
NT P-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION CO
CHANGE ORDER
Order No.
Date
Agreement Date
PROJECT:
HEAVY CONSTRUCTORS, INC.
1395 S. Marietta Parkway
Building 100, Suite 114
Marietta, GA 30067
OWNER:
AUGUSTA-RICHMOND COUNTY
AUGUSTA, GEORGIA
CONTRACTOR:
The following changes are hereby made to the CONTRACT DOCUMENTS:
JUSTIFICATION:
CHANGE TO CONTRACT PRICE:
Original CONTRACT PRICE
$
Current CONTRACT PRICE adjusted
by previous CHANGE ORDERS
$
The CONTRACT PRICE due to this
CHANGE ORDER will be (increased)
(decreased) by:
$
New CONTRACT PRICE including this CHANGE ORDER
$
CHANGE TO CONTRACT TIME:
The CONTRACT TIME will be (increased) (decreased) by
calendar days.
The date for completion of all work will be
(Date) .
Requested by
I Recommended by
I
I
'ZEL, ENGINEERS
9721-CO . doc
CO-1
I
I
I
I
GENERAL CONDITIONS
INDEX
ARTICLE 2 - PRELIMINARY MATTER...................................
4-6
ARTICLE 3 - CONTRACT DOCUMENTS, INTENT, AMENDING, REUSE..........
6-7
I
ARTICLE 4 - AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; .........
REFERENCE POINTS
8-10
ARTICLE 5 - BONDS AND INSURANCE.................................. 11-16
I
I
I
I
I
I
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES........................ 16-24
ARTICLE 7 - OTHER WORK....... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25
ARTICLE 8 - OWNER'S RESPONSIBILITIES............................. 26
ARTICLE 9 - PROFESSIONAL'S STATUS DURING CONSTRUCTION............ 26-29
ARTICLE 10 - CHANGES IN THE WORK.................................. 29
ARTICLE 11 - CHANGE OF CONTRACT PRICE............................. 30-35
ARTICLE 12 - CHANGE OF CONTRACT TIME.............................. 35-36
ARTICLE 13 - WARRANTY & GUARANTEE; TESTS AND INSPECTIONS:
CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE
WORK. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36-39
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION................ 40-45
I
ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION................... 45-48
ARTICLE 16 - DISPUTE RESOLUTION................................... 48
I
ARTICLE 17 - MISCELLANEOUS........................................ 48-49
I
I
I
I
I
I
I
I
I
GENERAL CONDITIONS
I
ARTICLE I--DEFINITIONS
I
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:
I
Addenda-Any changes, revisions of clarifications of the Contract Documents
which have been duly issued by COUNTY to prospective Bidders prior to the time
of opening of Bids.
I
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.
I
Application for Payment-The form accepted by PROFESSIONAL which is to be used
by CONTRACTOR in requesting progress or final payments and which is to include
such supporting documentation as is required by the Contract Documents.
I
Bid-The offer or proposal of the bidder submitted on the prescribed form
setting forth the price(s) for the Work to be performed.
I
Bonds-Bid, performance and payment bonds and other instruments of security
furnished by CONTRACTOR and its Surety in accordance with the Contract
Documents.
I
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.
I
Contract Documents-The Agreement, Addenda (which pertain to the Contract
Documents), CONTRACTOR's 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 delivered after execution
of Contract. together with all amendments, modifications and supplements
issued pursuant to paragraphs 3.4 and 3.5 or after the Effective Date of the
Agreement.
I
I
I
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).
I
Contract Time-The number of days (computed as provided in paragraph 17.2) 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.
I
I
1
I
I
I
I
I
COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions
of the State of Georgia, the Augusta-Richmond County Commission, and its
authorized designees, agents, or employees.
I
Day-Either a working day or calendar day as specified in the bid documents.
If a calendar day shall fall on a legal holiday that day will be omitted from
the computation, Legal Holidays: New Year's Day, Martin Luther King Day,
Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the
following Friday, and Christmas Day.
I
Defective-An adjective which when modifying the word Work refers to Work that
is unsatisfactory, faulty or deficient, or does not conform to the Contract
Documents, or does not meet the requirements of any inspection, reference
standard, test or approval referred to in the Contract Documents, or has been
damaged prior to PROFESSIONAL's recommendation of final payment, unless
responsibility for the protection thereof has been assumed by OWNER at
Substantial Completion in accordance with paragraph 14.8 or 14.10).
I
I
Drawings-The drawings which show the character and scope of the Work to be
performed and which have been prepared or approved by PROFESSIONAL and are
referred to in the Contract Documents.
I
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 the Augusta, Georgia.
I
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.
I
General Requirements-Sections of Division I of the Specifications.
I
Laws and Regulations: Laws or Regulations-Laws.
ordinances, codes and/or orders.
rules,
regulations,
I
Notice of Award-The written notice by OWNER to the apparent successful bidder
stating that upon compliance by the apparent successful bidder with the
conditions precedent enumerated therein, within the time specified, OWNER
will sign and deliver the Agreement.
I
Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy
to PROFESSIONAL) fixing the date on which the Contract Time will commence to
run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations
under the Contract Documents.
I
OWNER- Augusta, Georgia, and the Augusta-Richmond County Commission.
I
Partial Utilization-Placing a portion of the Work in service for the purpose
for which it is intended for a related purpose) before reaching Substantial
Completion for all the Work.
I
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.
I
2
I
I
I
I
I
Project-The total construction of which the Work to be provided under the
Contract Documents may be the whole, or a part as indicated elsewhere in the
Contract Documents.
I
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.
I
Project Manager-The professional in charge, serving COUNTY with
architectural or engineering services, his successor, or any other person
or persons, employed by said COUNTY, for the purpose of directing or having
in charge the work embraced in this Contract.
I
Resident Project Representative-The authorized representative of PROFESSIONAL
who is assigned to the site or any part thereof.
I
Shop Drawings-All drawings, diagrams, illustrations, schedules and other data
which are specifically prepared by or for CONTRACTOR to illustrate some
portion of the Work and all illustrations, brochures, standard schedules,
performance charts, instructions, diagrams and other information prepared by
a Supplier and submitted by CONTRACTOR to illustrate material or equipment for
some portion of the Work.
I
Specifications-Those portions
technical descriptions of
standards and workmanship as
details applicable thereto.
of the Contract Documents consisting of written
materials, equipment, construction systems,
applied to the Work and certain administrative
I
I
Subcontractor-An individual, firm or corporation having a direct contract with
CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of
the Work at the site.
I
Substantial Completion-The Work (or a specified part thereof) has progressed
to the point where, in the opinion of PROFESSIONAL as evidenced by
PROFESSIONAL's definitive certificate of Substantial Completion, it is
sufficiently complete, in accordance with the Contract Documents, so that the
Work (or specified part) can be used for the purposes for which it is
intended, or if there be no such certificate issued, when final payment is due
in accordance with paragraph 14.13. The terms "substantially complete" and
"substantially completed" as applied to any Work refer to Substantial
Completion thereof.
I
I
Supplementary Conditions-The part of the Contract Documents which amends or
supplements these General Conditions.
I
Supplier-A manufacturer, fabricator, supplier, distributor, materialman or
vendor.
I
Underground Facilities-All pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels or other such facilities or attachments, and
any encasement containing such facilities which have been installed
underground to furnish any of the following services or materials,
electricity, gases, stearn, liquid petroleum products, telephone or other
communications, cable television, sewage and drainage removal, traffic or
other cont~ol systems or water.
I
I
3
I
I
I
I
Unit Price Work-Work to be paid for on the basis of unit prices.
I
I
Work-The entire completed construction or the various separately identifiable
parts thereof required to be furnished under the Contract Documents. Work is
the result of performing services, furnishing labor and furnishing and incor-
porating materials and equipment into the construction, and furnishing
documents, all as required by the Contract Documents.
I
Work Directive Change-A written directive to CONTRACTOR, issued on or after
the Effective Date of the Agreement and signed by OWNER and recommended by
PROFESSIONAL, ordering an addition, deletion or revision in the Work, or
responding to differing or unforeseen physical conditions under which the Work
is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under
paragraph 6.22. A Work Directive Change may not change the Contract Price or
the Contract Time, but is evidence that the parties expect that the change
directed or documented by a Work Directive Change will be incorporated in a
subsequently issued Change Order following negotiations by the parties as to
its effect, if any, on the Contract Price or Contract Time as provided in
Article 10.
I
I
I
Written Amendment-A written amendment of the Contract Documents, signed by
OWNER and CONTRACTOR on or after the Effective Date of the Agreement and
normally dealing with the non-engineering or nontechnical rather than strictly
Work-related aspects of the Contract Documents.
I
ARTICLE 2-PRELIMINARY MATTERS
Deli vezy of Bonds:
I
2.1. When CONTRACTOR delivers the executed Agreements to OWNER,
CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be
required to furnish in accordance with these Contract Documents.
I
Copies of Documen ts :
I
2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR,
at no cost, one (1) complete set of the Contract Documents for execution of
the work. Additional sets of the project manual and drawings and/or
individual pages or sheets of the project manual or drawings will be furnished
by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which will
be OWNER's standard charges for printing and reproduction.
I
Commencement of Contract Time, Notice to Proceed:
I
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.
I
Starting the Project:
I
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.
I
4
I
I
I
I
Before Starting Construction:
I
2.5. Before undertaking each part of the Work. CONTRACTOR shall
carefully study and compare the Contract Documents and check and verify
pertinent figures shown thereon and all applicable field measurements.
CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict,
error, ambiguity, or discrepancy which CONTRACTOR may discover and shall
obtain a written interpretation or clarification from PROFESSIONAL before
proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER
for failure to report any conflict, effort, ambiguity or discrepancy in the
Contract Documents, if CONTRACTOR knew or reasonably should have known
thereof.
I
I
I
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 PROJECT MANAGER for review:
I
2.6.1. an estimated progress schedule indicating the starting and
completion dates of the various stages of the Work:
I
2.6.2. a preliminary schedule of Shop Drawing and Sample submissions:
and
I
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.
I
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 COUNTY may reasonably
request) which CONTRACTOR is required to purchase and maintain in accordance
with Article 5.
I
I
Pre-construction Conference:
I
2.8. Before any Work at the site is started, a conference attended by
CONTRACTOR, Project Manager, 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,
procedures for handling Shop Drawings and other submittals, processing
applications for payment and maintaining required records.
I
Finalizing Schedules:
I
2.9. At least ten days before submission of the first Application for
Payment a conference attended by CONTRACTOR, PROFESSIONAL and Project Manager
and others as appropriate will be held to finalize the schedules submitted in
accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10)
calendar days to make corrections and adjustments and to complete and
resubmit the schedules. No progress payment shall be made to CONTRACTOR until
I
I
5
-
I
I
I
I
the schedules are submitted to and acceptable to Project Manager and
PROFESSIONAL as provided below. The finalized progress schedule will be
acceptable to Project Manager and PROFESSIONAL as providing an orderly
progression of the Work to completion within any specified Milestones and the
Contract Time, but such acceptance will neither impose on PROFESSIONAL
responsibility for the sequencing, scheduling or progress of the Work nor
interfere with or relieve CONTRACTOR from full responsibility therefor, The
finalized schedule of Shop Drawing submissions and Sample submissions will be
acceptable to PROFESSIONAL as providing a workable arrangement for reviewing
and processing the submissions. CONTRACTOR's schedule of values shall be
approved by PROFESSIONAL as to form and substance.
I
I
CONTRACTOR, in addition to preparing an initially
shall be responsible for maintaining the schedule,
schedule. Schedule updates shall include progression of
scheduled progress on work. Schedule updates shall
request.
acceptable schedule,
including updating
work as compared to
accompany each pay
I
I
ARTICLE 3-CONTRACT DOCUMENTS; INTENT,
AMENDING, REUSE
Intent:
I
3.1. The Contract Documents comprise the entire agreement between OWNER
and CONTRACTOR concerning the Work. The Contract Documents are complementary:
what is called for by one is as binding as if called for by all. The Contract
Documents will be construed in accordance with the law of the State of
Georgia.
I
I
3.2. It is the intent of the Contract Documents to describe a
functionally complete Project (or part thereof) to be constructed in
accordance with the Contract Documents. Any Work, materials or equipment that
may reasonably be inferred from the Contract Documents or from prevailing
custom or trade usage as being required to produce the intended result will
be supplied whether or not specifically called for. When words or phrases
which have a well-known technical or construction industry or trade meaning
are used to describe Work, materials or equipment, such words shall be
interpreted in accordance with that meaning.
I
I
3.3. Except as otherwise specifically stated in the Contract Documents
or as may be provided by amendment or supplement thereto issued by one of the
methods indicated in 3.6 or 3.7, the provisions of the Contract Documents
shall take precedence in resolving any conflict, error, ambiguity or
discrepancy between the provisions of the Contract Documents and the
provisions of any such standard, specification, manual, code or instruction
(whether or not specifically incorporated by reference in the Contract
Documents)and the provisions of any such Laws or Regulations application to
the performance of the Work (unless such an interpretation of the provisions
of the Contract Documents would result in violation of such Law or
Regulation). Clarifications and interpretations of the Contract Documents
shall be issued by PROFESSIONAL as provided in paragraph 9.4.
I
I
I
I
3.4. Reference to standards, specifications, manuals or codes of any
technical society, organization or association, or to the Laws or Regulations
of any governmental authority, whether such reference be specific or by
I
6
I
I
I
I
implication, shall mean the latest standard, specification, manual, code or
Laws or Regulations in effect at the time of opening of Bids (or, on the
Effecti ve Date of the Agreement if there were no Bids), except as may be
otherwise specifically stated in the Contract Documents.
I
I
3.5. If, during the performance of the Work, CONTRACTOR discovers any
conflict, error, ambiguity or discrepancy within the Contract D9cuments or
between the Contract Documents and any provision of any such Law or Regulation
applicable to the performance of the Work or of any such standard,
specification, manual or code or of any instruction of any Supplier referred
to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and
before proceeding with the Work affected thereby shall obtain a written
interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall
not be liable to OWNER or PROFESSIONAL for failure to report any conflict,
error ambiguity or discrepancy in the Contract Documents unless CONTRACTOR had
actual knowledge thereof or should reasonably have known thereof.
I
I
Amending and Supplementing Contract Documents:
I
3.6. The Contract Documents may be amended to provide for additions.
deletions and revisions in the Work or to modify the terms and conditions
thereof in one or more of the following ways:
I
3.6.1. a formal Written Amendment,
I
3.6.2. a Change Order (pursuant to paragraph 10.3), or
3.6.3. a Work Directive Change (pursuant to paragraph 10.4).
I
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.
I
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).
I
3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to
paragraphs 6.24 and 6.26), or
I
3.7.3. PROFESSIONAL's written interpretation or certification (pursuant
to paragraph 9.4).
Reuse of documen ts :
I
3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other
person or organization performing or furnishing any of the Work under a direct
or indirect contract with OWNER shall have or acquire any title to or
ownership rights in any of the Drawings, Specifications or other documents
(or copies oil any thereof) prepared by or bearing the seal of PROFESSIONAL
or PROFESSIONAL's consultant; and they shall not reuse such Drawings,
Specifications or other documents (or copies of any thereof) on extensions of
the Project or any other project without written consent of OWNER and
PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL.
I
I
I
7
I
I
I
I
I
ARTICLE 4-AVAILABILITY OF LANDS, PHYSICAL
CONDITIONS; REFERENCE POINTS
Availabili ty or Lands:
I
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 CON-
TRACTOR. Necessary easements or rights-of-way will be obtained and expenses
will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on
entitlement to or the amount or extent of any adjustments in the Contract
Price or the Contract Times as a result of any delay in OWNER's furnishing
these lands, rights-of-way or easements, the CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for
all additional lands and access thereto that may be required for temporary
construction facilities or storage of materials and equipment.
I
I
I
Pbysical Condit:ions:
I
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 contiguous to the site that have been utilized
in preparing the Contract Documents, and those drawings of physical conditions
in or relating to existing surface or subsurface structures at or contiguous
to the site (except Underground Facilities) that have been utilized in
preparing the Contract Documents.
,I
I
4.2.2. 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:
I
4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's
purposes, including, but not limited to, any aspects of the means, methods,
techniques, sequences and procedures of construction to be employed by
CONTRACTOR and safety precautions and programs incident thereto, or
4.2.2.2. other data, interpretations, opinions and information contained
in such reports or shown or indicated in such drawings, or
I
I
4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any
"technical data" or any such data, interpretations, opinions or information.
I
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 COUNTY notice thereof promptly before
conditions are disturbed and in no event later than 48 hours after first
observance of the conditions.
I
I
I
8
I
I
I
I
I
4.2.4. The Project Manager and PROFESSIONAL shall promptly investigate
such conditions, and, if they differ materially and cause an increase or
decrease in CONTRACTOR's cost of, or time required for, performance of any
part of the Work, the Project Manager and PROFESSIONAL shall recommend an
equitable adjustment in the Contract Price or Contract Time, or both. If the
Project Manager and PROFESSIONAL determines that the conditions at the Site
are not materially different from those indicated in the Contract Documents
or are not materially different from those ordinarily found and that no change
in the terms of the Contract is justified, the PROFESSIONAL shall notify
CONTRACTOR of the determination in writing. The Work shall be performed after
direction is provided by the PROFESSIONAL.
I
I
Physica~ Conditions-Underground Faci~ities:
I
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 OWNERs of such Underground Facilities or by others. Unless
it is otherwise expressly provided in the Supplementary Conditions:
I
4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the
accuracy or completeness of any such information or data: and
I
4.3.1.2. The cost of all of the following will be included in the
Contract Price and CONTRACTOR shall have full responsibility for reviewing and
checking all such information and data. for locating all Underground
Facilities shown or indicated in the Contract Documents. for coordination of
the Work with the OWNERs of such Underground Facilities during construction.
for the safety and protection thereof as provided in paragraph 6.20 and
repairing any damage thereto resulting from the Work, the cost of all of which
will be considered as having been included in the Contract Price.
I
I
I
4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered
or revealed at or contiguous to the site which was pot 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 permitted by paragraph 6.22), identify the owner of such Underground
Facility and give written notice thereof to that owner and to OWNER and
PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to
determine he extent to which the Contract Documents should be modified to
reflect and document the consequences of the existence of the Underground
Facility, and the Contract Documents will be amended or supplemented to the
extent necessary. During such time, CONTRACTOR shall be responsible for the
safety and protection of such Underground Facility as provided in paragraph
6.20. CONTRACTOR shall be allowed an increase in the Contract Price or an
extension of the Contract Time, or both, to the extent that they are
attributable to the existence of any Underground Facility that was not shown
or indicated in the Contract Documents and which CONTRACTOR could not
reasonably have been expected to be aware of. If the parties are unable to
agree as to the amount or length thereof, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12.
I
I
I
I
I
I
9
I
I
I
I
Reference Points:
I
4.4. OWNER shall provide Engineering 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
Requirements), shall protect and preserve the established reference points and
shall make no changes or relocations without the prior written approval of
OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point
is lost or destroyed or requires relocation because of necessary changes in
grades or locations, and shall be responsible for the accurate replacement or
relocation of such reference points by professionally qualified personnel.
I
I
I
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
4.5 COUNTY shall be responsible for any Asbestos, PCBs, Petroleum,
Hazardous Waste or Radioactive Material uncovered or revealed at the site
which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work and which may
present a substantial danger to persons or property exposed thereto in
connection with the Work at the site. COUNTY shall not be responsible for any
such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or
anyone else for whom CONTRACTOR is responsible.
I
I
4.6 CONTRACTOR shall immediately: (i) stop all work in connection with
such hazardous condition 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 in writing). OWNER shall promptly consult with
PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert
to evaluate such hazardous condition or take corrective action, if any,
CONTRACTOR shall not be required to resume Work in connection with such
hazardous condition or in any such affected area until after OWNER has
obtained any required permits related thereto and delivered to CONTRACTOR
special written notice (i) specifying that such condition and any affected
area is or has been rendered safe 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
extent of an adjustment, if any, in Contract Price or Contract Times as a
result of such Work stoppage or such special conditions under which Work is
agreed by CONTRACTOR to be resumed, either party may make a claim therefor as
provided in Articles 11 and 12.
I
I
I
I
I
4.7 If after receipt of such special written notice, CONTRACTOR does
not agree to resume such Work based on a reasonable belief it is unsafe, or
does not agree to resume such Work under such special conditions, then
CONTRACTOR may order such portion of the Work that is in connection with such
hazardous conditions or in such affected area to be deleted from the Work. If
COUNTY 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. COUNTY may have such
deleted portion of the Work performed by COUNTY's own forces or others in
accordance with Article 8.
I
I
I
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.
I
10
I
I
I
I
ARTICLE 5-BONDS AND INSURANCE
I
Performance and Other Bonds:
I
5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an
amount at least equal to the Contract Price as Security for the faithful
performance and payment of all CONTRACTOR's obligations under the Contract
Documents. These Bonds shall remain in effect at least until one year after
the date when final payment becomes due, except as otherwise provided by Law
or Regulation or by the Contract Documents. CONTRACTOR shall also furnish
such other Bonds as are required by the Supplementary Conditions. All Bonds
shall be in the forms prescribed by Law or Reputation or by the Contract
Documents and be executed by such sureties as are named in the current list
of "Companies Holding Certificates of Authority as Acceptable Sureties on
Federal Bonds, and as Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury
Department. All Bonds signed by an agent must be accompanied by a certified
copy of the authority to act.
I
I
I
Licensed Sureties and Insurers; Certificates of Insurance
I
5.2.1 All bonds and insurance required by the Contract Documents to be
purchased and maintained by CONTRACTOR shall be obtained from surety or
insurance companies that are duly licensed or authorized in the State of
Georgia to issue bonds or insurance policies for the limits and coverages so
required. All bonds signed by an agent must be accompanied by a certified
copy of authority to act. Such surety and insurance companies shall also meet
such additional requirements and qualifications as may be provided in the
Supplementary Conditions.
I
I
5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each
additional insured identified in 5.3, an original or a certified copy of the
complete insurance policy for each policy required, certificates of insurance
(and other evidence of insurance requested by OWNER or any other additional
insured) which CONTRACTOR is required to purchase and maintain in accordance
with 5.3.
I
I
5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared
a bankrupt or becomes insolvent or its right to do business is terminated in
any state where any part of the Project is located or it ceases to meet the
requirements of paragraph 5.1. CONTRACTOR shall within five days thereafter
substitute another Bond and Surety, both of which must be acceptable to OWNER.
I
CONTRACTOR's Liability Insurance:
I
5.3. CONTRACTOR shall purchase and maintain such comprehensive general
liability and other insurance as is appropriate for the Work being performed
and furnished and as will provide protection from claims set forth below which
may arise out of or result from CONTRACTOR's performance and furnishing of the
Work and CONTRACTOR's other obligations under the Contract Documents, whether
it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by
anyone directly or indirectly employed by any of them to perform or furnish
any of the Work, or by anyone for whose acts any of them may be liable:
I
I
I
11
I
I
I
I
5.3.1. Claims under workers' or workmen's compensation. disability
benefits and other similar employee benefit acts;
I
5.3.2. Claims for damages because of bodily injury, occupational
sickness or disease, or death of CONTRACTOR's employees;
I
5.3.3. Claims for damages because of bodily injury, sickness or disease,
or death of any person other than CONTRACTOR's employees;
I
5.3.4. Claims for damages insured by personal injury liability coverage
which are sustained (a) by any person as a result of an offense directly or
indirectly related to the employment of such person by CONTRACTOR, or (b) by
any other person for any other reason;
I
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;
I
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
I
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.
I
The insurance required by this paragraph 5.3 shall include the specific
coverages and be written for not less than the limits of liability and
coverages provided in the Supplementary Conditions, or required by law,
whichever is greater. The comprehensive general liability insurance shall
include completed operations insurance. All of the policies of insurance so
required to be purchased and maintained lot the certificates or other evidence
thereof) shall contain a provision or endorsement that the coverage afforded
will not be canceled, materially changed or renewal refused until at least
thirty days' prior written notice has been given to OWNER and PROFESSIONAL by
certified mail. All such insurance shall remain in effect until final payment
and at all times thereafter when CONTRACTOR may be correcting, removing or
replacing defective Work in accordance with paragraph 13.12. In addition,
CONTRACTOR shall maintain such completed operations insurance for at least two
years after final payment and furnish OWNER with evidence of continuation of
such insurance at final payment and one veal thereafter.
I
I
I
I
Contractual Liability Insurance:
I
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 r S Liabili ty Insurance:
I
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.
I
I
12
I
I
I
I
Property Insurance:
I
5.6. Unless otherwise provided in the Supplementary Conditions, OWNER
shall purchase and maintain property insurance upon the Work at the site to
the full insurable value thereof (subject to such deductible amounts as may
be provided in the Supplementary Conditions or required by Laws and
Regulations). This insurance shall include the interests of OWNER,
CONTRACTOR, Subcontractors, PROFESSIONAL and PROFESSIONAL's consultants in
the Work, all of whom shall be listed as insureds or additional insured
parties, shall insure against the perils of fire and extended coverage and
shall include "all risk" insurance for physical loss and damage including
theft, vandalism and malicious mischief, collapse and water damage, and such
other perils as may be provided in the Supplementary Conditions, and shall
include damages, losses and expenses arising out of or resulting from any
insured loss or incurred in the repair or replacement of any insured property
(including but not limited to fees and charges of PROFESSIONAL's, architects,
attorneys and other PROFESSIONAL's). If not covered under the "all risk"
insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR
shall purchase and maintain similar property insurance on portions of the Work
stored on and off the site or in transit when such portions of the Work are
to be included in an Application for Payment.
I
I
I
I
I
5.7. OWNER shall purchase and maintain such boiler and machinery
insurance or additional property insurance as may be required by the
Supplementary Conditions or Laws and Regulations which will include the
interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND
PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured
or additional insured parties.
I
I
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 paragraphs 5.6 and 5.7 will contain a provision or endorsement
that the coverage afforded will not be canceled or materially changed or
renewal refused until at least thirty days prior written notice h9s been given
to CONTRACTOR by certified mail and will contain waiver provisions in
accordance with paragraph of 5.11.2.
I
I
5.9. OWNER shall not be responsible for purchasing and maintaining any
property insurance to protect the Interests of CONTRACTOR, Subcontractors or
others in the Work to the extent of any deductible amounts that are provided
in the Supplementary Conditions. The risk of loss within the deductible
amount, will be borne by CONTRACTOR, Subcontractor or others suffering any
such loss and if any of them wishes property insurance coverage within the
limits of such amounts, each may purchase and maintain it at the purchaser's
own expense.
I
I
5.10. If CONTRACTOR requests in writing that other special insurance
be included in the property insurance policy, OWNER shall, if possible,
include such insurance, and the cost thereof will be charged to CONTRACTOR by
appropriate Change Order or Written Amendment. 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.
I
I
I
13
I
I
I
I
Wai ver of Rights:
I
5.11.1. OWNER and CONTRACTOR waive all rights against each other for
all losses and damages caused by any of the perils covered by the policies of
insurance provided in response to paragraphs 5.6 and 5.7 and other property
insurance applicable to the Work, and also waive all such rights against the
Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties
named as insureds in such policies for losses and damages so caused. As
required by paragraph 6.11. each subcontract between CONTRACTOR and a
Subcontractor will contain similar waiver provisions by the Subcontractor in
favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all
other parties named as insureds. None of the above waivers shall extend to the
rights that any of the insured parties may have to the proceeds of' insurance
held by OWNER as trustee or otherwise payable under any policy so issued.
I
I
I
5.11.2. OWNER and CONTRACTOR intend that policies provided in response
to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide
primary coverage for all losses and damages caused by the perils covered
thereby. Accordingly, all such policies shall contain provisions to the effect
that in the event of payment of any loss or damage the insurer will have no
rights of recovery against any of the parties named as insureds additional
insureds, and if the insurers require separate waiver forms to be signed by
PROFESSIONAL or PROFESSIONAL's consultant OWNER will obtain the same, and if
such waiver forms are required of any Subcontractor, CONTRACTOR will obtain
the same.
I
I
I
Receipt and App~ica tion of Proceeds:
I
5.12. Any insured loss under the policies of insurance required by
paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER
as trustee for the insureds, as their interests may appear, subject to the
requirements of any applicable mortgage clause and of paragraph 5.13. OWNER
shall deposit in a separate account any money so received, and shall
distribute it in accordance with such agreement as the parties in interest may
reach. If no other special agreement is reached the damaged Work shall be
repaired or replaced, the moneys so received applied on account thereof and
the Work and the cost thereof covered by an appropriate Change Order or
Written Amendment.
I
I
Receipt and App~ica tion of Insurance Proceeds
I
5.13. OWNER as trustee shall have power to adjust and settle any loss
wi th the insurers unless one of the parties in interest shall obj ect in
writing within fifteen days after the occurrence of loss to OWNER's exercise
of this power. If such objection be made, OWNER as trustee shall make set-
tlement with the insurers in accordance with such agreement as the parties in
interest may reach. If required in willing by any party in interest, OWNER as
trustee shall, upon the occurrence of an insured loss, give bond for the
proper performance of such duties.
I
I
I
I
14
I
I
I
I
Acc~tance of Insurance:
I
5.14. If OWNER has any objection to the coverage afforded by or other
provisions of the insurance required to be purchased and maintained by
CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not
complying with the Contract Documents, OWNER shall notify CONTRACTOR in
writing thereof within ten days of the date of delivery of such certificates
to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to
the coverage afforded by or other provisions of the policies of insurance
required to be purchased and maintained by OWNER in accordance with paragraphs
5.6 and 5.7 on the basis of their not complying with the Contract Documents,
CONTRACTOR shall notify OWNER in writing thereof within ten days of the date
of delivery, of such certificates to CONTRACTOR in accordance with paragraph
2.7. OWNER and CONTRACTOR shall each provide to the other such additional
information in respect of insurance provided by each as the other may
reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of
objection within the time provided shall constitute acceptance of such insur-
ance purchased by the other as complying with the Contract Documents.
I
I
I
I
Partia~ Uti~i%ation-Property Insurance:
I
5.15. If OWNER finds it necessary to occupy or use a portion or
portions of the Work prior to Substantial Completion of all the Work, such use
or occupancy may be accomplished in accordance with paragraph 14.10; provided
that no such use or occupancy shall commence before the insurers providing the
property insurance have acknowledged notice thereof and in writing effected
the changes in coverage necessitated thereby. The insurers providing the
property insurance shall consent by endorsement on the policy or policies, but
the property insurance shall not be canceled or lapse on account of any such
partial use or occupancy.
I
I
Indemnifica tion
I
5.16.1. CONTRACTOR shall indemnify and hold harmless COUNTY and its
employees and agents from and against all liabilities, claims, suits, demands,
damages, losses, and expenses, including attorneys' fees, arising out of or
resulting from the performance of its Work, provided that any such liability,
claim, suit, demand, damage, loss, or expense (a) is attributable to bodily
injury, sickness, disease or death, or injury to or destruction of tangible
property, including the loss of use resulting therefrom and (b) is caused in
whole or in part by an act or omission of CONTRACTOR, any Subcontractor,
anyone directly or indirectly employed by and of them, or anyone for whose
acts any of them may be liable, whether or not it is caused in whole or in
part by the negligence or other fault of a party indemnified hereunder.
I
I
I
5.16.2. In any and all claims against COUNTY or any of its agents or
employees by any employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly
or indirectly employed by any of them, or anyone for whose acts any of them
may be liable, the indemnification obligation under the previous paragraph
shall not be limited in any way as to the amount or type of damages,
compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR
under workmen's compensation acts, disability benefit acts, or other employee
benefit acts.
I
I
I
15
I
I
I
I
5.16.3. CONTRACTOR shall indemnify and hold harmless COUNTY and anyone
directly or indirectly employed by it from and against all claims, suits,
demands, damages, losses expenses (including attorney's fees) arising out of
any infringement or patent or copyrights held by others and shall defend all
such claims in connection with any alleged infringement of such rights.
I
I
ARTICLE 6 - CONTRACTORS RESPONSIBILITIES
I
6.1. CONTRACTOR shall supervise and direct the Work competently and
efficiently, devoting such attention thereto and applying such skills and
expertise as may be necessary to perform the Work in accordance with the
Contract Documents. CONTRACTOR shall be solely responsible for the means,
methods, techniques, sequences and procedures of construction, but CONTRACTOR
shall not be responsible for the negligence of others in the design or
specification of a specific means, method, technique, sequence or procedure
of construction which is shown or indicated in and expressly required by the
Contract Documents. CONTRACTOR shall be responsible to see that the finished
Work complies accurately with the Contract Documents.
I
I
6.2. CONTRACTOR shall keep on the Work at all times during its progress
a competent resident superintendent, who shall not be replaced without whiten
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.
I
I
Labor, Materia~s and Equipment:
I
6.3. CONTRACTOR shall provide competent, suitably qualified personnel
to survey and layout the Work and perform construction as required by the
Contract Documents. CONTRACTOR shall at all times maintain good discipline and
order at the site. Except in connection with the safety or protection of
persons or the Work or property at the site or adjacent thereto, and except
as otherwise indicated in the Contract Documents, all Work at the site shall
be performed during regular working hours, and CONTRACTOR will not permit
evening work or the performance of Work on Saturday, Sunday or any legal
holiday without OWNER's written consent given after prior written notice to
PROFESSIONAL.
I
I
6.4. Unless otherwise specified in the General Requirements, CONTRACTOR
shall furnish and assume full responsibility for all materials, equipment,
labor, transportation, construction equipment and machinery, tools,
appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities and all other facilities and incidentals whether
temporary or permanent necessary for the execution, testing, initial
operation, and completion of the Work as required by the Contract Documents.
I
I
6.5. All materials and equipment shall be of good quality and new,
except as otherwise provided m the Contract Documents. If required by
PROFESSIONAL, CONTRACTOR shall furnish satisfactory, evidence including
reports of required tests) as to the kind and quality of materials and
equipment. All materials and equipment shall be applied, installed, connected,
erected, used, cleaned and conditioned in accordance with the instructions of
the applicable Supplier except as otherwise provided in the Contract
Documents; but no provision of any such instructions will be effective to
I
I
I
16
I
I
I
I
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.
I
Adjusting Progress Schedu~e:
I
6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the
extent indicated in paragraph 2.9) adjustments in the progress schedule to
reflect the impact thereon of new developments; these will conform generally
to the progress schedule then in effect and additionally will comply with any
provisions of the General Requirements applicable thereto.
I
Substi tutes or "Or-Equa~" Items:
I
6.7.1. Whenever materials or equipment are specified or described in
the Contract Documents by using the name of a proprietary item or the name of
a particular Supplier the naming of the item is intended to establish the
type, function and quality required. Unless the name is followed by words
indicating that no substitution is permitted, materials or equipment of other
Suppliers may be accepted by PROFESSIONAL if sufficient information is
submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material
or equipment proposed is equivalent or equal to that named. The procedure for
review by PROFESSIONAL will include the following as supplemented in the
General Requirements. Requests for review of substitute items of material and
equipment will not be accepted by PROFESSIONAL from anyone other than
CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of
material or equipment, CONTRACTOR shall make written application to
PROFESSIONAL for acceptance thereof, certifying that the proposed substitute
will perform adequately the functions and achieve the results called for by
the general design, be similar and of equal substance to that specified and
be suited to the same use as that specified. The application will state that
the evaluation and acceptance of the proposed substitute will not prejudice
CONTRACTOR's achievement of Substantial Completion on time, whether or not
acceptance of the substitute for use in the Work will require a change in any
of the Contract Documents (or in the provisions of any other direct contract
with OWNER for work on the Project) to adapt the design to the proposed
substitute and whether or not incorporation or use of the substitute in
connection with the Work is subject to payment of any license fee or royalty.
All variations of the proposed substitute from that specified will be
identified in the application and available maintenance, repair and
replacement service will be indicated. The application will also contain an
itemized estimate of all costs that will result directly or indirectly from
acceptance of such substitute, including costs of redesign and claims of other
contractors affected by the resulting change, all of which shall be considered
by PROFESSIONAL In evaluating the proposed substitute, PROFESSIONAL may
require CONTRACTOR to furnish at CONTRACTOR's expense additional data about
the proposed substitute. .
I
I
I
I
I
I
I
I
I
6.7.2. If a specific means, method, technique, sequence or procedure
of construction is indicated in or required by the Contract Documents,
CONTRACTOR may furnish or utilize a substitute means, method, sequence,
technique or procedure of construction acceptable to PROFESSIONAL, if
CONTRACTOR submits sufficient information to allow PROFESSIONAL to determine
that the substitute proposed is equivalent to that indicated or required by
the Contract Documents. The procedure for review by PROFESSIONAL will be
I
I
17
I
I
I
I
similar to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as
may be supplemented in the General Requirements.
I
I
6.7.3. PROFESSIONAL will be allowed a reasonable time within which to
evaluate each proposed substitute. PROFESSIONAL will be the sole judge of
acceptability and no substitute will be ordered, installed or utilized without
PROFESSIONAL's prior written acceptance which will be evidenced by either a
Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to fur-
nish at CONTRACTOR's expense a special performance guarantee or other surety
with respect to any substitute. PROFESSIONAL will record time required by
PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions
proposed by CONTRACTOR and in making changes in the Contract Documents
occasioned thereby. Whether or not PROFESSIONAL accepts a proposed substitute.
CONTRACTOR shall reimburse OWNER for the charges of PROFESSIONAL and
PROFESSIONAL's consultants for evaluating each proposed substitute.
I
I
Concerning Subcontractors. Supp~iers and Others:
I
6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other
person or organization (including those acceptable to OWNER and PROFESSIONAL
as indicated in paragraph 6.8.2). whether initially or as a substitute,
against whom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR
shall not be required to employ any Subcontractor, Supplier or other person
or organization to furnish or perform any of the Work against whom CONTRACTOR
has reasonable objection.
I
I
6.8.2. If the Supplementary Conditions require the identity of certain
Subcontractors, Suppliers or other persons or organizations including those
who are to furnish the principal items of materials and equipment to be sub-
mitted to OWNER in advance of the specified date prior to the Effective Date
of the Agreement for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR
has submitted a list thereof in accordance with the Supplementary Conditions,
OWNER's or PROFESSIONAL's acceptance (either in writing or by failing to make
written objection thereto by the date indicated for acceptance or objection
in the bidding documents or the Contract Documents) of any such Subcontractor,
Supplier or other person or organization so identified may be revoked on the
basis of reasonable objection after due Investigation, in which case
CONTRACTOR shall submit an acceptable substitute, the Contract Price will be
increased by the difference ,n the cost occasioned by such substitution and
an appropriate Change Order will be issued or Written Amendment signed. No
acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or
other person or organization shall constitute a waiver of any right of OWNER
or PROFESSIONAL to reject defective Work.
I
I
I
I
I
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 any of the Work under a direct or
indirect contract with CONTRACTOR just as CONTRACTOR is responsible for
CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall
create any contractual relationship between OWNER or PROFESSIONAL and any such
Subcontractor, Supplier or other person or organization, nor shall it create
any obligation on the part, of OWNER or PROFESSIONAL to payor to see to the
payment of any moneys due any such Subcontractor, Supplier or other person or
organization except as may otherwise be required by Laws and Regulations.
I
I
I
18
I
I
I
I
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.
I
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 under policies issued pursuant to paragraphs
5.6 and 5.7.
I
I
I
Patent Fees and Roya~ties:
I
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
incorporation in the Work of any invention, design, process, product or device
which is the subject of patent rights or copyrights held by others.
CONTRACTOR Shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone
directly or indirectly employed by either of them from and against all claims,
damages, losses and expenses including attorneys' fees and court and
arbitration costs arising out of any infringement .of patent rights or
copyrights incident to the use in the performance or the Work or resulting
from the incorporation in the Work of any invention, design, process, product
or device not specified in the Contract Documents, and shall defend all such
claims in connection with any alleged infringement of such rights.
I
I
I
Permi ts :
I
6.13. CONTRACTOR shall obtain and pay for all construction permits,
licenses, governmental charges and inspection fees, and all public utility
charges which are applicable and necessary for the execution of the Work. All
permit costs shall be included in the base bid. Permits, if any that are
provided and paid for by OWNER are listed in the Supplementary Conditions. Any
delays associated with the permitting process will be considered for time
extensions only and no damages or additional compensation for delay will be
allowed.
I
Laws and Regulations:
I
6.14.1. CONTRACTOR shall give all notices and comply with all Laws and
Regulations applicable to furnishing and performance of the Work. Except where
otherwise expressly required by applicable Laws and Regulations, neither OWNER
nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance
with any Laws or Regulations.
I
I
6.14.2. If CONTRACTOR observes that any of the Contract Documents
are contradictory to such laws, rules, and regulations, it will notify the
Project Manager promptly in writing. Any necessary changes shall then be
adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that
it knows or should have known to be contrary to such laws, ordinances, rules,
and regulations and without such notice to the Project Manager, it shall bear
all related costs.
I
I
19
I
I
I
I
Taxes:
I
I
6.15. CONTRACTOR shall pay all sales, consumer, use and other similar
taxes required to be paid by CONTRACTOR in accordance with the Laws and
Regulations of the place of the proj ect which are applicable during the
performance of the Work.
Use oE Premises:
I
6.16. CONTRACTOR shall confine construction equipment, the storage of
materials and equipment and the operations of workers to the Project site and
land and areas identified in and permitted by the Contract Documents and other
land and areas permitted by Laws and Regulations, rights-of-way, permits and
easements. CONTRACTOR shall not unreasonably encumber the premises with
construction equipment or other materials or equipment. Any loss or damage to
CONTRACTOR's or any Subcontractor's equipment is solely at the risk of
CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any
such land or area, or to the owner or occupant thereof or of any land or areas
contiguous thereto, resulting from the performance of the Work. Should any
claim be made against OWNER or PROFESSIONAL by any such owner or occupant
because of the performance of the Work, CONTRACTOR shall promptly attempt to
settle with such other party by agreement or otherwise resolve the claim by
arbitration or at law. CONTRACTOR shall to the fullest extent permitted by
Laws and Regulations, indemnify and hold OWNER harmless from and against all
claims, damages, losses and expenses (including, but not limited to, fees of
PROFESSIONALs, architects, attorneys and other professionals and court and
arbitration costs) arising directly, indirectly or consequentially out of any
action, legal or equitable, brought by any such other party against OWNER to
the extent based on a claim arising out of CONTRACTOR's performance of the
Work.
I
I
I
I
I
I
6.17. During the progress of the Work, CONTRACTOR shall keep the
premises free from accumulations of waste. materials, rubbish and other debris
or contaminates resulting from the Work. At the completion of the Work
CONTRACTOR shall remove all waste materials, rubbish and debris from and about
the premises as well as all tools, appliances, construction equipment and
machinery, and surplus materials, and shall leave the site clean and ready for
occupancy by OWNER. CONTRACTOR shall restore to original condition all
property not designated for alteration by the Contract Documents.
I
I
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 pan of the Work or adjacent property to stresses or
pressures that will endanger them.
I
Record Documents:
I
6.19. Contractor shall keep at the site and in good order one record
copy of the Contract Documents and all Drawings and Specifications. These
documents shall be annotated on a continuing basis to show all changes made
during the construction process. These shall be available to PROFESSIONAL and
the Project Manager and shall be submitted with the Application for Final
Payment.
I
I
20
I
I
I
I
Safety and Protection:
I
6.20. CONTRACTOR shall be responsible for initiating, maintaining and
supervising all safety precautions and programs in 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
equipment or materials to OWNER. CONTRACTOR shall take all necessary
precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or joss to:
I
I
6.20.1. all employees on the Work and other persons and organizations
who may be affected thereby:
I
6.20.2. all the Work and materials and equipment to be incorporated
therein, whether in storage on or off the site; and
I
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.
I
CONTRACTOR shall comply with all applicable Laws and Regulations of any public
body having jurisdiction for the safety of persons or property or to protect
them from damage, injury or loss; and shall erect and maintain all necessary
safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of
adjacent property and of Underground Facilities and utility OWNERs when
prosecution of the Work may affect them, and shall cooperate with them in the
protection, removal, relocation and replacement of their property, All damage,
injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3
caused, directly or indirectly, in whole or in part, by CONTRACTOR, any
Subcontractor, Supplier or any other person or organization directly or
indirectly employed by any of them to perform or furnish any the Work or
anyone for whose acts any of them may be liable, shall be remedied by
CONTRACTOR (except damage or loss attributable to the fault of Drawings or
Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone
employed by either of them or anyone for whose acts either of them may be
liable, and not attributable, directly or indirectly, in whole or in part, to
the fault or negligence of CONTRACTOR) . CONTRACTOR's duties and
responsibilities for the safety and protection of the Work shall continue
until such time as all the Work is completed and PROFESSIONAL has issued a
notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the
Work is acceptable (except as otherwise expressly provided In connection with
Substantial Completion).
I
-
-
.
-
6.21. CONTRACTOR shall designate a responsible member of its
organization whose duty shall be the prevention of accidents at the site.
This person shall be CONTRACTOR's superintendent unless otherwise designated
in writing by CONTRACTOR to the Project Manager.
21
I
I
I
Emergencies:
I
6.22. In emergencies affecting the safety or protection of persons or
the Work or property at the site or adjacent thereto, CONTRACTOR, without
special instruction or authorization from PROFESSIONAL or OWNER, is obligated
to act to prevent threatened damage, injury or loss. CONTRACTOR shall give
PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant
changes in the Work or variations from the Contract Documents have been caused
thereby. If PROFESSIONAL determines that a change In the Contract Documents
is required because of the action taken in response to an emergency, a Work
Directive Change or Change Order be issued to document the consequences of the
changes or variations.
I
I
I
6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all
events involving personal injuries to any person on the Site, whether or not
such person was engaged in the construction of the Project, and shall file a
written report on such person(s) and any other event resulting in property
damage of any amount within five (5) days of the occurrence.
I
6.22.2. If PROFESSIONAL determines that 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.
I
Shop Drawings and Samples:
I
6.23. After checking and verifying all field measurements, CONTRACTOR
shall promptly submit to PROFESSIONAL for approval, in accordance with the
accepted schedule of submittals, all submittals and samples required by the
Contract Documents. All submittals and samples shall have been checked by and
stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may
require. The data shown on or with the submittals will be complete with
respect to dimensions, design criteria, materials and any other information
necessary to enable PROFESSIONAL to review the submittal as required. At the
time of each submission, CONTRACTOR shall give notice to PROFESSIONAL of all
deviations that the submittal or sample may have from the requirements of the
Contract Documents.
I
I
I
6.24. PROFESSIONAL shall review and approve submittals and samples.
Professional's review and approval shall be only for conformance with the
design concept of the Project and compliance with the information given in the
Contract Documents. The approval of a separate item as such will not indicate
approval of the assembly in which the item functions. CONTRACTOR will make
any corrections required by PROFESSIONAL and resubmit the required number of
corrected copies until approved. CONTRACTOR's stamp of approval on any
submittal or sample shall constitute its representation to PROFESSIONAL and
County that CONTRACTOR has determined and 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.
-
-
6.24.1. No Work requiring a submittal or sample submission shall
commence until the submission has been approved by PROFESSIONAL. A copy of
each approved submittal and each approved sample shall be kept in good order
by CONTRACTOR at the site and shall be available to PROFESSIONAL and County
22
I
I
I
staff. 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.
I
6.25.1. Before submission of each Shop Drawing or sample CONTRACTOR
shall have determined and verified all quantities, dimensions, specified
performance criteria, installation requirements, materials, catalog numbers
and similar data with respect thereto and reviewed or coordinated each Shop
Drawing or sample with other Shop Drawings and samples and with the
requirements of the Work and the Contract Documents.
I
I
6.25.2. At the time of each submission, CONTRACTOR shall give
PROFESSIONAL specific written notice of each variation that the Shop Drawings
or samples may have from the requirements of the Contract Documents, and, in
addition, shall cause a specific notation to be made on each Shop Drawing
submitted to PROFESSIONAL for review and approval of each such variation.
I
I
6.26. PROFESSIONAL will review and approve with reasonable promptness
Shop Drawings and samples, but PROFESSIONAL's review and approval will be only
for conformance with the design concept of the Project and for compliance with
the information given in the Contract Documents and shall not extend to means,
methods, 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 safety precautions
or programs incident thereto. The review and approval of a separate item as
such will not indicate approval of the assembly in which the item functions.
I
I
6.27. No Work requiring a submittal or sample submission shall commence
until the submission has been approved by PROFESSIONAL. A copy of each
approved submittal and each approved sample shall be kept in good order by
CONTRACTOR at the site and shall be available to PROFESSIONAL and Project
Managery staff. 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.
I
I
6.28. PROFESSIONAL's approval of submittals or samples shall not
relieve CONTRACTOR from responsibility for any variation from the requirements
of the Contract Documents unless CONTRACTOR has in writing called
PROFESSIONAL's attention to each such variation at the time of submission and
the Project Manager 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.
.
.
6.29. Where a shop drawing or sample is required by the Contract
Documents or the schedule of shop drawings and sample submissions accepted by
PROFESSIONAL as required, any related work performed prior to Professional's
review and approval of the pertinent submittal will be at the sole expense and
responsibility of Contractor.
Continuing t:l1e Work:
6.30. CONTRACTOR shall carryon the Work and adhere to the progress
schedule during all disputes or disagreements with OWNER. No Work shall be
delayed or postponed pending resolution of any disputes or disagreements,
except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise
agree in writing.
23
I
I
I
C~eaning Up:
I
6.31. CONTRACTOR shall maintain the site free from accumulations of
waste materials, rubbish, and other debris or contaminates resulting from the
work on a daily basis or as required. At the completion of the work,
CONTRACTOR shall remove all waste materials, rubbish, and debris from the site
as well as all tools, construction equipment and machinery, and surplus
materials and will leave the Site clean and ready for occupancy by OWNER. All
disposal shall be in accordance with applicable laws and regulations. In
addition to any other rights available to OWNER under the Contract Documents,
CONTRACTOR's failure to maintain the site may result in withholding of any
amounts due CONTRACTOR. CONTRACTOR will restore to original condition those
portions of the site not designated for alteration by the Contract Documents.
I
I
I
Indemnifica tion:
I
6.32. To the fullest extent permitted by Laws and Regulations
CONTRACTOR shall indemnify and hold harmless OWNER 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 PROFESSIONALs, architects, attorneys and other
PROFESSIONALs and court and arbitration costs) arising out of or resulting
from the performance of the Work, provided that any such claim, damage, loss
or expense (a)is attributable to bodily injury, sickness, disease or death,
or to injury to or destruction of tangible property (other than the Work
itself) including the loss of use resulting therefrom and (b) is caused in
whole or in part by any negligent act or omission of CONTRACTOR, any
Subcontractor, any person or organization directly or indirectly employed by
any of them to perform or furnish any of the Work or anyone for whose acts any
of them may be liable, regardless of whether or not it is caused in part by
a party indemnified hereunder or arises by or is imposed by Law and
Regulations regardless of the negligence of any such party.
I
I
-
.
6.33. In any and all claims against OWNER or PROFESSIONAL or any of
their consultants, agents or employees by any employee of CONTRACTOR, any
Subcontractor, any person or organization directly or indirectly employed by
any of them to perform or furnish any of the Work or anyone for whose acts any
of them may be liable, the indemnification obligation under paragraph 6.32
shall not be limited in any way by any limitation on the amount or type of
damages, compensation or benefits payable by or for CONTRACTOR or any such
Subcontractor or other person or organization under workers' or workmen's
compensation acts. disability benefit acts or other employee benefit acts.
6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not
extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents
or employees arising out of the preparation or approval of maps, drawings,
opinions, reports, surveys, Change Orders, designs or specifications.
24
I
I
I
ARTICLE 7---OTHER WORK
Re~ated Work at Site:
I
7.1. OWNER may perform other work related to the Project at the site
by OWNER's own forces, have other work performed by ailed OWNER's or let other
direct contracts therefor which shall contain General Conditions similar to
these. If the fact that such other work is to be performed was not noted in
the Contract Documents, written notice thereof will be given to CONTRACTOR
prior to starting any such other work: and, if CONTRACTOR believes that such
performance will involve additional expense to CONTRACTOR or requires
additional time and the parties are unable to agree as to the extent thereof.
CONTRACTOR may make a claim therefor as provided in Articles 11 and 12.
I
I
I
7.1.2. CONTRACTOR shall afford each utility owner and other contractor
who is a party to such a direct contract for OWNER, if OWNER is performing the
additional work with OWNER's employees)proper and safe access to the site and
a reasonable opportunity for the introduction and storage of materials and
equipment and the execution of such work, and shall properly connect and
coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and
patching of the Work that may be required to make its several pans come
together properly and integrate with such other work. CONTRACTOR shall not
endanger any work of others by cutting, excavating or otherwise altering their
work and will only cut or alter their work with the written consent of
PROFESSIONAL and the others whose work will be affected. The duties and
responsibilities of CONTRACTOR under this paragraph are for the benefit of
such utility owners and other contractors to the extent that there are
comparable provisions for the benefit or' CONTRACTOR in said direct contracts
between OWNER and such utility owners and other contractors.
I
I
7.2. If any part of CONTRACTOR's Work depends for proper execution or
results upon the work of any such other contractor or utility owner (or
OWNER), CONTRACTOR shall inspect and promptly report to PROFESSIONAL in
writing any delays, defects. or deficiencies in such work that render it
unavailable or unsuitable for such proper execution and results. CONTRACTOR's
failure so to report will constitute an acceptance of the other work as fit
and proper for integration with CONTRACTOR's Work except for latent or non-
apparent defects and deficiencies in the other work.
Coordination:
7.4. If OWNER contracts with others for the performance of other work
on the Project at the site, the person or organization who will have authority
and responsibility for coordination of the activities among the various prime
contractors will be identified in the Supplementary Conditions, and the
specific matters to be covered by such authority and responsibility will be
itemized, and the extent of such authority and responsibilities will be
provided, in the Supplementary Conditions. Unless otherwise provided in the
Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any
authority or responsibility in respect of such coordination.
25
I
I
I
ARTICLE 8---0WNER'S RESPONSIBILITIES
I
8.1. Except as otherwise provided in these General Conditions, COUNTY
shall issue all communications to CONTRACTOR through the Project Manager or
PROFESSIONAL.
I
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.
I
I
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.
I
8.4. OWNER's duties in respect of providing lands and easements and
providing Engineering surveys to establish reference points are set forth in
paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making
available to CONTRACTOR copies of reports of explorations and tests of
subsurface conditions at the site and in existing structures which have been
utilized by PROFESSIONAL in preparing the Drawings and Specifications.
I
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.
I
8.6. OWNER is obligated to execute Change Orders as indicated in
paragraph 10.3.
I
8.7. OWNER's responsibility in respect of certain inspections, tests
and approvals is set forth in paragraph 13.4.
I
8.8. In connection with OWNER's right to stop Work or suspend Work, see
paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to
terminate services of CONTRACTOR under certain circumstances.
I
ARTICLE 9---PROFESSIONAL' S STATUS DURING
CONSTRUCTION
Owner's Re.presentative:
I
9.1. PROFESSIONAL will be OWNER's representative during the
construction period. The duties and responsibilities and the limitations of
authority of PROFESSIONAL as OWNER's representative during construction are
set forth in the Contract Documents and shall not be extended without written
consent of OWNER and PROFESSIONAL.
.
.
Visi ts to Si te:
-
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 Contract Documents. PROFESSIONAL will not be required to
make exhaustive or continuous on-site inspections to check the quality or
26
I
I
I
I
quantity of the Work. PROFESSIONAL's efforts will be directed toward providing
for OWNER a greater degree of confidence that the completed Work will conform
to the Contract Documents. On the basis of such visits and on-site
observations as an experienced and qualified design PROFESSIONAL. PROFESSIONAL
will keep OWNER informed of the progress of the Work and will endeavor to
guard OWNER against defects and deficiencies in the Work.
I
Project Re.presentation:
I
9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a
Resident Proj ect Representative to assist PROFESSIONAL in observing the
performance of the Work. The duties, responsibilities and limitations of
authority of any such Resident Project Representative and assistants will be
as provided in the Supplementary Conditions. If OWNER designates another agent
to represent OWNER at the site who is not PROFESSIONAL's agent or employee,
the duties, responsibilities and limitations of authority of such other person
will be as provided in the Supplementary Conditions.
I
I
Clarifications and Interpretations:
I
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 Time, CONTRACTOR may make a claim as provided
for in Articles 11 or 12.
I
Authori.zed Vari.ations in Work:
I
9.5. PROFESSIONAL may authorize minor variations in the Work from the
requirements of the Contract Documents which do not involve an adjustment in
the Contract Price or the Contract Time and are consistent with the overall
intent of the Contract Documents. These may be accomplished by a Field Order
and will bc binding on OWNER, and also on CONTRACTOR who shall perform the
Work involved
promptly. If CONTRACTOR believes that a Field Order justifies an increase in
the Contract Price or an extension of the Contract Time and the parties are
unable to agree as to the amount or extent thereof. CONTRACTOR may make a
claim therefor as provided in Article 11 or 12.
I
I
.
-
Rejecting Defective Work:
9.6. PROFESSIONAL will have authority to disapprove or reject Work
which PROFESSIONAL believes to be defective, and will also have authority to
require special inspection or testing of the Work as provided in paragraph
13.9, whether or not the Work is fabricated, installed or completed.
Sbop 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.
27
I
I
I
9.8. In connection with PROFESSIONAL's responsibilities as to Change
Orders, see Articles 10, 11 and 12.
I
9.9. In connection with PROFESSIONAL's responsibilities in respect of
Applications for Payment, etc., see Article 14.
Detezmina tions for Uni t Prices:
I
9.10. PROFESSIONAL will determine the actual quantities and
classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will
review with CONTRACTOR PROFESSIONAL's preliminary determinations on such
matters before rendering a whiten decision thereon (by recommendation of an
Application for Payment or otherwise). PROFESSIONAL's written decisions
thereon will be final and binding upon OWNER and CONTRACTOR, unless, within
ten days after the date of any such decision, either OWNER or CONTRACTOR
delivers to the other party to the Agreement and to PROFESSIONAL whiten notice
of intention to appeal from such a decision.
I
I
I
Decisions on Di~utes:
I
9.11. PROFESSIONAL will be the initial interpreter of the requirements
of the Contract Documents and judge of the acceptability of the Work
thereunder. Claims, disputes and other matters relating to the acceptability
of .the Work or the interpretation of the requirements of the Contract
Documents pertaining to the performance and furnishing of the Work and claims
under Articles 11 and 12 in respect of changes m the Contract Price or
Contract Time will be referred initially to PROFESSIONAL in writing with a
request for a formal decision in accordance with this paragraph, which
PROFESSIONAL will render in writing within a reasonable time, Written notice
of each such claim, dispute and other matter will be delivered by the claimant
to PROFESSIONAL and the other party to the Agreement promptly (but in no event
later than thirty days after the occurrence of the event giving rise thereto,
and written supporting data will be submitted to PROFESSIONAL and the other
party within sixty days after such occurrence unless PROFESSIONAL allows an
additional period of time to ascertain more accurate data in support of the
claim.
I
I
I
I
9.12. When functioning as interpreter and judge under paragraphs 9.10
and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and
will not be liable in connection with any interpretation or decision rendered
in good faith in such capacity. The rendering of a decision by PROFESSIONAL
pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute
or other matter (except any which have been waived by the making or acceptance
of final payment as provided in paragraph 14.16) will be a condition precedent
to any exercise by OWNER or CONTRACTOR of such rights or remedies as either
may otherwise have under the Contract Documents or by Laws or Regulations in
respect of any such claim, dispute or other matter.
I
Limitations on PROFESSIONAL's Res.ponsibiIities:
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.
28
I
I
I
9.14. PROFESSIONAL shall not be responsible for the construction means,
methods, techniques, sequences, or procedures or the safety precautions and
programs used. PROFESSIONAL shall not be responsible for CONTRACTOR's failure
to perform the Work in accordance with the Contract Documents.
I
I
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.
ARTICLE lO--CHANGES IN THE WORK
I
10.1. Without invalidating the Contract, OWNER may at any time or from
time to time order additions, deletions, or revisions in the Work. The
Project Manager shall provide CONTRACTOR with a proposal request, identifying
the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall
promptly submit a written proposal for the changed work prepared in accordance
with Articles 11 and 12. If the proposal request calls only for the deletion
of Work, the Project Manager may order the partial suspension of any Work
related to the proposed deletion, in which case CONTRACTOR must cease
performance as directed; CONTRACTOR shall not be entitled to claim lost
profits on deleted work. All changed Work shall be executed under the
applicable conditions of the Contract Documents.
I
I
I
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, except in the case of an emergency
as provided in Article 7. The effect of this paragraph shall remain paramount
and shall prevail irrespective of any conflicting provisions contained in
these Contract Documents.
I
I
10.3. Upon agreement as to changes in the Work to be performed, Work
performed in an emergency as provided in Article 6, and any other claim of
CONTRACTOR for a change in the Contract Time or the Contract Price,
PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL
and CONTRACTOR and submitted to OWNER for approval.
I
10.4. In the absence of an agreement as provided in 11.1.3, OWNER may,
at its sole discretion issue a Work Directive Change to CONTRACTOR. Pricing
of the Work Directive Change will be in accordance with Section 12.1.3. The
Work Directive Change will specify a price, and if applicable a time
extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign
such Work Directive Change, 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 Construction Change Directive.
I
II
i.
iii
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 to a surety, the giving of any such notice will be CONTRACTOR's
responsibility, and the amount of each applicable Bond will be adjusted
accordingly.
29
I
I
I
ARTICLE ll-CHANGE OF CONTRACT PRICE
I
11.1. The Contract Price constitutes the total compensation (subject
to written authorized adjustments) payable to CONTRACTOR for performing the
Work. All duties, responsibilities and obligations assigned to or undertaken
by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract
Price.
I
11.2. The Contract Price may only be changed by a Change Order or by
a Written Amendment. Any claim for an increase or decrease in the Contract
Price shall be based on written notice delivered by the party making the claim
to the other party and to PROFESSIONAL promptly (but in no event later than
thirty days) after the occurrence of the event giving rise to the claim and
stating the general nature of the claim. Notice of the amount of the claim
with supporting data shall be delivered within sixty days after such
occurrence (unless PROFESSIONAL allows an additional period of time to
ascertain more accurate data in support of the claim and shall be accompanied
by claimant's written statement that the amount claimed covers all known
amounts (direct, indirect and consequential) to which the claimant is entitled
as a result of the occurrence of said event. All claims for adjustment in the
Contract Price shall be determined by PROFESSIONAL in accordance with
paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount
involved. No claim for an adjustment in the Contract Price will be valid if
not submitted in accordance with this paragraph 11.2.
I
I
I
I
I
11.3. The value of any Work covered by a Change Order or of any claim
for an adjustment in the Contract Price will be determined by the following
procedures:
I
11.3.1. Designated Unit Price (Field Measure) CONTRACTOR and OWNER
recognize and acknowledge that the quantities shown for those items designated
in the Bid Proposal as unit price items are approximations prepared by OWNER
for bid purposes and that the actual compensation payable to CONTRACTOR for
the utilization of such items is based upon the application of unit prices to
the actual quantities of items involved as measured in the field and required
to complete the Work as originally defined in the Contract Documents.
I
I
11.3.2. When it is determined by OWNER that an addition, deletion, or
revision to the Work as defined in these Contract Documents is required and
affects the quantities required for items designed in the Bid Proposal as unit
price items, CONTRACTOR and OWNER agree that the compensation payable to
CONTRACTOR for such unit price items shall be adjusted accordingly by a Change
Order based upon the application of the appropriate unit prices shown in the
Bid Proposal to the quantity of the unit price item required to complete the
Work as defined in the Contract Documents.
I
II
11.3.3. Other Unit Prices. For items not designated in the bid proposal
as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on
by Change Order.
11.3.4. Lump Sum. When it is determined by OWNER that an addition,
deletion or revision to the Work is required which results in a change in Work
designated in the Bid Proposal as a lump sum item, the amount of increase or
decrease in the lump sum price shall be established by mutual agreement of the
parties.
30
I
I
I
I
11.3.5. If the pricing methods specified in 11.3 are inapplicable, or
if the parties are unable to agree on a price for the changed work, a
reasonable price for the same shall be established by OWNER in accordance with
11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying
the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR
shall perform the Work as directed in the Change Order.
I
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 identified as lump sum quantities shall be made by
OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct
to plan or authorized dimensions.
I
I
Cost; of t:he Work:
I
11.4. The term Cost of the Work means the sum of all costs necessarily
incurred and paid by CONTRACTOR in the proper performance of the Work. Except
as otherwise may be agreed to in writing by OWNER, such costs shall be in
amounts no higher than those prevailing in the locality of the Project, shall
include only the following items and shall not include any of the costs
itemized in paragraph 11.5:
I
I
11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR
in the performance of the Work under schedules of job classifications agreed
upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full
time on the Work shall be apportioned on the basis of their time spent on the
Work. Payroll costs shall include, but not be limited to, salaries and wages
plus the cost of fringe benefits which shall include social security
contributions, unemployment, excise and payroll taxes, workers' or workmen's
compensation, health and retirement benefits, bonuses, sick leave, vacation
and holiday pay applicable thereto. Such employees shall include
superintendents and foremen at the site. The expenses of performing Work after
regular working hours, on Saturday, Sunday or legal holidays, shall be
included in the above to the extent authorized by OWNER.
I
I
I
11.4.2. Cost of all materials and equipment furnished and incorporated
in the Work, including costs of transportation and storage thereof, and
Suppliers' field services required in connection therewith. All cash discounts
shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with
which to make payments, in which case the cash discounts shall accrue to
OWNER. Trade discounts, rebates and refunds and all returns from sale of
surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall
make provisions so that they may be obtained.
.
11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work
performed by Subcontractors. If required by OWNER. CONTRACTOR shall obtain
competitive bids from Subcontractors acceptable to CONTRACTOR and shall
deliver such bids to OWNER who then determine, with the advice of
PROFESSIONAL, which bids will be accepted. If a subcontract provides that the
Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the
Subcontractor's Cost of the Work shall be determined in the same manner as
CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other
provisions of the Contract Documents insofar as applicable.
31
I
I
I
11.4.4. Costs of special consultants (including but not limited
to PROFESSIONAL's architects, testing laboratories, surveyors, attorneys and
accountants) employed for services specifically related to the Work.
I
11.4.5. Supplemental costs including the following:
I
11.4.5.1. The proportion of necessary transportation, travel and
subsistence expenses of CONTRACTOR's employees incurred in discharge of duties
connected with the Work.
I
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 cost less market value of such
items used but not consumed which remain the property of CONTRACTOR.
I
11.4.5.3. Rentals of all construction equipment and machinery and the
pans thereof whether rented from CONTRACTOR or others in accordance with
rental agreements approved by OWNER with the advice of
I
PROFESSIONAL, and the costs of transportation, loading, unloading,
installation, dismantling and removal thereof---all in accordance with terms
of said rental agreements. The rental of any such equipment, machinery or
parts shall cease when the use thereof is no longer necessary for the Work.
I
I
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.
I
11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR,
any Subcontractor or anyone directly or indirectly employed by any of them or
for whose acts any of them may be liable, and royalty payments and fees for
permits and licenses.
I
11.4.5.6. Losses and damages (and related expenses), not compensated
by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR
in connection with the performance and furnishing of the Work (except losses
and damages within the deductible amounts of property insurance established
by OWNER in accordance with paragraph 5.6). provided they have resulted from
causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or for whose acts any of them
may be liable. Such losses shall include settlements made with the written
consent and approval of OWNER. No such losses, damages and expenses shall be
included in the Cost of the Work for the purpose of determining CONTRACTOR's
Fee. If, however, any such loss or damage requires reconstruction and
CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services
a fee proportionate to that stated in paragraph 11.6.2.
I
site.
11.4.5.7. The cost of utilities, fuel and sanitary facilities at the
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 the Work.
32
I
I
I
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.
I
11.5. The term Cost of the Work shall not include any of the following:
I
11.5.1. Payroll costs and other compensation of CONTRACTOR's officers,
executives, principals (of partnership and sole proprietorships), general
managers, PROFESSIONALs, architects, estimators, attorneys, auditors, accoun-
tants, purchasing and contracting agents, expeditors, timekeepers, clerks and
other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's
principal or a branch office for general administration of the Work and not
specifically included in the agreed upon schedule of job classifications
referred to in paragraph 11.4.1 or specifically covered by paragraph
I
I
11.4.4--all of which are to be considered administrative costs covered
by CONTRACTOR's Fee.
I
11.5.2. Expenses of CONTRACTOR's principal area branch offices other
than CONTRACTOR's office at the site.
I
11.5.3. Any part of CONTRACTOR's capital expenses, including interest
on CONTRACTOR'S capital used for the Change Order Work and charges against
CONTRACTOR for delinquent payments.
I
11.5.4. Cost of premiums for all Bonds and for all insurance whether
or not CONTRACTOR is required by the Contract Documents to purchase and
maintain the same (except for the cost of premiums covered by subparagraph
11 . 4 . 5 . 9 above).
I
11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor,
or anyone directly or indirectly, employed by any of them or for whose acts
any of them may be liable, including but not limited to, the correction of
defective Work, disposal of materials or equipment wrongly supplied and making
good any damage to property.
I
I
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 Fee:
11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit
shall be determined as follows:
11.6.1. a mutually acceptable fixed fee; or if none can be agreed upon.
11.6.2. a fee based on the following percentages of the various
portions or' 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:
33
I
I
I
I
11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee
shall five percent; and if a subcontract is on the basis of Cost of the Work
Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and
profit of all Subcontractors shall be fifteen percent:
I
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:
I
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
I
11.6.2.5. when both additions and credits are involved in anyone
change, the adjustment in CONTRACTOR's Fee shall be computed on the basis of
the net change in accordance with paragraphs 11.6.2. 1 through 11.6.2.4,
inclusive.
I
11.7. For all changes, CONTRACTOR shall submit an itemized cost
breakdown, together with supporting data in such detail and form as prescribed
by the Project Manager. When a credit is due, the amount of credit to be
allowed by CONTRACTOR to OWNER for any such change which results in a net
decrease in cost will be the amount of the actual net decrease in direct cost
as determined by the Project Manager, plus the applicable reduction .in
overhead and profit. When both additions and credits are involved in any
change, the combined overhead and profit shall be calculated on the basis of
the next change, whether an increase or decrease. In any event, the minimum
detail shall be an itemization of all man-hours required by discipline/trade
with the unit cost per man-hour and total labor price, labor burden, equipment
hours and rate for each piece of equipment, material by units of measure and
price per unit, other costs specifically itemized, plus the overhead and
profit markup.
I
I
I
Cash A11owances:
I
11.8. It is understood that CONTRACTOR has included in the Contract
Price all allowances so named in the Contract Documents and shall cause the
Work so covered to be done by such Subcontractors or Suppliers and for such
sums within the limit of the allowances as may be acceptable to PROFESSIONAL,
CONTRACTOR agrees that:
I
I
11.8.1. The allowances include the cost to CONTRACTOR (less any
applicable trade discounts) of materials and equipment required by the
allowances to be delivered at the site, and all applicable taxes; and
.
11.8.2. CONTRACTOR's costs for unloading and handling on the site,
labor, installation costs, overhead, profit and other expenses contemplated
for the allowances have been included in the Contract Price and not in the
allowances. No demand for additional payment on account of any thereof will
be valid.
Prior to final payment, an
recommended by PROFESSIONAL
account of Work covered by
correspondingly adjusted.
appropriate
to reflect
allowances,
Change Order will be issued
actual amounts due CONTRACTOR
and the Contract Price shall
as
on
be
34
I
I
I
Uni t; Price Work:
I
11.9.1. Where the Contract Documents provide that all or part of the
Work is to be Unit Price Work, initially the Contract Price will be deemed to
include for all Unit Price Work an amount equal to the sum of the established
unit prices for each separately identified item of Unit Price Work times the
estimated quantity of each item as indicated in the Agreement. The estimated
quantities of items of Unit Price Work are not guaranteed and are solely for
the purpose of comparison of Bids and determining an initial Contract Price.
Determinations of the actual quantities and classifications of Unit Price Work
performed by CONTRACTOR will be made by PROFESSIONAL in accordance with
Paragraph 9.10.
I
I
I
11.9.2. Each unit price will be deemed to include an amount considered
by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for
each separately identified item.
I
11.9.3. Where the quantity of any item of Unit Price Work performed by
CONTRACTOR differs materially and significantly from the estimated quantity
of such item indicated in the Agreement and there is no corresponding
adjustment with respect to any other item of Work and if CONTRACTOR believes
that CONTRACTOR has incurred additional expense as a result thereof, CON-
TRACTOR 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.
I
I
ARTICLE 12--CHANGE OF CONTRACT TIME
I
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 Project Manager within seven (7) calendar days
of the occurrence first happening and resulting in the claim. Written
supporting data will be submitted to PROFESSIONAL and Project Manager within
fifteen (15) calendar days after such occurrence unless the Project Manager
allows additional time. All claims submitted by CONTRACTOR for adjustments
to the Contract Time must set forth in detail the reasons for and causes of
the delay and clearly indicate why the subject delay was beyond CONTRACTOR's
control or fault.
I
I
12.2. If CONTRACTOR is delayed at any time in the performance, progress,
commencement, or completion of the Work by any act or neglect of OWNER or
PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR
employed by OWNER, or by changes ordered in the Work, or by labor disputes,
fire, unavoidable casualties, utility conflicts which could not have been
identified or foreseen by CONTRACTOR using reasonable diligence, or any causes
beyond CONTRACTOR's control or fault, then the Contract Time shall be extended
by Change Order for such reasonable time as OWNER may determine. CONTRACTOR
shall be entitled to an extension of time for such causes only for the number
of days of delay which OWNER may determine to be due solely to such causes and
only to the extent such occurrences actually delay the completion of the Work
and then only if CONTRACTOR shall have strictly complied with all the
requirements of the Contract Documents. Provided, however, notwithstanding
anything in the Contract Documents to the contrary, no interruption,
interference, inefficiency, suspension or delay in the performance, progress,
commencement or completion of the Work for any cause whatsoever, including
35
I
I
I
those for which OWNER or PROFESSIONAL may be responsible in whole or in part,
shall relieve CONTRACTOR of its duty to perform or give rise to any right to
damages or additional compensation from OWNER. CONTRACTOR's sole and
exclusive remedy against OWNER for interruption, interference, inefficiency,
suspension or delay of any aspect of the Work shall be the right to seek an
extension to the Contract Time in accordance with the procedures set forth
herein.
I
I
ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION,
REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
I
Warranty and Guarantee:
I
13.1. CONTRACTOR warrants and guarantees to OWNER that all materials
and equipment will be new unless otherwise specified and that all work will
be of good quality, performed in a workmanlike manner, free from faults or
defects, and in accordance with the requirements of the Contract Documents and
any inspections, tests, or approvals referred to in this Article. All
unsatisfactory Work, all faulty Work and all Work not conforming to the
requirements of the Contract Documents or such inspections, tests, approvals,
or all applicable building, construction and safety requirements shall be
considered defective. Notice of all defects shall be given to CONTRACTOR by
PROFESSIONAL. All defective work, whether or not in place, may be rejected,
corrected, or accepted as provided in this Article.
I
I
Access to Work:
I
13.2. For the duration of the Work, PROFESSIONAL and its
representatives, other designated representatives of OWNER, and authorized
representatives of any regulatory agency shall at all times be given access
to the Work. CONTRACTOR shall provide proper facilities for such access and
observation of the Work and also for any inspection or testing by others.
I
I
Tests and In~ctions:
-
13.3. If the Contract Documents, laws, ordinances, rules, regulations
or orders of any public authority having jurisdiction require any Work to
specifically be inspected, tested, or approved by someone other than
CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness
therefore.
13.4. The testing firm (s) (if assigned by OWNER to this Work) and all
such inspections, tests, or approvals provided for by OWNER shall be
identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections,
tests or approvals shall be at CONTRACTOR's expense including additional
expenses for inspection and tests required as a result of delays by CONTRACTOR
or hours worked in excess of 40 hours per week. For all required inspections,
tests, and approvals on any Work prepared, 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 or the
Contract Documents. Materials or Work in place that fail to pass
acceptability tests shall be retested at the direction of PROFESSIONAL and at
CONTRACTOR's expense.
36
I
I
I
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 if so
specified) .
I
13.6. If any Work (including the work of others) that is to be
inspected, tested or approved is covered without written concurrence of
PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for
observation. Such uncovering shall be at CONTRACTOR's expense unless
CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to
cover the same and PROFESSIONAL has not acted with reasonable promptness in
response to such notice.
I
I
I
13.7. Neither observations by PROFESSIONAL or Project Manager nor
inspections, tests, or approvals by persons other than CONTRACTOR shall
relieve CONTRACTOR of its obligations to perform the Work in accordance with
the requirements of the Contract Documents.
I
Uncovering Work:
I
13.8. If any Work required to be inspected, tested or approved is
covered prior thereto without the prior written approval of PROFESSIONAL, or
if any Work is covered contrary to the request of PROFESSIONAL, the Work
shall, if requested by PROFESSIONAL, be uncovered for observation, inspection,
testing or approval and replaced at CONTRACTOR's expense.
I
13.9. If PROFESSIONAL considers it necessary or advisable that covered
Work be observed by PROFESSIONAL or inspected or tested by others. CONTRACTOR,
at PROFESSIONAL's request, shall uncover, expose or otherwise make available
for observation, inspection or testing as PROFESSIONAL may require, that
portion of the Work in question, furnishing all necessary labor, material and
equipment. If it is found that such Work is defective, CONTRACTOR shall bear
all direct, and consequential costs of such uncovering, exposure, observation,
inspection and testing and of satisfactory reconstruction, (including but not
limited to fees and charges of PROFESSIONALs, architects, attorneys and other
PROFESSIONALs), and OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to the amount
thereof, may make a claim therefor as provided in Article 11. If, however,
such Work is not found to be defective, CONTRACTOR shall be allowed an
increase in the Contract Price, or an extension of the Contract Time, or both,
directly attributable to such uncovering, exposure, observation, inspection,
testing and reconstruction; and, if the parties are unable to agree as to the
amount or extent thereof, CONTRACTOR may make a claim therefor as provided in
Articles 11 and 12.
I
I
Owner May Stop the Work:
13.10. When Work is defective or when CONTRACTOR fails to supply
sufficient skilled workmen or suitable materials or equipment, or make prompt
payments to Subcontractors for labor, materials, or equipment, or if
CONTRACTOR violates any provisions of these Contract Documents, OWNER may
order CONTRACTOR to stop the Work until the cause for such order has been
eliminated. However, this right of OWNER to stop the Work shall not give rise
to any duty on the part of OWNER to exercise this right for the benefit of
CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an
37
I
1
I
increase in the Contract Price or Contract Time or other damages for a stop
work order under this paragraph.
1
Correction or Removal of Defective Work:
1
13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly,
without cost to OWNER and as specified by PROFESSIONAL, either correct the
defective Work whether fabricated, installed, or completed, or remove it from
the site and replace it with non defective Work. If CONTRACTOR does not
correct such defective Work or remove and replace such defective Work within
a reasonable time, all as specified in a written notice from PROFESSIONAL,
OWNER may have the deficiency corrected. 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.
I
1
One Year Correction Period:
I
13.12. If, after approval of final payment and prior to the expiration
of one year after the date of substantial completion or such longer period of
time as may be prescribed by law or by the terms of any applicable special
guarantee required by the Contract Documents, any Work or materials are found
to be defective, incomplete, or otherwise not in accordance with the Contract
Documents, CONTRACTOR shall promptly, without cost to OWNER and in accordance
with OWNER's written instructions, either correct such defective Work, or if
it has been rejected by OWNER, remove it from the Site and replace it with
non-defective Work. If CONTRACTOR does not promptly comply with the terms of
such instructions, OWNER may have the defective Work corrected, removed, or
replaced. All direct, indirect and consequential costs of such removal and
replacement (including but not limited to fees and charges of engineers,
architects, attorneys and other PROFESSIONALs) will be paid by CONTRACTOR.
I.
I
I
I
Acceptance of Defective Work:
I
13.13. If, instead of requiring correction or removal and replacement
of defective Work, OWNER (and, prior to PROFESSIONAL's recommendation of final
payment, also PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR
shall bear all direct, indirect and consequential costs attributable to
OWNER's evaluation of and determination to accept such defective Work (such
costs to be approved by PROFESSIONAL as to reasonableness and to include but
not be limited to fees and charges of PROFESSIONALs, architects, attorneys and
other PROFESSIONALs). If any such acceptance occurs prior to PROFESSIONAL's
recommendation of final payment, a Change Order will be issued incorporating
the necessary revisions in the Contract Documents with respect to the Work and
OWNER shall be entitled to an appropriate decrease in the Contract Price, and,
if the panics are unable to agree as to the amount thereof. OWNER may make a
claim therefor as provided in Article 11. If the acceptance occurs after such
recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER.
-
I
38
I
I
I
OWNER May Correct Defective Work:
I
13.14. If CONTRACTOR fails within a reasonable time after written
notice of PROFESSIONAL to proceed to correct and to correct defective Work or
to remove and replace rejected Work as required by PROFESSIONAL in accordance
with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance
with the Contract Documents, or if CONTRACTOR falls to comply with any other
provision of the Contract Documents, OWNER may, after seven days' written
notice to CONTRACTOR, correct and remedy any such deficiency. In exercising
the rights and remedies under this paragraph OWNER shall proceed
expeditiously, to the extent necessary to complete corrective and remedial
action, OWNER may exclude CONTRACTOR from all or part of the site, take
possession of all or part of the Work, and suspend CONTRACTOR's services
related thereto, take possession of CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and incorporate in the Work
all materials and equipment stored at the site or for which OWNER has paid
CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER,
OWNER's representatives, agents and employees such access to the site as may
be necessary to enable OWNER to exercise the rights and remedies under this
paragraph. All direct, indirect and consequential costs of OWNER in exercising
such rights and remedies will be charged against CONTRACTOR in an amount
approved as to reasonableness by PROFESSIONAL, and a Change Order will be
issued incorporating the necessary revisions in the Contract Documents with
respect to the Work, and OWNER shall be entitled to an appropriate decrease
in the Contract Price, and, if the parties are unable to agree as to the
amount thereof, OWNER may make a claim therefor as provided in Article 11.
Such direct, indirect and consequential costs will include but not be limited
to fees and charges of PROFESSIONALs, architects, attorneys and other
PROFESSIONALs, all court costs and all costs of repair and replacement of work
of others destroyed or damaged by correction, removal or replacement of
CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of
the Contract Time because of any delay in performance of the Work attributable
to the exercise by OWNER of OWNER's rights and remedies hereunder.
I
I
I
I
I
I
I
I
Negl.ected Work by CONTRACTOR
I
13.15. If CONTRACTOR neglects to execute the Work in accordance with
the Contract Documents, including any requirements of the progress schedule,
PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specific
corrective actions including, but not limited to, employing additional
workmen, and/or equipment, and working extended hours and additional days, all
at no cost to OWNER in order to put the Work back on schedule. If CONTRACTOR
fails to correct the deficiency or take appropriate corrective action, OWNER
may terminate the contract or CONTRACTOR's right to proceed with that portion
of Work and have the Work done by others. The cost of completion under such
procedure shall be charged against CONTRACTOR. A Change Order shall be issued
incorporating the necessary revisions in the Contract Documents, including an
appropriate reduction in the Contract Price. If the payments due CONTRACTOR
are not sufficient to cover such amount, CONTRACTOR shall pay the difference
to OWNER.
I
..
13.16. Should CONTRACTOR work overtime, weekends or holidays to regain
the schedule, all costs to OWNER of associated inspection, construction
management and resident PROFESSIONALs shall be identified to CONTRACTOR and
the Contract Price reduced by a like amount via Change Order.
39
I
I
I
ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION
I
Schedu~e of Va~ues:
I
14.1. The schedule of values established as provided in 2.9 will serve
as the basis for progress payments and will be incorporated into a form of
application for Payment acceptable to Project Manager. Progress payments on
account of Unit Price Work will be based on the number of units completed.
I
App~ication for Progress Payment:
I
14.2. At least twenty (20) calendar days before the date established
for each progress payment (but not more often than once a month), CONTRACTOR
shall submit to PROFESSIONAL for review an application for Payment filled out
and signed by CONTRACTOR covering the work completed as of the date of the
application and accompanied by such supporting documentation as is required
by the Contract Documents. If payment is requested on the basis of materials
and equipment not incorporated in the Work but delivered and suitably stored
at the site or at another location agreed to in writing, the Application for
Payment shall also be accompanied by a bill of sale, invoice or other
documentation warranting that OWNER has received the materials and equipment
free and clear of all liens and evidence that the materials and equipment are
covered by appropriate property insurance and other arrangements to protect
OWNER's interest therein, all of which will be satisfactory to OWNER. Payment
is subject to a ten percent (10%) retainage that will be held until the final
payment or acceptance by OWNER. The amount of retainage with respect to
progress payments will be as stipulated in the Agreement.
I
I
I
I
CONmACTOR's Warranty of Tit~e:
I
14.3. CONTRACTOR warrants and guarantees that title to all Work,
materials and equipment covered by any Application for Payment, whether
incorporated in the Project or not, will pass to OWNER no later than the time
of payment free and clear of all Liens.
Review of App~ications for Progress Payment:
I
14.4. PROFESSIONAL will, within ten (10) calendar days after receipt
of each Application for Payment, either indicate in writing a recommendation
of payment and present the application to OWNER, or return the application to
CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to
recommend payment. In the latter case, CONTRACTOR may make the necessary
corrections and resubmit the application. OWNER shall, within thirty-one
calendar days of presentation to him of the application for payment with
PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount
recommended.
I
.
.
14.5. PROFESSIONAL's recommendation of any payment requested in an
Application for Payment will constitute a representation by PROFESSIONAL to
OWNER, based on PROFESSIONAL's on-site observations of the Work in progress
as an experienced and qualified design PROFESSIONAL and on PROFESSIONAL's
review of the Application for Payment and the accompanying data and schedules
that the Work has progressed to the point indicated; that, to the best of
PROFESSIONAL's knowledge, information and belief, the quality' of the Work is
40
I
I
I
I
in accordance with the Contract Documents subject to an evaluation of the Work
as a functioning whole prior to or upon Substantial Completion, to the results
of any subsequent tests called for in the Contract Documents, to a final
determination of quantities and classifications for Unit Price Work under
paragraph 9.10. and to any other qualifications stated in the recommendation,
and that CONTRACTOR is entitled to payment of the amount recommended. However,
by recommending any such payment PROFESSIONAL will not thereby be deemed to
have represented that exhaustive or continuous on-site inspections have been
made to check the quality or the quantity of the Work beyond the
responsibilities specifically assigned to PROFESSIONAL in the Contract
Documents or that there may not be other matters or issues between the parties
that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to
withhold payment to CONTRACTOR.
I
I,
I
14.6. PROFESSIONAL's recommendation of final payment will constitute
an additional representation by PROFESSIONAL to OWNER that the conditions
precedent to CONTRACTOR's being entitled to final payment as set forth in
paragraph 14.13 have been fulfilled.
I
14.7. PROFESSIONAL may refuse to recommend the whole or any part of any
payment if, in PROFESSIONAL's opinion, it would be incorrect to make such
representations to OWNER. PROFESSIONAL may also refuse to recommend any such
payment, or, because of subsequently discovered evidence or the results of
subsequent inspections or tests, nullify any such payment previously
recommended, to such extent as may be necessary in PROFESSIONAL's opinion to
protect OWNER from loss because:
I
I
14.7.1. the Work is defective, or completed Work has been damaged
requiring correction or replacement.
I
14.7.2.
Change Order.
the Contract Price has been reduced by Written Amendment or
I
14.7.3. OWNER has been required to correct defective Work or complete
Work in accordance with paragraph 13.14. or
I
14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of
the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive.
-
.
-
OWNER may refuse to make payment of the full amount recommended by
PROFESSIONAL because claims have been made against OWNER on account of
CONTRACTOR's performance or furnishing of the Work or Liens have been filed
in connection with the Work or there are other items entitling OWNER to a
set-off against the amount recommended, but OWNER must give CONTRACTOR
immediate written notice (with a copy to PROFESSIONAL) stating the reasons for
such action.
I
Substantial C~letion:
14.8. When CONTRACTOR considers the entire Work ready for its intended
use CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire
Work is substantially complete (except for items specifically listed by
CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate
of Substantial Completion. Within a reasonable time thereafter, OWNER,
CONTRACTOR and PROFESSIONAL shall make an inspection of the Work to determine
the status of completion. If PROFESSIONAL does not consider the Work
41
I
I
I
substantially complete, PROFESSIONAL will notify CONTRACTOR in writing glvlng
the reasons therefor. If PROFESSIONAL considers the Work substantially
complete, PROFESSIONAL will prepare and deliver to OWNER a tentative
certificate of Substantial Completion which shall fix the date of Substantial
Completion. There shall be attached to the certificate a tentative list of
items to be completed or corrected before final payment. OWNER shall have
seven days after receipt of the tentative certificate during which to make
written objection to PROFESSIONAL as to any provisions of the certificate or
attached list. If, after considering such objections. PROFESSIONAL concludes
that the Work is not substantially complete, PROFESSIONAL will within fourteen
days after submission of the tentative certificate to OWNER notify CONTRACTOR
in writing. stating the reasons therefor. If, after consideration of OWNER's
objections, PROFESSIONAL considers the Work substantially complete,
PROFESSIONAL will within said fourteen days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial Completion (with a revised
tentative list of items to be completed or corrected) reflecting such changes
from the tentative certificate as PROFESSIONAL believes justified after
consideration of any objections from OWNER. At the time of delivery of the
tentative certificate of Substantial Completion PROFESSIONAL will deliver to
OWNER and CONTRACTOR a written recommendation as to division of
responsibili ties pending final payment between OWNER and CONTRACTOR with
respect to security, operation, safety, maintenance, heat, utilities,
insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in
writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing the
defini tive certificate of Substantial Completion, PROFESSIONAL's aforesaid
recommendation will be binding on OWNER and CONTRACTOR until final payment.
I
I
I
I
I
I
I
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.
I
Partial Utilization:
I
14.10. Use by OWNER at OWNER's option of any substantially completed
part of the Work which (i) has specifically been identified in the Contract
Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a
separately functioning and usable part of the Work that can be used by OWNER
for its intended purpose without significant interference with CONTRACTOR's
performance of the remainder of the Work, may be accomplished prior to
Substantial Completion of all the Work subject to the following.
I
..
.
14.10.1. OWNER at any time may request CONTRACTOR in writing to permit
OWNER to use any such part of the Work which OWNER believes to be ready for
its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR
will certify to OWNER and PROFESSIONAL that said part of the Work is
substantially complete and request PROFESSIONAL to issue a certificate of
Substantial Completion for that part of the Work. CONTRACTOR at any time may
notify, OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such
part of the Work ready for its intended use and substantially complete and
request PROFESSIONAL to issue a certificate of Substantial Completion for that
part of the Work. Within a reasonable time after either such request, OWNER,
CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work
to determine its status of completion. If PROFESSIONAL does not consider that
part of the Work to be substantially complete, PROFESSIONAL will notify. OWNER
and CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL
considers that part o(the Work to be substantially complete, the provisions
..
II
U
42
I
I
I
of paragraphs 14.8 and 14.9 will apply with respect to
Substantial Completion of that part of the Work and
responsibility in respect thereof and access thereto.
certification of
the division of
I
14.10.2. OWNER may at any time request CONTRACTOR in writing to permit
OWNER to take over operation 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 will prepare a list of the items remaining to be completed or
corrected thereon before final payment. If CONTRACTOR does not object in writ-
ing to OWNER and PROFESSIONAL that such part of the Work is not ready for
separate operation by OWNER, PROFESSIONAL will finalize the list of items to
be completed or corrected and will deliver such list to OWNER and CONTRACTOR
together with a written recommendation as to the division of responsibilities
pending final payment between OWNER and CONTRACTOR with respect to security,
operation, safety, maintenance, utilities, insurance, warranties and
guarantees for that part of the Work which will become binding upon OWNER and
CONTRACTOR at the time when OWNER takes over such operation (unless they shall
have otherwise agreed in writing and so informed PROFESSIONAL). During such
operation and prior to Substantial Completion of such part of the Work, OWNER
shall allow CONTRACTOR reasonable access to complete or correct items on said
list and to complete other related Work.
I
I
I
I
I
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.
I
14.10.4. OWNER, may at its discretion, reduce the amount of retainage
subject to Beneficial Occupancy.
I
Final In~ection:
.
-
14.11. Upon written notice from CONTRACTOR that the entire Work or an
agreed portion thereof is complete, PROFESSIONAL will make a final inspection
with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all
particulars in which this inspection reveals that the Work is incomplete or
defective. CONTRACTOR shall immediately take such measures as are necessary
to remedy such deficiencies.
I
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,
guarantees, bonds, certificates or other evidence of insurance required by
5.2, certificates of inspection, marked-up record documents and other
documents, CONTRACTOR may make application for final payment following the
procedure for progress payments. The final Application for Payment shall be
accompanied (except as previously delivered) by: (i) all documentation called
for in the Contract Documents, including but not limited to the evidence of
insurance required, (ii) consent of the surety, if any, to final payment, and
(iii) complete and legally effective releases 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 County,
-
43
I
I
I
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 (ii) all payrolls,
material and equipment bills and other indebtedness connected with the Work
for which OWNER or OWNER's property might in any way be responsible have been
paid or otherwise satisfied. If any Subcontractor or supplier fails to
furnish such a release or receipt in full, CONTRACTOR may furnish a bond or
other collateral satisfactory to OWNER to indemnify OWNER against any lien.
I
I
I
14.12.1. No application for final payment will be accepted by OWNER
until approved as-built documents by CONTRACTOR are accepted and approved by
PROFESSIONAL.
I
14.12.2. Notwithstanding any other provision of these contract
documents to the contrary, OWNER and PROFESSIONAL are under no duty or
obligation whatsoever to any vendor, materials provider, Subcontractor,
laborer or other party to ensure that payments due and owing by CONTRACTOR to
any of them are or will be made. Such parties shall rely only on CONTRACTOR's
surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to defend and
resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL
for all claims arising from or resulting from Subcontractor or supplier or
material men or laborer services in connection with this project.
I
I
-
I
14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and
PROFESSIONAL for any damages sustained including lost profits resulting from
CONTRACTOR's failure or refusal to perform the work required by these contract
documents.
Fina~ Payment and Acceptance:
I
14.13. If, on the basis of PROFESSIONAL's observation of the Work
during construction and final inspection, and PROFESSIONAL's review of the
final Application for Payment and accompanying documentation as required by
the Contract Documents, PROFESSIONAL is satisfied that the Work has been
completed and CONTRACTOR's other obligations under the Contract Documents have
been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt
of the final Application for Payment, indicate in writing PROFESSIONAL's
recommendation of payment and present the Application to OWNER for payment.
At the same time PROFESSIONAL will also give written notice to OWNER and
CONTRACTOR that the Work is acceptable subject to the provisions of 14.6.
Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating
in writing the reasons for refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and resubmit the Application.
After the presentation to OWNER of the application and accompanying
documentation, in appropriate form and substance and with PROFESSIONAL's
recommendation and notice of acceptability, the amount recommended by
PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR.
.
-
-
-
14.14. If, through no fault of CONTRACTOR, final completion of the Work
is significantly delayed and if PROFESSIONAL so confirms, OWNER shall, upon
receipt of CONTRACTOR's final Application for Payment and recommendation of
PROFESSIONAL, and without terminating the Agreement, make payment of the
balance due for that portion of the Work fully completed and accepted. If the
remaining balance to be held by OWNER for Work not fully completed or
corrected is less than the retainage stipulated in the Contract, and if bonds
have been furnished as required in Article 5, the written consent of the
44
I
I
I
surety to the payment of the balance due for that portion of the Work fully
completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with
the application for such payment. Such payment shall be made under the terms
and conditions governing final payment, except that it shall not constitute
a waiver of claims.
I
I
CON'lRACTOR's Continuing Ob~igation:
I
14.15. CONTRACTOR's obligation to perform and complete the Work in
accordance with the Contract Documents shall be absolute. Neither
recommendation of any progress or final payment by PROFESSIONAL, nor the
issuance of a certificate of Substantial Completion, nor any payment by OWNER
to CONTRACTOR under the Contract Documents, nor any use or occupancy of the
Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any
failure to do so, nor any review and approval of a Shop Drawing or sample
submission, nor the issuance of a notice of acceptability by PROFESSIONAL
pursuant to paragraph 14.13. nor any correction of defective Work by OWNER
will constitute an 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) .
I
I
I
Waiver of C~aims:
14.16. The making and acceptance of final payment will constitute:
I
14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except
claims arising from unsettled liens, from defective Work appearing after final
inspection pursuant to 14.11 from failure to comply with the Contract
Documents or the terms of any special guarantees specified therein, or from
CONTRACTOR's continuing obligations under the 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:
15.1. OWNER may, at any time and without cause, suspend the Work or any
portion thereof for a period of not more than ninety days by notice in writing
to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be
resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR
shall be allowed an adjustment in the Contract Price or an extension of the
Contract Time, or both, directly attributable to any suspension if CONTRACTOR
makes an approved claim therefor as provided in Articles 11 and 12.
45
I
I
I
Tezmdnation For Cause:
I
15.2. Upon the occurrence of anyone or more of the following events:
I
15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of
the Bankruptcy Code (Title 11, United States Code), as now or hereafter in
effect, or if CONTRACTOR takes any equivalent or similar action by filing a
petition or otherwise under any other federal or state law in effect at such
time relating to the bankruptcy or insolvency;
I
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;
I
15.2.3. if CONTRACTOR makes a general assignment for the benefit of
creditors;
I
15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is
appointed under applicable law or under contract, whose appointment or
authority to take charge of property of CONTRACTOR is for the purpose of
enforcing a Lien against such property or for the purpose of general
administration of such property for the benefit of CONTRACTOR's creditors;
I
I
15.2.5. if CONTRACTOR admits in writing an inability to pay its debts
generally, as they become due;
I
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 materials or equipment or failure to
adhere to the progress schedule established under paragraph 2.9 as revised
from time to time);
I
15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body
having jurisdiction;
15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or
.
15.2.9. if CONTRACTOR otherwise violates in any substantial way any
provisions of the Contract Documents, OWNER may, after giving CONTRACTOR (and
the surety, if there be one) seven days' written notice and to the extent
permitted by Laws and Regulations, terminate the services of CONTRACTOR,
exclude CONTRACTOR from the site and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction equipment and machinery at the
site and use the same to the full extent they could be used by CONTRACTOR
(without liability to CONTRACTOR for trespass or conversion), incorporate in
the Work all materials and equipment stored at the site or for which OWNER has
paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER
may deem expedient. In such case CONTRACTOR shall not be entitled to receive
any further payment until the Work is finished. If the unpaid balance of the
Contract Price exceeds the direct, indirect and consequential costs of
completing the Work (including but not limited to fees and charges of
PROFESSIONALS, architects, attorneys and other PROFESSIONALS and court and
arbitration costs) such excess will be paid to CONTRACTOR. If such costs
exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER.
-
-
46
I
I
I
Such costs incurred by OWNER will be approved
PROFESSIONAL and incorporated in a Change Order,
rights or remedies under this paragraph OWNER shall
the lowest price for the Work performed.
as to reasonableness by
but when exercising any
not be required to obtain
I
I
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.
I
Te.rmina tion for Convenience
I
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) :
I
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;
I
15.4.2. 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;
I
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.
I
CONTRACTOR
revenue or
termination.
shall not be paid on account of loss of anticipated profits or
other economic loss arising out of or resulting from such
-
15.5. Where CONTRACTOR's services have been so terminated by OWNER, the
termination will not affect any rights or remedies of OWNER against CONTRACTOR
then existing or which may thereafter accrue. Any retention or payment of
moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability.
-
-
CONTRACTOR May Stop Work or Tezmina te:
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
due, then CONTRACTOR may upon seven working days' written notice to OWNER and
PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension
or failure within that time, terminate the Agreement and recover from OWNER
payment on the same terms as provided in 15.2. In lieu of terminating the
Agreement and without prejudice to any other right or remedy, if PROFESSIONAL
has failed to act on an Application for Payment within thirty days after it
is submitted, or OWNER has failed for thirty-one days after it is submitted,
or OWNER has failed for thirty-one calendar days to pay CONTRACTOR any sum
finally determined to be due, CONTRACTOR may upon seven day's written notice
47
I
I
I
to OWNER and PROFESSIONAL stop the Work until payment of all such amounts due
CONTRACTOR, including interest thereon. The provisions of this paragraph are
not intended to preclude CONTRACTOR from making claim under Articles 11 and
12 for an increase in Contract Price or Contract Times or otherwise for
expenses or damage directly attributable to CONTRACTOR's stopping Work as
permi tted by this paragraph. The provisions of this paragraph shall not
relieve CONTRACTOR of the obligations under paragraph 6.30 to carryon the
Work in accordance with the progress schedule and without delay during
disputes and disagreements with OWNER.
I
I
I
ARTICLE 16--DISPUTE RESOLUTION
I
16.1. All disputes arising under this Contract or its interpretation
whether involving law or fact or both, or extra work, and all claims for
alleged breach of contract shall within ten (10) working days of the
commencement of the dispute be presented by CONTRACTOR to OWNER for decision.
All papers pertaining to claims shall be filed in quadruplicate. Such notice
need not detail the amount of the claim but shall state the facts surrounding
the claim in sufficient detail to identify the claim, together with its
character and scope. In the meantime, CONTRACTOR shall proceed with the Work
as directed. Any claim not presented within the time limit specified in this
paragraph shall be deemed to have been waived, except that if the claim is of
a continuing character and notice of the claim is not given within ten (10)
working days of its commencement, the claim will be considered only for a
period commencing ten (lO) working days prior to the receipt by OWNER of
notice thereof. Each decision by OWNER will be in writing and will be mailed
to CONTRACTOR by registered or certified mail, return receipt requested,
directed to his last known address.
I
I
I
I
16.2. All claims, disputes and other matters in question between OWNER
and CONTRACTOR arising out of, or relating to, the Contract Documents or the
breach thereof shall be decided under Georgia Law in the Superior Court of
Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to
jurisdiction and venue in the Superior Court of Richmond County, Georgia, and
waives any right to contest same.
-
.
-
I
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.
C~utation 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.
48
I
I
I
17.2.2. A calendar day of twenty-four hours measured from midnight
to the next midnight shall constitute a day.
I
Genera~:
I
17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or
property because of any error, omission or act of the other party or of any
of the other party's employees or agents or others for whose acts the other
party is legally liable, claim should be made in writing to the other party
within a reasonable time of the first observance of such injury or damage.
The provisions of this paragraph 17.3 shall not be construed as a substitute
for or a waiver of the provisions of any applicable statute of limitations or
repose.
I
I
17.4. The duties and obligations imposed by these General Conditions and
the rights and remedies available hereunder to the parties hereto, and, in
particular but without limitation, the warranties, guarantees and obligations
imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2
and all 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 if repeated specifically
in the Contract Documents in connection with each particular duty, obligation,
right and remedy to which they apply. All representations, warranties and
guarantees made in the Contract Documents will survive final payment and
termination or completion of the Agreement.
I
I
I
I
17.5. CONTRACTOR shall keep adequate records and supporting
documentation applicable to this Work and Contract. Said records and
documentation shall be retained by CONTRACTOR for a minimum of five (5) years
from the date of final completion or termination of this Contract. OWNER
shall have the right to. audit, inspect, and copy all such records and
documentation as often as OWNER deems necessary during the period of the
Contract and for a period of five (5) years thereafter provided, however, such
activity shall be conducted only during normal business hours. OWNER, during
this period of time, shall also have the right to obtain a copy of and
otherwise inspect any audit made at the direction of CONTRACTOR as concerns
the aforesaid records and supporting documentation.
-
I
.
-
17.6. The Contract Documents are intended by the Parties to, and do,
supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A.
Section 13-11-1, et seq. In the event any provision of the Contract Documents
are inconsistent with any provision of the Prompt Pay Act, this provision of
the Contract Documents shall control.
17.7. 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.
49
I
I
I
I
SC - 1
SC - 2
SC - 3
SC - 4
SC - 5
SC - 6
SC - 7
SC - 8
SC - 9
SC - 10
SC - 11
SC - 12
SC - 13
SC - 14
SC - 15
SC - 16
SC - 17
SC - 18
SC - 19
SC - 20
SC - 21
SC - 22
SC - 23
SC - 24
SC - 25
I
I
I
I
I
I
I
I
I
-
SECTION SC
SUPPLEMENTARY CONDITIONS
INDEX
CONTRACT DOCUMENTS AND DRAWINGS
ENGINEER FOR THE PROJECT
FIELD OFFICE
BOUNDARIES OF WORK AND STAGING AREAS
EXISTING STRUCTURES AND UTILITIES
NO OVERFLOWS
UTILITIES
TEMPORARY SANITARY FACILITIES
SURVEYS AND PERMITS
DIMENSIONS
SEDIMENT AND EROSION CONTROL
SAFETY AND HEALTH REGULATIONS
SITE CONTAMINATION AND CHEMICALS
STORAGE OF MATERIAL
TRAFFIC SAFETY
CLEANING UP
PRIOR USE BY OWNER
RESTORATION OF PROPERTY
INTERRUPTION OF PLANT OPERATIONS
MANUFACTURER'S DIRECTIONS
INSURANCE LIMITS
SUBSURFACE CONDITIONS
SEQUENCING OF CONSTRUCTION
OWNER FURNISHED EQUIPMENT
BENEFICIAL USE OF PARTIAL SYSTEM; PENALTY FOR FAILURE
9121-SC.doc
SC-1
'ZEL, ENGINEERS
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
I
SC - 1
CONTRACT DOCUMENTS AND DRAWINGS:
I
The Contract Documents which form a part of this contract include Advertisement
for Bids, Information for Bidders, Bid, Bid Bond, Notice of Award, Agreement,
Payment Bond, Performance Bond, Notice to Proceed, Change Order, General
Conditions, Special Conditions, Technical Specifications, Drawings and Addenda.
I
Specifications: The specifications consist of a written description of a general
and technical nature of materials, equipment, construction systems, standards
and workmanship, and include General Conditions, Supplemental General Conditions,
Special Conditions and Technical Specifications indexed at the front of this
bound volume of Contract Documents.
I
I
Drawinqs: The Engineer will furnish to the Contractor, free of charge, all
copies of the drawings and specifications reasonably necessary for the execution
of the work. Location of all features of the work included in the contract are
indicated on the contract drawings. The following drawings, dated January 1999,
comprise the plans for this contract.
I
DRAWING NO.
TITLE
I
COVER LIST OF DRAWINGS AND COVER SHEET
I
l.
2.
3.
4.
5.
6.
7.
8.
9.
10.
ll.
12.
13.
14 .
15.
16.
17.
18.
19.
20.
21.
SITE PLAN
SITE GRADING & PAVING PLAN
P & ID
YARD PIPING PLAN
YARD PIPING PROFILES
PIPING & GENERAL ARRANGEMENT PLAN
PIPING & GENERAL ARRANGEMENT SECTIONS
PIPING & GENERAL ARRANGEMENT SECTIONS
PIPING DETAILS
STRUCTURAL PLAN
STRUCTURAL SECTION
STRUCTURAL SECTION
STRUCTURAL SECTION
MCC BUILDING ELECTRICAL
ELECTRICAL SITE PLAN
ELECTRICAL WIRING DIAGRAM
ELECTRICAL LIGHTING PLAN
1.0. BOX PIPING
FLOW CONTROL MODIFICATIONS
DEMOLITION PLAN
DEMOLITION SECTIONS
I
I
.
-
SC - 2 ENGINEER FOR THE PROJECT:
The ENGINEER for this proj ect, referenced in the General Conditions as the
PROFESSIONAL, is Zimmerman, Evans and Leopold, Inc., 435 Telfair Street, Augusta,
GA 30901. The Owner's representative on the site will be the Resident Project
Representative (RPR).
'ZEL, ENGINEERS
9121-SC .doc
SC-2
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
I
The RPR will:
· Provide engineering liaison with the contractor working principally
through the Contractor's superintendent to assist in understanding
the intent of the contract documents.
· Provide assistance to the contractor with obtaining additional
details and information.
I
I
· Coordinate with on site personnel who are operating the owner's
facili ties.
· Verify tests, equipment and systems startup.
· Provide the initial review of the contractor's payment requests
· Make recommendations for the ENGINEER's review.
I
I
The RPR will not:
· Authorize deviations from the Contract Documents or substitution of
materials or equipment, unless authorized by the ENGINEER.
· Exceed the limitations of ENGINEER's authority.
· Undertake any of the responsibilities of CONTRACTOR, subcontractors
or CONTRACTOR's superintendent.
· Advise on, issue directions relative to, or assume control over any
aspect of the means, methods, techniques, sequences or procedures of
construction unless such advice or directions are specifically
required by the Contract Documents.
· Advise on, issue directions regarding, or assume control over safety
precautions and programs in connection with the Work.
· Accept Shop Drawings or sample submittals from anyone other than the
CONTRACTOR.
· Authorize the OWNER to occupy the Project in whole or in part.
I
I.
I
I
SC - 3 FIELD OFFICE:
The Contractor shall maintain a field office on the site of the work which
contains a telephone, the contract documents, and the contractor's records. In
addi tion, another office shall be equipped with a telephone, file cabinet for
project records, a table for reference of construction plans, storage space for
project plans and specifications and other furnishings as required for the
exclusive use of the Owner's project representative who will be assigned to this
project.
I
I
.
SC - 4 BOUNDARIES OF WORK AND STAGING AREAS:
The Contractor shall not enter on or occupy with men, tools, equipment, or
materials, any ground outside the limits of Owner's property or construction
easements without written consent of the Owner of such property. Other areas on
site and proximate to the work may be utilized through coordination with the
Resident Project Representative and the approval of the Engineer.
'ZEL, ENGINEERS
9121-SC.doc
SC-3
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
SC - 5
EXISTING STRUCTURES AND UTILITIES:
I
I
It is mandatory that the Contractor locate all previously placed underground
installations and construction prior to his engaging in any work in areas where
such improvements may exist. The Contract drawings indicate general locations of
such existing improvements solely for the purpose of initial and general
representation thereof. The Owner and Engineer have not verified locations of
these improvements as a basis for locations displayed on the drawings. All
utilities and improvements must be located and flagged by the Contractor prior to
commencing work. Flags must be maintained and based upon actual field
determinations. The Owner's project inspector must be notified before any work
begins in the vicinity of existing underground improvements.
I
I
The Contractor shall be held responsible for any damage and for maintenance and
protection of existing construction and utilities. All damaged construction,
utilities or improvements shall be restored to the original or better condition
in which they were discovered.
I
SC - 6
NO OVERFLOWS:
I
During the performance of his work, the Contractor shall not cause any raw nor
partially treated sewage to be discharged to any ditches, channels, land or other
point. The work can be performed without the need for any unauthorized
discharge. One possible sequence of construction is provided in these
supplementary conditions to demonstrate the project can be constructed without
by-passes or discharges. Should the Contractor cause such a discharge that
results in fines or other penalties assessed against the Owner by a regulatory
agency, the Contractor agrees to reimburse the Owner the costs or have the Owner
retain the costs from the payments due the Contractor for the performance of the
work.
I
I
I
SC - 7
UTILITIES:
I
The Contractor shall provide for temporary utilities for construction operations.
Potable water is available from hydrants. The Contractor shall make provisions
for telephone service with the phone company. Limited electric power for
construction operations is available at the existing buildings on site. Any
additional power requirements shall be provided by the Contractor by arrangement
with Georgia Power Company. The Contractor shall make suitable arrangements to
provide fuel for temporary heating and/or other construction operations as
necessary.
I
I
SC - 8 TEMPORARY SANITARY FACILITIES:
Upon commencing work, the Contractor shall provide temporary screened and
shielded sanitary privies in a manner meeting the approval of the Engineer.
Facilities shall be maintained in a sanitary condition by the Contractor and in
compliance with the requirements of authorities having jurisdiction. All
temporary facilities shall be removed by the Contractor and the area returned to
its original condition prior to acceptance of the completed project.
I
I
SC - 9 SURVEYS AND PERMITS:
The Contractor shall make his own surveys and establish his own working lines and
grades from the basic reference lines established by the Engineer.
I
.
'ZEL, ENGINEERS
9721-SC.doc
SC-4
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
I
The CONTRACTOR shall carefully preserve bench marks, reference points and stakes
and, in case of willful or careless destruction, he shall be charged with the
resulting expense and shall be responsible for any mistakes that may be caused by
their unnecessary loss or disturbance.
I
Permits and licenses of a temporary nature necessary for the prosecution of the
WORK shall be secured and paid for by the CONTRACTOR. The CONTRACTOR shall give
all notices and comply with all laws, ordinances, rules and regulations bearing
on the conduct of the WORK as drawn and specified. If the CONTRACTOR observes
that the CONTRACT DOCUMENTS are at variance therewith, he shall promptly notify
the ENGINEER in writing, and any necessary changes shall be adjusted as provided
in Article 10, CHANGES IN THE WORK.
I
I
I
SC - 10 DIMENSIONS:
Dimensions shown in figures or which can be determined by computation from other
figures shown, shall take precedence over dimensions scaled from the drawings.
When the work of the Contractor is affected by finished dimensions, these shall
be determined by the Contractor at the site and he shall assume the
responsibility therefor.
I
I
SC - 11 EROSION AND SEDIMENT CONTROL:
The Contractor will be required to schedule his work and perform operations in
such a manner that siltation and bank erosion will be minimized during all phases
of construction. Any areas disturbed during the course of construction shall be
restored to a condition equal or better than the original condition. Grassing of
disturbed areas shall be the minimum acceptable restoration. Silt control
devices such as straw bale fences and/or silt fence weight filter fabric shall be
installed to limit migration of silt to the water courses. Erosion Control
devices such as mats, grass, mulch, and crushed stone shall be installed to
protect adjoining areas from soil contamination. Compliance with the guidelines
of the Manual for Erosion and Sedimentation Control in Georqia, pursuant to the
Erosion and Sedimentation Act of 1975, shall. apply as though fully set forth
herein.
I
I
I
I
The Contractor shall provide a construction schedule of land disturbing work and
shall include a plan of the temporary measures to be in place during
construction. An employee of the prime Contractor shall be designated as the
work site Erosion and Sediment Control Supervisor who is to be responsible for
timely installation of erosion and sediment control measures and who shall
provide early detection and correction of erosion, sediment, and flooding
problems and who shall have full (24 hr.) access to the personnel, equipment,
materials, means and measures to ensure correction of routine and or special
deficiencies.
-
i
.
=
Permanent erosion control measures
pavement, and permanent grassing.
completion of the permanent measures
place until a satisfactory grass cover
for this site
The Contractor
and shall keep
is established.
include moderate slopes,
shall strive to expedite
the temporary measures in
'ZEL, ENGINEERS
9721-SC.doc
SC-5
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
I
SC - 12 SAFETY AND HEALTH REGULATIONS:
The Contractor shall comply with the Department of Labor Safety and Health
Regulations for construction promulgated under the Occupational Safety and Health
Act of 1970 (PL91-596) and under Sec. 107 of the Contract Work Hours and Safety
Standards Act (PL91-54).
I
I
SC - 13 SITE CONTAMINATION AND CHEMICALS:
The CONTRACTOR shall prevent the construction site from being contaminated with
any substance in quantities or under circumstances prohibited by environmental
protection laws of the United States or the State of Georgia. The CONTRACTOR
shall be responsible to the OWNER if, at any time, state or federal authorities
make a claim or demand against the OWNER on account of contamination of the site
caused or allowed by the CONTRACTOR or any of its forces or subcontractors.
I
I
All chemicals used during project construction or furnished for project
operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of
other classification, must be registered for the purpose specified with USDA.
Use of all such chemicals and disposal of residues shall be in strict conformance
with instructions.
I
I
SC - 14 STORAGE OF MATERIALS:
Materials shall be so stored as to insure the preservation of their quality and
fitness for the work. When considered necessary, they shall be placed on wooden
platforms or other hard, clean, surfaces, and/or placed under cover. Stores of
materials shall be so located as to facilitate prompt inspection.
I
I
SC - 15 TRAFFIC SAFETY:
The Contractor will be held responsible for any damages caused by negligence on
his part, or by the improper placing of or failure to display danger signs and
road lanterns; all traffic lanes will be kept open and clear at all times and no
excavated material or equipment will be placed on pavement during construction.
I
SC - 16 CLEANING UP:
The Contractor shall keep the premises free from the accumulation of waste
material and rubbish, and upon completion of the work, prior to final acceptance
of the completed project by the Owner, he shall remove from the premises all
rubbish, surplus materials, implements, tools, etc., and leave his work in a
clean condition, satisfactory to the Engineer. On a daily basis, the work area
shall be cleaned sufficiently to produce a neat appearance.
I
SC - 17 PRIOR USE BY OWNER:
Prior to completion of the work, the Owner (by agreement with the Contractor) may
take over the operation and/or use of portions of the project. Such use of
facilities by the Owner shall not be deemed as acceptance of any work or relieve
the Contractor from any of the requirements of the Contract Documents.
'ZEL, ENGINEERS
9721-SC.doc
SC-6
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
I
SC - 18 RESTORATION OF PROPERTY:
The Contractor shall carefully restore all property defaced by the operations or
acts of any of his agents or employees. Such restoration shall include seeding,
sodding, transplanting of lawns, hedges, or ornamental plantings, and the repair
or replacement of streets, driveways, walks, fences, or other facilities in such
a manner as to meet the approval of the Engineer. No structures, fences or trees
shall be removed without the consent of the property owner or until condemnation
procedure, if necessary, has been completed.
I
I
I
Restoration of property shall commence immediately upon substantial completion of
the proposed work in the various areas of the construction site.
I
SC - 19
INTERRUPTION OF PLANT OPERATION:
I
a. General: Operation of the existing wastewater treatment plant with a
m1n1mum of interruption from the construction operations is VITAL. The
Contractor shall carefully plan his work to least interfere with operation of
existing facilities. The Owner and Engineer shall be contacted by the Contractor
so that interruptions may be scheduled and coordinated not less than 36 hours in
advance of the work. The new facilities shall be constructed in phases and made
operational before essential existing operations are disrupted.
I
b. Schedulinq Interruption of Plant Operations: In Section 2.9, the
General Conditions require the Contractor to submit a construction progress
schedule for approval prior to the first partial payment estimate. Additionally,
the Contractor shall submit a proposed schedule for interruption of plant
operations which has been fully coordinated with his proposed construction
schedule. This proposed schedule of interruptions may be submitted up to 30 days
subsequent to the construction schedule but prior to any request for interruption
of plant operations. This detailed schedule shall include all significant
operations which require a shut down of any wastewater plant functions.
I
I
I
SC - 20 MANUFACTURER'S DIRECTIONS:
Manufactured articles, materials and equipment shall be applied, installed,
connected, erected, used, cleaned and conditioned as directed by the manufacturer
unless herein specified to the contrary.
I
-
SC - 21 INSURANCE LIMITS:
The CONTRACTOR shall purchase and maintain such insurance as will protect him
from claims set forth in Article 5 of the General Conditions which may arise out
of or result from the CONTRACTOR's execution of the WORK, whether such execution
be by himself or by any SUBCONTRACTOR or by anyone for whose acts any of them may
be liable:
The CONTRACTOR shall procure and maintain, at his own expense, during the
CONTRACT TIME, liability insurance as hereinafter specified; CONTRACTOR's General
Public Liability and Property Damaqe Insurance including vehicle coverage issued
to the CONTRACTOR and protecting him from all claims for personal injury,
'ZEL, ENGINEERS
9721-SC. doc
SC-7
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
I
including death, and all claims for destruction of or damage to property, arising
out of or in connection with any operations under the CONTRACT DOCUMENTS, whether
such operations be by himsel f or by any SUBCONTRACTOR under him, or anyone
directly or indirectly employed by the CONTRACTOR or by a SUBCONTRACTOR under
him. Insurance shall be written with a limit of liability of not less than
$500,000 for all damages arising out of bodily injury, including death, at any
time resulting therefrom, sustained by anyone person in anyone accident; and a
limit of liability of not less than $500,000 aggregate for any such damages
sustained by two or more persons in anyone accident. Insurance shall be written
with a limit of liability of not less than $200,000 for all property damage
sustained by anyone person in anyone accident; and a limit of liability of not
less than $200,000 aggregate for any such damage sustained by two or more persons
in anyone accident.
I
I
I
I
The CONTRACTOR shall acquire and maintain, if applicable, Fire and Extended
Coveraqe insurance upon the PROJECT to the full insurable value thereof. This
provision shall in no way release the CONTRACTOR or CONTRACTOR'S surety from
obligations under the CONTRACT DOCUMENTS to fully complete the PROJECT.
I
The CONTRACTOR shall procure and maintain, at his own expense, during the
CONTRACT TIME, in accordance with the provisions of the law of the state in which
the work is performed: Workmen's Compensation Insurance, including occupational
disease provisions, for all of his employees at the site of the PROJECT and in
case any work is sublet, the CONTRACTOR shall require such SUBCONTRACTOR
similarly to provide Workmen's Compensation Insurance, including occupational
disease provisions for all the latter's employees unless such employees are
covered by the protection afforded by the CONTRACTOR. In case any class of
employees engaged in hazardous work under this contract at the site of the
PROJECT is not protected under Workmen's Compensation statute, the CONTRACTOR
shall provide and shall cause each SUBCONTRACTOR to provide, adequate and
suitable insurance for the protection of his employees not otherwise protected.
I
I
I
I
The CONTRACTOR shall secure, "All Risk" type Builder's Risk Insurance for WORK to
be performed and all materials to be used in the construction including the full
replacement value of all the Owner furnished equipment. Unless specifically
authorized by the OWNER, the amount of such insurance shall not be less than the
CONTRACT PRICE totaled in the BID plus the replacement value of the Owner
furnished equipment. The policy shall cover not less than the losses due to
fire, explosion, hail, lightning, vandalism, malicious mischief, wind, collapse,
riot, aircraft, and smoke during the CONTRACT TIME, and until the WORK is
accepted by the OWNER.
I
SC - 22 SUBSURFACE CONDITIONS:
The following logs of borings made in 1965 by an independent testing laboratory
at the site are presented for information only. Neither the Engineer nor the
Owner assumes any responsibility for the accuracy of this information. The
borings are located and identified on Drawing 4, YARD PIPING PLAN, of the
Contract Drawings.
'ZEL, ENGINEERS
9721-SC.doc
SC-8
I
I
I
LOG OF BORINGS
I
Boring
Number
I
I-I
Elev.
124.4
I
W.L.
I
L-2
Elev.
127.2
I
I
W.L.
I
SC - 23
SECTION SC
SUPPLEMENTARY CONDITIONS
Soil Description
Depth
From - To
0 4.0
4.0 15.0
15.0 29.0
29.0 45.0
45.0 51.0
51.0
8.0 After 24
o
5.0
9.0
14 .0
20.0
28.0
35.0
44.0
51.0
11.0
5.0
9.0
14.0
20.0
28.0
35.0
44.0
5l.0
After 24
Brown silty sand
Brown-gray clay to brown-gray sandy silt
Brown-gray clay, some decayed wood and peat
Fine-coarse brown-gray sand, some fine gravel
and silt
White Micaceous silty sand
Boring terminated
hours
Brown silty sand
Brown-gray clayey silt, some sand
Brown-gray clay, trace silt
Brown-gray clay and silty sand
Medium brown-gray sand, some silt
Brown-gray silty clay
Medium-coarse brown-gray silty sand, some gravel
White Micaceous silty sand
Boring terminated
hours
GUIDE FOR SEQUENCING CONSTRUCTION:
I
Attached to these documents is a drawing titled A Construction Process Diaqram
that presents a sequence of construction with no overflows.
SC - 24
OWNER FURNISHED EQUIPMENT:
Orders for owner furnished equipment were placed substantially in advance of
bidding this contract. It is anticipated that this equipment can be made
available by July 10, 1999. The specifications for the purchase of the equipment
is included in these documents for information and to define the extent of the
Owner furnished equipment.
I
I
The Contractor shall request five (5) days in advance to receive components of
this material from Owner's storage. Upon approval by the Owner, the Contractor
will receive material at Owner's storage and transport to the job site.
At the time of receiving the material the Contractor shall complete a condition
report for each piece of equipment requested noting any damages, discrepancies,
or unusual conditions and the report will be signed and witnessed by the Resident
Project Representative and Contractor and shall comprise a receipt for said
equipment. From the time of receipt until the equipment is installed, operable,
and accepted by the Owner, the Contractor shall be responsible for the equipment
in total including damages, losses, theft, fire, abuse or any other occurrence
which renders the equipment any less than completely new and in prime condition.
9721-SC.doc
SC-9
'ZEL, ENGINEERS
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
I
SC - 25 BENEFICIAL USE OF PARTIAL SYSTEM; PENALTY FOR FAILURE:
The Contractor shall perform the construction in such manner as to allow
operation of one wet well and four pumps for its intended purpose (pumping
sewage to the wastewater treatment plant) by September 1, 1999; provided the
Owner supplied equipment is available to the Contractor on July 10, 1999. If
the Owner supplied equipment is not available on that date, the September 1,
1999 deadline will be extended by whatever number of days pass July 10, 1999 the
Owner supplied equipment is not available to the Contractor. Failure to meet
this deadline results in a penalty assessed against the Contractor of $5,000 for
each day or the listed partial system is not operational. The Owner will
withhold the total of any penalty due for failure to meet this specific deadline
from the monies due the Contractor.
I
I
I
I
I
I
I
I
.
'ZEL, ENGINEERS
9721-SC.doc
SC-10
3 tl 3 H SM01.:ltl3^O ON
- ~ - - - - - - - - - - - - - - - - -
...J
o
f!:w
~o::
O~
o
3=:J
Of!:
~lI)
~
'rrJ
IX
W
m
~
~
'11.
I
,tii
'b
co
u
~
~
t
I
I
I
II)
~
5
II)
0::
<
CD
II)
f5
CD
::IE
<
o
t-
~
~
--
:3 H 3 H S~Ol.:ltl3^O ON)
H:llJ(] T1V.:Ilno
I
~
.K
....
~
a
)(
o
m
oc;
,.
>-
~
F
~
f:?
II
1m
I
b
lil
~
I
~I
~
;;l
~
o
z
t
I
I
~
~
~
li
F
~
Ill~
f:?~
~z
~f:?
~~
~~
!;8
i
I
to!
..
!!
.LnI
db
- --
t:
::I
~~
~~
[!]
~~
....
~l5
Z~
f:?8
".--..,..--...
~
F
~~ ~ B~
e:1 r:1 ~~
~;l II! t :J:2
~~ ~ :J ~lil
D~ u i :f:?
9i ~lil 0 ~b~
... Z F- I-'z8
;;i ~~ ~ ~!!!:i
~ e~ 5* ~i~
w~ III~ ~f1 c~~
~~ ~;;i glii g~;!;
~~ ~~ ~~ i~~
~CI :2~ ~8 lL:iffi
u~ ;;l~ t:a i~!!s
~~ ~c ~~ >-f:?!!l
~f:? ~~ c5't ~t!i~
UIU1 tic z~ 5[;<
-15 ~!&z I&ll&Ilii
~~ ~c1 ~i ;~~
;~l:: ~~ 5~ 5b~
IX _III _"'z
CI < a:i rJ
"
r-.
~ -
~ ~
<
x 0::
00
CDW
.w
011)
....;---
N
~
u ~
i!!:z ~~
~~ ~~
ilL ~;
~I&I <<<
I&I~ ll!iE
IIIg ~.
f:?1L ~~
;~ g~
~~ 8~
~~ ~~
iD.~ ~
ytlD ;!;!il!
wz ~:J
~- ~
ig ~~
!!s grD
f:? i:Jb
law g:
...t! iilz
~;z ~8
m~ ~b
!:filii 4.
t!i
lil~ ~f:? ~ ~ ~ ~ ; d
~~ Iii~~~o 6. :Ii ~i!!: B
D~ ~~~~i ~~ ~ ~ ~o~ ~
< > ~ Nd 9 ~ lL Cg~ ;;l
~~~ ~~~B!!! ~~ < ~ ~ i~~ ~
;;l ~ f:? ~~~ w ~ c ~ ~;;ld z
I~~ ~i~~~ ~~ 0 I ~ ~I~~ ~
~1II~ ~~5~i ~o ~ oi ~ ~f:?~c1 ~
~;8 ~~I~~ ~~;;i ~ ~ ~~ i ~
~I~ ot~~~ ~~ ~ ;;l~ ~ ~t~~ ~
~~~ S~:J~z~ ~~ z ~~ f:? ~~~~ 1
11. ~ ~ ~<w ~ ! Zo z ~ < III
~e~ u <~m!!sf:? ~F- o~ "f:?Iii~
m<~ z~ ~~ III ~~ ~~~
~~g !~<a~~~ ~~ ~~ ~~ ~~ ~~~~ ~
~o~ ~ ~:J:2~ < ~~ ~~ ~t ~o~ ~
o 2 ~2 U < u ~J~~
~!~ ~~~I~~ i~ 0 ~z 'b:J ~~~O ~
~ ~~ ~~ B ~~ ~- N~ ~~o ~
M m FIL 2 <F am z s~lil d
~ffi~ ;w;s~~ m~ ~~ ~~ !~ ~~~~ ~~
m rJ ~2 ~ a:i rJ ~u~D ~Q
.., ..
e ~
""
l5 ~
lr <:
o lr
Wlr "
" ~ ~
-<: 0
~ 3:1- l/)
Z Z Vl
~ ~<Z W
o l/)...Jo U
u <:Q.F 0
o ~I-~ g:
Z ZVl
o >-w Z
~ ii~1- 0
:J: W"" 4..:J F
u Vlw u
0:: ~f!: ~
I ~ ~
<:c:i z
1-' 0
l/) ..., u
5 <:
~
<:
II .:
I U :
ll' is :
w g ~
.. 0 :
... Po :
c! ... 0 ~
J ~~ :
: e :
g'" ~ :
d~h
i~
N
1II181i
/!!
z
o
a..
u
I
I
SECTION T1
SITE WORK
I
SCOPE:
The work covered by this specification consists of furnishing all plant, labor,
equipment, appliances, materials and supervision, and in performing all
operations in connection with clearing, grubbing, excavation, filling,
backfilling, grading the site, field layout, staking, and grade setting in
strict accordance with this section of the specifications, the applicable
drawings and terms and conditions of the Contract.
I
I
GENERAL:
Operations shall be conducted in a manner which will provide for the safety of
employees and others. Existing utility lines, walks, steps, paving,
structures, or trees to remain shall be safeguarded and protected from damage,
and supported if necessary. Prior to any work the Contractor shall obtain
necessary permits for work in the area or shall ascertain that the permits have
otherwise been obtained.
I
I
I
CLEARING:
Clearing shall consist of the felling and cutting up or trimming of trees and
the satisfactory disposal of the trees and other vegetation designated for
removal together wi th the down timber, snags, brush and rubbish occurring
within the project limits. Trees and other vegetation to be removed and all
stumps, roots, and brush in areas to be cleared but not grubbed shall be cut
off flush with or slightly below the original ground surface. Trees and stumps
in areas to be covered by embankments 3 feet or more in height shall be cut off
to 8 inches or less above the original ground surface. Trees and other
vegetation in areas to be cleared and grubbed may be removed by uprooting or
any other method that the Contractor may propose that is satisfactory to the
Engineer. Individual trees and groups of trees designated to be left standing
shall be trimmed of all live branches to such heights and in such manner as
directed by the Engineer. All limbs and branches required to be trimmed shall
be neatly cut close to the bole of the tree or to main branches, and the cuts
more than 1-1/2 inches in diameter thus made shall be painted with an approved
treewound paint.
I
I
I
I
I
GRUBBING:
Grubbing shall consist of the removal and disposal of all stumps, roots larger
than 3 inches in diameter to the depth specified, and matted roots from the
areas to be grubbed. In foundations areas, stumps, roots, logs or other timber
3 inches and over in diameter, matted roots, and other debris not suitable for
foundation purposes, shall be excavated and removed to a depth not less than 18
inches below any subgrade, shoulder or slope; and to a depth of 12 inches below
finish grade in areas to be grassed. All depressions excavated below the
original ground surface for or by the removal of stumps and roots, shall be
refilled with suitable material and compacted to make the surface conform to
the surrounding ground surface. Grubbing will not be required in areas other
than those occupied by construction and graded and grassed areas.
I
I
I
SITE CONDITIONS:
I
Organic materials and loose sand or other unsuitable soil located at or below
the level of footings, or under structures, shall be removed and replaced with
fill material compacted to 100% of ASTM D-698 (Standard Proctor). Fill
material shall comply with the requirements of the EXCAVATION, FILLING AND
I
'ZEL, ENGINEERS
9721-T01.doc
Tl-1
I
I
I
SECTION T1
SITE WORK
I
BACKFILLING section of these specifications.
dewatered by well-pointing and the sides of the
shored and braced.
The excavations shall be
excavation shall be fully
I
DISPOSAL OF CLEARED AND GRUBBED MATERIAL:
Removal of Debris:
I
All timber, all logs, stumps, roots, brush, rotten wood and other refuse
the clearing and grubbing operations shall be removed from the site
properly disposed of by the Contractor.
from
and
I
GRADING:
General: Site grading shall consist of excavating and placing all necessary
materials outside the limits of the various structures. Site grading shall be
completed when all surfaces are in conformity with the contours as shown on the
drawings, smooth, firm, containing the specified materials. Site grading also
shall include excavation and backfill for walks and steps. Site grading shall
also include all excavation, filling and compacting required for construction
of all roads and paved areas except as otherwise specified.
I
I
Borrow Material shall be selected to meet the requirements and conditions of
the particular installation for which it is to be used. The material shall
consist of sand soils or sand-clay soils capable of being readily shaped and
compacted to the required densities and shall be free of roots, trash and any
other deleterious material. The material shall be obtained from off-site
borrow pits approved by the Engineer. Borrow pits shall be cleared and grubbed
as necessary, and shall be opened, excavated, graded and maintained so that
adequate and proper drainage and a neat appearance shall exist at all times.
I
I
I
Base Material: Sand clay used as a base material shall conform to Georgia
D.O.T. Specification Section 814.01 Class A, containing a clay content between
6 and 15%
I
Topsoil shall consist of a natural material that occurs in surface deposits of
limited depth, and, in general, on elevated areas, it shall be composed of
natural mixtures of clay and soil binder with sand. Topsoil shall contain not
more than 25 percent of clay and shall be free of stones larger than 2 inches
in diameter, roots, excessive vegetation, rubbish or other deleterious matter.
Topsoil shall be approved by the Engineer 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 if it cannot
immediately be placed in its final location, it shall be stored for later use.
Stockpiled topsoil shall be placed to afford good drainage. Topsoil work shall
not be performed when the soil is so wet that the tilth of the soil will be
destroyed.
I
I
I
I
Embankment: This item consists of placing in fills and embankments for
roadways, and other site grading work, the materials removed from the various
excavations and borrow pits, all as specified herein and in accordance with the
appropriate lines, grades, sections, contours and dimensions shown on the
drawings.
ii
II!
Classification of Excavation: All excavation in connection with site work will
be considered unclassified common excavation.
I
'ZEL, ENGINEERS
9721-TOl. doc
Tl-2
I
I
SECTION T1
SITE WORK
I
CONSTRUCTION METHODS:
General: During construction, embankments, fills and excavations shall be kept
shaped and drained. Ditches and drains along the subgrade shall be maintained
in such manner as to drain effectively at all times. Grading shall be done so
that the surface of the ground will be properly sloped to prevent water from
running into the excavations for structures or pipe lines; any water which
accumulates in excavations shall be removed promptly. Excavated materials
shall not be stockpiled within a distance from the edge of any excavation less
than 1-1/2 times the depth of the excavation. Suitable material removed from
excavation shall be used, where feasible, in the formation of embankments,
fills, subgrades, shoulders, backfills, and site grading; excess material from
excavation not required for such uses, or materials not suitable for such uses,
shall be wasted in on-site locations directed by the Engineer. Any wetting,
hauling, scarifying, mixing, shaping, rolling, tamping or other operation
incidental to the following requirements, which, in the judgment of the
Engineer, are necessary to obtain the specified results, shall be performed by
the Contractor at no additional expense to the Owner.
I
I
I
I
I
Site Gradinq: Except as otherwise specified herein, all disturbed areas on the
si te 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 0.10 foot above or below the established grade. There shall be no
roots, wasted building materials, trash or other unsightly matter projecting
through or visible at the surface.
I
I
After all embankments and fills have been completed to grade, and after all
structures and pipe lines requiring the use of heavy equipment have been
completed, excavation necessary for the construction of walkways and steps may
be performed. Excavation shall be accurately cut to line and grade; sufficient
width for the accurate placement and adequate support of the forms shall be
allowed. After the forms are removed, the backfill shall be replaced and
recompacted around structures, walks and steps. Care shall be taken to avoid
damage to the walks and steps by the tampers.
I
I
I
Topsoil shall be evenly spread over the entire area to receive vegetation
cover. The compacted subgrade shall be scarified to a depth of 2 inches for
the bonding of topsoil with the subsoil. Topsoil shall then be evenly spread,
lightly compacted (not less than one pass of a cultipacker weighing 100 to
160#/ft. of roller) and graded to a uniform thickness of not less than 3
inches, and the surface shall conform to the requirements of site grading,
ditches, embankments, or other features, as applicable.
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 or
cobbles. The requirements of paragraph "Site Grading" above, shall apply to
ditches except as follows: The degree of smoothness shall be that usually
obtainable with string line or hand raking methods; the finished surface of
ditch slopes shall not be more than 0.10 foot above or below the appropriate
elevations.
Embankment:
horizontal,
Sloping ground surface, steeper than one
on which embankment or fill is to be placed,
vertical to four
shall be plowed,
'ZEL, ENGINEERS
9721-TOl.doc
Tl-3
I
I
SECTION T1
SITE WORK
I
stepped, or broken up in such manner that the embankment material will bond
with the existing surface. Approved material, consisting of earth, sandy clay,
sand and gravel, clay gravel, soft shale, or other granular material (not
containing muck, trees, stumps, brush, matted roots or other organic matter,
rubbish, frozen materials, waste construction material, or large clods of earth
or stones) shall be placed in horizontal layers of loose material not more than
8 inches in depth. Except for the more stringent compaction requirements of
the roadway, each layer shall be spread uniformly and tamped and compacted to
90 percent of the density measured by Modified Proctor ASTM 01557. Tamping
shall be accomplished by sheepsfoot rollers or mechanical hand tampers. Final
compaction may be by an approved power roller weighing not less than 10 tons,
except where insufficient cover may cause damage to pipe.
I
I
I
Roadways: Roadways shall consist of a compacted subgrade, 6" of compacted
Class A sand clay base, and a 6" concrete surface. The top 8" of the subgrade
shall be completed to 98% density as measured by Modified Proctor, ASTM D1557;
the 6" base shall be compacted to 100% of the Modified Proctor density; the
concrete shall be as specified in the Concrete section of the specifications.
I
I
INSPECTION AND TESTS:
The Contractor shall be responsible for the soil tests of proposed borrow. The
Owner shall be responsible for the in-place density tests of filled and
backfilled areas. Tests shall be performed by an independent laboratory
approved by the Engineer and shall be performed in accordance with the
following: (I) Laboratory Field Density Tests on soils shall conform to ASTM
D1557 or AASHTO T180, METHOD A, and (2) Field Density Tests on soils shall
conform to ASSHTO T191, T238, OR T205. Two Laboratory certified copies each of
the tests on borrow and the in-place density tests shall be forwarded promptly
by the Laboratory to the Engineer. Tests for gradation, classification,
optimum moisture, and density of the proposed borrow shall be performed in the
Laboratory and shall be submitted to the Engineer for approval.
I
I
I
I
Tests for in-place density shall consist of 2 laboratory tests and 5 field
density tests. The Owner will pay directly to the testing laboratory only for
tests in excess of this number, except that where they are retests on materials
which failed to meet the specifications, the retesting of rejected materials
and reinstalled work shall be done at the Contractor's expense.
I
The Engineer, at his discretion, may order tests and inspections to be
performed during the progress of the work, or at the completion of any
individual unit of the work, or at the time of final inspection of the entire
project.
I
I
Random spot checks of elevation and slopes shall be conducted by ordinary
differential level and profile methods. Random spot checks of topsoil
thickness shall be conducted by cutting through the surface with a spade or
mattock, and measuring the thickness of topsoil exposed.
I
GRASSING:
Areas disturbed by construction operations shall be grassed in accordance with
the GRASSING section of the specifications. Areas to be grassed shall be
planted, maintained, and shall utilize topsoil, lime, fertilizer, proper and
approved grass and mulch sufficient to produce a cover suitable to eliminate
significant erosion.
.
=
-
.
'ZEL, ENGINEERS
9721-T01.doc
Tl-4
I
I
SECTION T1
SITE WORK
I
MAINTENANCE:
Inspection of site work as it is completed shall not constitute final
acceptance of the item. The Contractor shall maintain all items in such
condition as to be ready for final inspection from the time of completion until
the final acceptance of the entire project.
I
I
PAYMENT:
Payment for in-place density tests shall
payment will be made for the work
specifications. All costs in connection
lump sum Bid for the completed work.
be made by the Owner. No separate
covered by this section of the
therewi th shall be included in the
I
I
I
I
I
I
I
I
I
I
I
-
-
'ZEL, ENGINEERS
9721-TOl.doc
TI-5
I
I
SECTION T2
EXCAVATION, FILLING AND BACKFILLING
I
I
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, appliances, materials, layout staking and grade
staking and supervision, and in performing all operations in connection with
the excavation, filling and backfilling for structures and piping in strict
accordance with this section of the specifications, the applicable drawings and
terms and conditions of the Contract.
I
CLASSIFICATION OF EXCAVATION:
ALL EXCAVATION SHALL BE UNCLASSIFIED.
I
EXCAVATION:
General: The excavation shall conform to dimensions and elevations appropriate
for the pipe line or structure. Excavation shall not be carried below the
elevation necessary for construction.
I
I
Excavation for Walls and Footinqs shall extend a sufficient distance to allow
for the placing and removal of forms, installation of services and for
inspection, except where the concrete wall or footing may be authorized to be
deposited directly against excavated surfaces.
I
Trench Excavation: Trenches shall be excavated true to line and grade.
Trenches to receive pipe having a nominal diameter of 24 inches or less shall
not be less than 12 inches wider nor more than 16 inches wider than the outside
diameter of the pipe to be laid therein, so that a clear space of not less than
6 inches nor more than 8 inches in width is provided on each side of the pipe.
I
I
Trenches to receive pipe having a normal diameter greater than 24 inches shall
not be less than 18 inches wider nor more than 24 inches wider than the outside
diameter of the pipe to be laid therein, so that a clear space not less than 9
inches nor more than 12 inches in width is provided on each side of the pipe.
I
The maximum width specified applies to the width at or below the level of the
top of the pipe. The width of the trench above the pipe may be as wide as
necessary to provide room for proper installation of the work. The Contractor
shall comply with the safety requirements of OSHA.
I
I
The bottoms of trenches for pressure mains 6 inches and larger shall be rounded
so that the lower 90 degree quadrant of the pipe is in direct contact
throughout its entire length with sui table compacted select refill material.
Bell holes and excavation for joints shall be dug by hand after the trench
bottom has been shaped. 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 prepared bottom of the trench.
I
I
Trenches for gravity sewers shall be excavated below the pipe invert to provide
space for the pipe bedding. Where good soil or rock is encountered in the
trench bottom, the excavation shall be carried below the bottom of the pipe a
distance of 4 inches or one-eighth the outside diameter of the pipe, whichever
is greater.
'ZEL, ENGINEERS
9721-T02.doc
T2-1
I
I
SECTION T2
EXCAVATION, FILLING AND BACKFILLING
I
Where, in the opinion of the Engineer, the natural trench bottom is soil which
is incapable of satisfactorily supporting the pipe, such unsuitable soil shall
be removed to the depth required as determined at the site. The trench bottom
shall then be refilled with selected refill material, placed in 8 inch layers
and compacted at optimum moisture content to 90% Standard Proctor. Each layer
shall be thoroughly tamped. The refill shall be brought to the proper
elevation for the pipe, and in the case of gravity sewers, to the elevation
that will provide space for the special bedding.
I
I
oewaterinq and Drainage of Excavated Areas: Grading in the vicinity of
structures shall be controlled to prevent surface water from running into
excavated areas. Dewatering by pumping or wellpointing from excavated areas
shall be performed by the Contractor to provide a stable excavation and a firm
pit or trench bottom. Dewatering shall incur no extra cost to the Owner.
I
I
All dewatering methods shall be subject to the approval of the Engineer as to
capacity and effectiveness. Water removed from the excavated areas shall be
conveyed in a proper manner to a suitable point of discharge where it will
neither cause injury to public health, public or private property, the surface
or use of streets by the public or work completed or in progress.
I
I
Protection Aqainst Flotation: To guard against the danger of flotation of
empty or partially empty pipe due to a high water table, all dewatering
operations shall be continued without interruption until such time as
sufficient backfill has been placed over the top of the pipe to overcome the
buoyancy effect of a completely empty pipe which is entirely submerged.
I
Shorinq 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 and bracing, or by sloping the banks in accordance with the angle of
repose of the soil.
I
I
I
The Contractor alone is responsible for any damage or injury resulting from his
failure either to provide adequate protection from the excavation or to comply
with OSHA requirements.
I
Excess Material: Excess material to be used for backfill shall be stockpiled
as directed by the Engineer. Excavated material shall be deposited a
sufficient distance from the side of excavation walls to prevent excessive
surcharge on the wall. Excess excavated material not suitable or required for
backfill or filling shall be wasted within the limits of the site and graded as
directed by the Engineer.
I
I
Blastinq: 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.
'ZEL, ENGINEERS
9721-T02.doc
T2-2
I
I
SECTION T2
EXCAVATION,FILLING AND BACKFILLING
I
PIPE BEDDING FOR SEWERS:
Sewer pipe shall be bedded. 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). The bedding shall have a minimum thickness beneath the
bottom of the pipe of 4 inches or one-eighth of the outside diameter of the
pipe, whichever is greater, and shall extend up the sides of the pipe one-sixth
of the outside diameter of the pipe for VC pipe and 6 inches above the pipe for
PVC pipe. Holes must be dug in the bedding for each bell or coupling so that
the load is supported entirely by the pipe barrel, not the pipe bell or
coupling. After each pipe has been placed in final position, bedding material
shall be placed and compacted under the pipe haunches and on each side of the
pipe to prevent lateral displacement. "Shovel-slicing" of crushed stone
bedding shall be done using a crowbar heavy enough to penetrate the bedding
material. The pipe bedding shall be thoroughly compacted throughout its depth.
I
I
I
I
FILL:
Earth fill shall be placed in layers 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.
I
I
BACKFILLING:
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 an optimum moisture content when compacted. After
compaction, the dry weight per cubic foot for each layer shall be at least 90%
of the maximum Laboratory Dry Weight per cubic foot, as determined by ASTM
D1557, except that backfill under slabs, walls, footings, sidewalks and
pavement shall be at least 98% of ASTM D1557.
I
I
I
I
FILL AND BACKFILL MATERIAL:
Material for fill and backfilling shall consist of the excavated material, if
suitable, or borrow approved by the Engineer, and shall be free of trash,
lumber, or other debris, roots and other organic, perishable or deleterious
matter. Where unsuitable material is encountered in the excavation, disposal
of the material shall be the responsibility of the Contractor.
I
I
BORROW MATERIAL:
Borrow material for trench backfill shall consist of sand soils or sand-clay
soils capable of being readily shaped and compacted to the required densities
and shall be free of roots, trash, and any other deleterious material.
.
SELECTED REFILL MATERIAL:
Selected refill material shall
unsuitable soil is encountered.
of suitable gradation free from
be used to refill the trench bottom where
Such material shall be crushed stone or gravel
stones, sod, sticks, roots and other organic,
'ZEL, ENGINEERS
9721-T02.doc
T2-3
I
I
SECTION T2
EXCAVATION,FILLING AND BACKFILLING
I
perishable or deleterious matter. The Contractor shall obtain prior approval
from the Engineer of the material proposed for the above use.
I
RESTORATION OF PRIVATE PROPERTY:
The Contractor shall carefully restore all property defaced by operations or
acts of any of his agents or employees. Such restoration shall include
seeding, sodding, and transplanting of lawns, hedges or ornamental plantings,
and the repair or replacement of other private facilities in such manner as to
meet the approval of the Engineer and at no additional cost to the Owner. No
structures or trees shall be removed without the consent of the property owner
or until condemnation procedure, if necessary, has been completed.
I
I
PAYMENT:
No separate payment shall be made for excavation for structures and pipeline
trenches; backfill; pipe bedding; protection of utilities; maintenance of
usable driving surfaces free from potholes; depressions and ruts; and other
work covered by this section of the specifications. Such work shall be
considered as a subsidiary obligation of the Contractor in completing the work
and all costs in connection therewith shall be included in the lump sum price
for the completed work.
I
I
I
I
I
I
I
'ZEL, ENGINEERS
9721-T02.doc
T2-4
I
I
I
SECTION T3
CONCRETE
SCOPE:
The work covered by this specification consists of furnishing all plant, labor,
equipment, appliances, and materials, and in performing all operations in
connection with the installation of concrete work, complete, in strict
accordance with this specification and the applicable drawings, and subject to
the terms and conditions of the Contract.
I
I
APPLICABLE SPECIFICATIONS:
The current edition of the following specifications form a part of this
specification:
I
American Society for Testinq Materials Desiqnation:
I
A 615
C 31
C 33
C 94
C 150
CI71
C 175
C 185
C 260
C 309
C 404
o 1752
I
I
I
Deformed and Plain Billet-Steel Bars for Reinforcement
Making and Curing Concrete Test Specimens in the Field
Concrete Aggregates
Ready-Mix Concrete
Portland Cement
Sheet Materials for Curing Concrete
Air Entraining Portland Cement
Welded Steel Wire Fabric for Concrete Reinforcement
Air Entraining Admixtures for Concrete
Liquid Membrane-Forming Compounds for Curing Concrete
Chemical Admixtures for Concrete
Preformed Sponge Rubber and Cork Expansion Joint Fillers
for Concrete Paving and Structural Construction
I
ACI 304
American Concrete Institute Publications:
I
ACI 315
ACI 318
Recommended Practice for Measuring, Mixing,
Transporting, and Placing Concrete.
Manual of Standard Practice for Detailing Reinforced
Concrete Structures
Building Code Requirement for Reinforced Concrete
I
CRSI
Concrete Reinforcinq Steel Institute:
Placing Reinforcing Bars
I
MATERIALS:
Cement: Portland Cement shall be Type V sulfate resistant concrete conforming
to ASTM C. Only one brand of cement shall be used for exposed concrete in any
individual structure.
I
I
Fine Aqqreqate shall consist of clean, hard natural sand, manufactured sand or
a combination thereof, conforming to the requirement of ASTM C 33, Concrete
Aggregate, and shall be graded from 3/8" to No. 100 sieve.
I
Coarse Aqqreqate shall consist of crushed stone, gravel, or a combination
thereof, conforming to the requirement of ASTM C 33, Concrete Aggregates, and
shall be graded to meet the requirements of size number 467, 67 and 7, as
appropriate.
I
9721-T03.doc
T3-1
'ZEL, ENGINEERS
I
I
I
SECTION T3
CONCRETE
I
Water shall be clean and free from oils, acids, salts, or other injurious
substances.
I
Admixtures shall be used to provide entrained air. Other 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 C 494.
Calcium chloride will not be permitted.
Curing Paper shall conform to specifications for Sheet Materials for Curing
Concrete, ASTM C 171.
I
I
Reinforcinq steel for concrete shall conform to ASTM A 615, Grade 60. All
splices shall be lapped 30 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 provided at the centerline of the opening and #5
corner bars shall be added in each layer of reinforcement. Reinforcement shall
be placed in accordance with CRSI Manual "Placing Reinforcing Bars".
I
I
Welded Wire Fabric shall conform to ASTM A 185. Splices shall be lapped one
bar spacing plus 2 inches but not less than 8 inches. Fabrics from wire gauges
12 ga. and smaller shall be galvanized.
I
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,
plywood forms, thoroughly braced and tied together with approved corrosion
resistant devices, shall be used. Form ties shall be free of devices that will
leave a hole or depression larger than 7/8" in diameter back of exposed
surfaces of concrete, and such that when forms are removed, no metal shall be
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.
I
I
I
I
Preformed Expansion Joint Filler Strips shall conform to ASTM D 1752.
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 V and sand shall conform to ASTM
C404, Size 2.
Joint Sealant shall be Sikaflex Polysulfide (41i or 412) as manufactured by
Sika Chemical Corp., or the comparable products of W. R. Meadows, Inc., W. R.
Grace, or Williams Equipment Co.
Vapor Barriers of 6 mil polyethylene shall be provided under all building floor
slabs on earth.
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 which will keep the steel from contact with the
ground and in such a manner as to be protected from rusting, oil, grease, and
'ZEL, ENGINEERS
97 21-T03. doc
T3-2
I
I
SECTION T3
CONCRETE
I
distortion. Store metal forms off the ground; pitch to shed water and cover
with waterproof material.
I
CONCRETE QUALITY:
All concrete shall be classified by the 28-day compressive strength, f'c. The
design slump shall not exceed 4 inches; the air content shall be 5% + /- 1%.
The water cement ratio shall not exceed 6 gal/SK for 4,000 psi concrete. The
concrete shall be a workable mixture free from segregation and bleeding. Ready-
mix concrete shall conform to ASTM C 94. Job mixed concrete shall be mixed
with a standard type of batch mixer equipped with adequate facilities for
accurate weight measurement and control of each material entering the mixer. A
retarding admixture approved by the Engineer shall be used when the air
temperature is 800F or above. Care shall be taken that the mixing water shall
be cold for all concrete mixed in hot weather.
All concrete not otherwise designated shall be 4,000 psi concrete with a
minimum of 6 sacks of cement/cu. yd.
I
I
I
Sidewalks, curbs, gutters and ditch paving may be 3,000 psi concrete.
I
Reaction blocking, fill concrete, and pipe encasement may be 2,000 psi
concrete.
I
FLOWABLE FILL:
Flowable fill shall consist of a ready-mix concrete with a low cement and high
fly ash content designed for a strength of 50 to 200 psi. It shall be of a
self leveling consistency when placed and designed such that the resultant
hardened concrete will not shrink.
I
I
CONCRETE PAVEMENT:
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
I
PRECAST CONCRETE:
It is intended that the crane support beam be precast on site in accordance
with these plans and specifications. Prestressed or shop precast alternatives
shall be allowed upon approval by the Engineer. All submittals for
alternatives shall include drawings and calculations stamped by a Registered
Professional Engineer.
I
EMBEDDED ITEMS:
All embedded items included in an area shall be installed before concrete
placement begins. Full cooperation shall be given other trades to install
embedded items. Suitable templates or instructions, or both, shall be provided
for setting items not placed in the forms. Embedded items shall have been
installed and inspected and tests for concrete shall have been completed and
approved by the Engineer before concrete is placed. No "boxing out" or
"cutting" will be permitted unless indicated on plans or ordered in writing by
the Engineer.
'ZEL, ENGINEERS
9721-T03.doc
T3-3
I
I
SECTION T3
CONCRETE
I
Cast nosinqs specified as Miscellaneous Metal shall be installed in all
concrete steps.
I
Sleeves, anchor bolts, and similar items shall be accurately placed and firmly
secured before concrete placement begins. These embedded items shall be
aluminum or stainless steel.
I
Waterstops shall be installed where indicated on the plans and in all other
joints subject to hydrostatic head. Waterstops shall be firmly attached to the
outside layer of reinforcing steel and shall be installed complete before
concreting is started. PV dams shall be a" x 3/16" polyvinyl type with a
center bulb to provide for limited movement in the joint. Steel dams shall be
S" x 3/16" steel plate and at splices, or joints shall be welded or lapped and
bolted for continuity.
I
I
Pipe Sleeves shall be anchored, stainless steel pipe, except where otherwise
indicated on the plans, of appropriate size and shall be provided for all pipes
passing through floors or walls, except for floors and walls which are
waterproof. Where special provision such as wall pipes or link seals has not
been made for pipes passing through waterproof walls, details of the specific
condition shall be submitted to the Engineer and approved before concrete is
placed.
I
I
SHOP DRAWINGS:
Five sets of shop drawings and information as required by this section of the
specifications which have been checked by the Contractor for field dimensions
and conformance to the plans and specifications shall be submitted for
approval. Two copies of checked information will be returned to the
Contractor.
I
I
Shop drawinqs of reinforcinq 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.
I
I
Shop drawinqs for metal forms shall show the layout, framing and supports, with
unit dimensions and sections, type and location of welds, and details of all
required accessories. Include printed literature on Manufacturer's recommended
installation instructions.
I
Desiqn Mixes for each class of concrete required, including flowable fill,
shall be tested and submitted for approval. Concrete proportions, including
water-cement ratio, shall be established in accordance with ACI 31S-77, Chapter
4, Paragraph 4.3 - Proportioning on the Basis of Field Experience or Paragraph
4.4 - Proportioning by Laboratory Trial Batches. 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.
WORKMANSHIP:
Placinq: Proposed pour to be approved by O.A.R. prior to ordering concrete. In
accordance with the recommendation of ACT 304, concrete shall be placed in the
forms and mechanically vibrated to produce concrete without segregation or
honeycomb. Concrete shall be placed continuously between construction joints.
'ZEL, ENGINEERS
9721-T03.doc
T3-4
I
I
SECTION T3
CONCRETE
I
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.
I
I
I
I
Where new concrete is cast against existing concrete, surfaces shall be brush
hammered, cleaned, and brushed with a layer of epoxy grout immediately prior to
casting new concrete.
I
Reinforcinq bars shall be free from scale, oil, and structural defects. The
system of holding the bars in place shall insure that all steel in the top
layer will support the weight of the workman without displacement and be placed
in accordance with ACI Codes 318 and 315. Reinforcement in slabs on grade
shall be supported on stable concrete supports. All reinforcing steel within
the limits of a day's pour shall be in place and firmly wired before concrete
placement starts.
I
I
Construction ioints 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.
I
Curinq and Protection: All freshly cast concrete shall be protected from the
damaging effects of the elements - freezing, rapid drop in temperature, and
loss of moisture, and from future construction operations. The Contractor shall
maintain the concrete temperature above 500F for the first 7 days after
placing. All surfaces neither protected by forms nor covered with water for
the entire curing period shall be kept wet and covered with curing paper
meeting the requirements of the specification for sheet materials for Curing
Concrete, ASTM C 171.
I
I
-
Membrane Curinq 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
the end of the specified curing period, curing compound shall be immediately
applied to the formed surfaces before they dry out. Curing compound shall be
suitably protected from abrasion during the curing period.
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
'ZEL, ENGINEERS
9721-T03. doc
T3-5
I
I
SECTION T3
CONCRETE
I
construction loads. The sole responsibility for safe practice in this regard
shall be the Contractor's.
I
CONCRETE REFINISHING AND REPAIR:
Damaqed areas are defined as those areas physically damaged by atmospheric
attack, sulphate attack, abuse, or any other means significantly reducing the
strength of the structure. Such signs as yellowing, flaking, and rust spots,
or physical testing shall be considered sufficient to require repair.
I
All damaged areas shall be repaired as follows:
I
1. Clean area with a high pressure wash.
2. Damaged concrete shall be removed by brush hammer, chipping, etc,
down to a sound solid surface. If the surface removed exposes
reinforcing, the concrete shall be removed to a minimum of one inch
beyond the reinforcing at an angle of no more than 450 to the surface
of the concrete.
3. All reinforcing exposed shall be cleaned to bright metal and
inspected for deterioration. Reinforcing which has deteriorated to
less than 80% of its original area shall be exposed to a development
length beyond each side of the damaged portion and a bar of equal
size tied to the original bar prior to placing the concrete repair
materials.
4. Repair surface shall be coated with a thin layer of epoxy paste.
5. Repair materials shall be placed in the repaired area, taking care
to fill behind and around all rebar, and to provide a solid repair
free of voids or honeycomb, completely adhered to the surface under
repair.
6. All repaired surfaces shall be finished to match the existing
surfaces or as otherwise required in these specifications.
7. Repair materials shall consist of either sand-cement grout, or
concrete mixes as appropriate, in accordance with these
specifications, and sufficient strength to match or exceed the
concrete under repair.
I
I
I
I
I
I
Cracks larger than 1/16H in width shall be pressure grouted.
I
SIDEWALK AND PAVEMENT JOINTS:
Sidewalk contraction joints may be formed 1/8" by 1" deep with a jointing tool
or may be saw cut. Pavement joints 1-1/2" deep at 12'-0" spacing shall be saw
cut promptly after casting.
I
-
.
-
CONCRETE FINISHES:
Rouqh 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.
.
.
'ZEL, ENGINEERS
9721-T03.doc
T3-6
I
I
SECTION T3
CONCRETE
I
Rubbed Finish: Walls, beam, sill, and under slab surfaces which are exposed to
view shall have a rubbed finish. As soon as the rough surface finish has set
sufficiently, the entire surface shall be wet with a brush and rubbed with a
No. 16 Carborundum stone, to bring the surface to a paste. The rubbing shall
be continued sufficiently to remove all form marks and projections, and to
produce a smooth dense surface without pits or irregularities. The material
which is ground to a paste, in the above process, shall be carefully spread or
brushed uniformly over the entire surface and allowed to take a "reset". The
final finish shall be obtained by a thorough rubbing with a No. 30 Carborundum
stone. This rubbing shall continue until the entire surface is of smooth
texture and uniform in color. The surfaces shall be stripped evenly with a
brush so as to remove excess paste, and the surface left smooth with only
enough paste remaining to obtain a uniform color.
I
I
I
I
Float Finish: The surface of all concrete slabs shall, unless otherwise
hereinafter specified, be given a float finish. The structural slab shall be
brought to the established grade by screeding. The surface shall be tested for
irregularities with a straightedge. Irregularities shall be eliminated and the
entire surface finished with a wooden hand float or finishing machine. Finish
shall be a true plane within a tolerance of 1/4 inch in 10 feet measured in any
direction.
I
I
Broom Finish: Surfaces of exterior walkways, concrete road pavement, concrete
lined ditches, or platforms shall be given a b~oom finish. A smooth, true and
uniform surface is a prerequisite for this finish. When the progress of the
set provides the proper consistency, the surface shall be raked with a broom to
give parallel transverse lines in the surface, and to give a uniform texture.
I
I
Standard Trowel Finish: All interior floors shall be trowel finished. Both
power and hand troweling shall be required. Power troweling shall begin as
soon as little or no cement paste clings to the blade. Troweling shall be
continued until the surface is dense, smooth, and free of all minor blemishes,
such as trowel marks. Hand troweling shall be required to remove slight
imperfections left by the troweling machine and to bring the surface to a dense
smooth finish. Sprinkling of dry cement or a mixture of dry cement and sand on
the surface of the fresh concrete shall not be permitted.
I
I
SAMPLES AND TESTS:
The Contractor shall be responsible for the concrete mix designs, test
cylinders for proving the mix designs, tests for the aggregate gradation and
quality, for molding test cylinders during the progress of the job, delivering
the cylinders for testing to the laboratory, testing for slump and air content,
and for conducting load tests, if required. The Owner will pay directly for
the testing of the concrete cylinders molded during the progress of the work.
Before proceeding with the mix design, the Contractor shall obtain approval by
the Engineer of the testing laboratory. Tests not specifically indicated to be
done at the Owner's expense, including the retesting of rejected materials and
installed work, shall be done at the Contractor's expense.
I
I
I
Cylinders: Make one strength test per 50 yards of each class of concrete
placed but not less than one for each days pour. Mold and cure four cylinders
for each strength test in accordance with ASTM C 31. Test one cylinder after
seven days; test two cylinders after 28 days for acceptance in accordance with
I
I
'ZEL, ENGINEERS
9721-T03.doc
T3-7
I
I
SECTION T3
CONCRETE
I
ASTM C 39; test the fourth cylinder only where any of the tests of the three
cylinders is irregular or unacceptable.
I
Slump: Tests for slump shall be performed at the job site on all concrete
immediately prior to placing in accordance with the Test for Slump of Portland
Cement Concrete, ASTM C 143. If the slump varies from that of the design mix
by more than that permitted by ASTM C 94, the concrete shall be rejected. In
no case shall the maximum specified water cement ratio of the approved mix
design be exceeded.
I
I
Air Content: One test for air content shall be made for each strength test.
This test shall be made on a concrete sample that has been removed when
consolidation of the concrete in the forms has been completed and shall be in
accordance with the Test for Air Content of Freshly Mixed Concrete by the
Volumetric Method, ASTM C 173.
I
Load Test: If there exists any evidence of faulty workmanship, violations of
specifications, or likelihood of concrete having been frozen, load tests may be
required in accordance with ACI 318. These tests shall be under the direction
of the Engineer.
Correction of Deficiencies: The Contractor shall be responsible for correction
of concrete work which does not conform to the specified requirements,
including strength, honeycomb, spalls, cracks, chips, holes, fins, tolerances
and finishes. Where shrinkage cracks in the new hydraulic structures occur
away from waterstops, the cracks shall be pressure grouted with epoxy grout to
restore the concrete strength and to eliminate leaks.
I
I
I
PAYMENT:
No separate payment will be made for work covered by this section of the
specifications and all costs in connection therewith shall be included in the
lump sum Bid for the completed work.
I
I
I
'ZEL, ENGINEERS
9121-T03.doc
T3-8
I
I
SECTION T4
MASONRY
I
I
SCOPE:
The work covered by this section of the specifications consists in furnishing
all labor, materials and equipment, and in performing all operations in
connection with the installation of all masonry items as hereinafter
designated, complete, and in strict accordance with this specification and the
applicable drawings, and subject to the terms and conditions of the Contract.
I
APPLICABLE SPECIFICATIONS:
All masonry shall be of standard sizes and shall conform to the current edition
of the following specifications and any specifications noted on the drawings.
I
American Society for Testinq Materials Desiqnation:
I
C 90
C 91
C 129
C 141
C 144
C 150
C 216
C 578
Load Bearing Concrete Block
Masonry Cement
Non-Load Bearing Concrete Block
Hydraulic Hydrated Lime for Structural
Aggregate for Masonry Mortar
Portland Cement
Facing Brick
Cellular Polystyrene Thermal Insulation
Purposes
I
I
MATERIALS:
Water shall be clean and free from oil, acids, salt, or injurious substances.
I
Portland cement shall conform to ASTM C 150, Type I. It shall be a standard
product, the name of which shall be submitted to the Engineer for approval.
I
Masonry cement shall conform to ASTM C 91, and shall be a standard product
approved by the Engineer.
.
.
Hydrated Lime shall conform to ASTM C 141.
Aqqreqate for masonry mortar shall conform to ASTM C 144.
.
Face brick shall be used for the exterior face of new walls. All face brick
shall be select, sound, whole, new clay or shale, conforming to ASTM C 216,
Grade SW, Type FBS. Color will be yellow/tan to match the existing brickwork.
Concrete Block: All concrete block in exterior walls shall be load bearing
block conforming to ASTM C 90. Block in bearing partitions also shall be load
bearing block conforming to ASTM C 90. Bearing block shall be Type II units
made with normal weight aggregates. Exposed faces of blocks shall be free of
chips, cracks, or other imperfections.
Masonry wall reinforcement shall be galvanized truss type extra heavy
Dur-O-Wall or equal (3/16 dia. side rods and No.9 cross rods), installed in
horizontal courses at 16 inches o.c. in all cavity walls and masonry
partitions. The cross rods in cavity walls shall have a moisture drip at the
center of the cavity.
'ZEL, ENGINEERS
9721-T04.doc
T4-1
I
I
SECTION T4
MASONRY
I
Masonry wall anchors shall be provided at the intersection of abutting walls.
Where intersecting partitions are not bonded by masonry headers, 1-1/2" x 12
gauge galvanized anchors shall be provided at not more than 16" vertical
spacing.
I
Mortar: Walls and partitions shall be laid with type M or S mortar except that
the clearwell partitions shall be laid with Portland cement mortar. Aggregate
and other materials for masonry mortar shall conform to applicable
specifications listed above. Mortar mixtures shall contain the following
proportions by volume, measured loose.
I
I
MORTAR PROPORTIONS BY VOLUME
I
Portland Masonry Hydrated Lime Aggregate Measured in
Mortar Cement Cement or Lime Putty Damp Loose Condition
Type
Cu . Ft. Cu . Ft. Cu. Ft. Cu. Ft.
1 None 1/4
M 1 1 None
1 None Over 1/4 Not less than 2-1/4 and
S to 1/2 not more than 3 times
1/2 1 None the sum of the volumes
of cement and lime used.
I
I
I
Board Type Insulation shall be cellular polystyrene conforming to ASTM C578
installed on the inner wythe side of the cavity. It shall be cut to fit neatly
around adjoining surfaces, applied in moderate contact with adjoining units,
and adhered to the masonry with adhesive.
I
Wall flashinq shall be 3 ounce copper armored Sisalkraft installed over heads
and under sills of all openings in exterior masonry walls, including windows,
doors, and louvers, and shall be installed at each line of floor construction.
Flashing at floors or roofs shall be made continuous. Joints in continuous
f lashing shall be lapped at least 4 inches and tightly sealed with mastic.
Wall flashing shall carry upward across the cavity at an angle and through the
next higher joint of the inner block wall where it shall bend back on itself
1/2 inch. Flashing over or under openings which is discontinuous shall have
the ends turned up to form a pan.
I
I
Weep Holes shall be located at 24" o.c. horizontally in the exterior wythe of
cavity walls directly above all foundations, flashing, or other water stops in
the wall. The holes may be formed by placing 3/8" round fiberglass or similar
cord in the mortar then withdrawing the cord after the wall is completed. Weep
holes shall be kept free of mortar and other obstructions.
Brick and Block shall be laid in running bond. Only experienced masons shall
be employed. Masonry shall be laid plumb and true with full bed joints,
buttered with sufficient mortar to fill end joints, and all units shoved in
place. Where cutting of exposed masonry is necessary, the cuts shall be made
with a motor driven masonry saw. No masonry shall be laid when the temperature
is below 450 unless it is rising and at no time when it is below 400F. The top
'ZEL, ENGINEERS
9721-T04.doc
T4-2
I
I
SECTION T4
MASONRY
I
of exposed walls shall be protected by waterproof material when work is not in
progress. The walls shall be solid and without voids in the joints.
I
Joints: Both interior and exterior joints shall be tooled; vertical joints
shall be tooled before horizontal joints. Tooling and trawling shall compact
the setting mortar and form a continuous contact with the block. All holes and
cavities shall be filled with mortar before tooling. Exposed interior masonry
joints shall be neatly finished for painting.
I
Pointinq and Cleaning: When the work is completed, all holes or defective
mortar joints in exposed masonry shall be pointed, or where necessary, cut out
and repointed. All exposed masonry shall be thoroughly cleaned. If stiff
brushes and water do not suffice, the surface shall be thoroughly cleaned by
the procedures for "Cleaning Clay Products Masonry" of the Structural Clay
Products Institute. If so cleaned, all sash, frames, or metal lintels shall be
completely protected.
I
I
I
PAYMENT:
No separate payment will be made for any of the work covered by this section of
the specifications. All costs in connections therewith shall be included in
the lump sum Bid for the completed work.
I
I
I
I
I
-
.
'ZEL, ENGINEERS
9121-T04.doc
T4-3
I
I
SECTION T5
STRUCTURAL STEEL AND MISCELLANEOUS METAL
I
SCOPE:
The work covered by this section of the specifications consists of furnishing
all labor, materials, equipment and services necessary for or reasonably
incidental to the furnishing and erection of all structural steel, hoistrails,
handrails, stairs, angle frames, grating, bearing plates, anchors, anchor
bolts, nosings, and other miscellaneous metal items to fully complete the
structures in strict accordance with this section of the specifications and the
applicable plans and subject to the terms and conditions of the Contract.
I
I
I
GENERAL:
Except where specifically called for, no ferrous metals shall be used in any
application, including hardware, unless such are totally embedded in structural
concrete.
I
APPLICABLE SPECIFICATIONS:
The current edition of the following specifications and any specifications
shown on the drawings form a part of this specification:
I
American Institute of Steel Construction: "Specification for Structural
Steel Buildings".
I
AISC: "Code of Standard Practice for Steel Buildings and Bridges".
American Society for Testing Materials:
I
Designation A-36,
Designation A-307,
Designation A-325,
Designation A-386,
Designation B-241,
"Steel for Buildings and Bridges"
"Unfinished Bolts"
"High Strength Bolts"
"Hot Dip Galvanizing"
"Specification for Aluminum Alloy Seamless Pipe"
I
I
American Welding Society: "Structural Welding Code, AWS Dl.l
.
-
SUBMITTALS:
Shop Drawinqs, Structural Steel: Fabrication of structural steel, hoistrails,
handrails, stairs, grating, ladders and frames shall not commence prior to
approval of shop drawings by the Engineer. Four sets of shop drawings which
have been checked by the Contractor for field dimensions and conformance to the
plans and specifications shall be submitted for approval. Shop drawings shall
include complete details and schedules for fabrication for shop assembly of
members, and details, schedules, procedures and diagrams showing the sequence
of erection.
PRODUCT DELIVERY, STORAGE AND HANDLING:
Material Storaqe: Protect steel members, aluminum fabrications and packaged
materials from corrosion and deterioration. Welding electrodes shall be
delivered in unbroken packages and stored when opened in a closed, dry heated
box. Do not store materials on the structures in a manner that might cause
distortion or damage to the members or the supporting structures. Repair or
replace damaged materials or structures as directed.
MATERIALS:
'ZEL, ENGINEERS
9721-T05. doc
T5-1
I
I
SECTION T5
STRUCTURAL STEEL AND MISCELLANEOUS METAL
I
Stainless Steel Shapes, Plates, and Tubes shall be AISI Type 304 (18-8).
Stainless steel bolts shall be AISI Type 316. All steel shall be AISI Type 304
(18-8) unless specifically noted otherwise.
Pipe Railinq: Pipe shall be aluminum conforming to ASTM B 241, fy = 22,000 psi
for handrails and fy = 35,000 psi for wall rails. Handrails shall be 1-1/2
inch Schedule 40 pipe and the posts shall be 1-1/2 inch Schedule 80 pipe.
Finish shall be 204-R1 Natural Anodized having a minimum coating thickness of
0.4 mils.
I
I
I
Gratinq: All grating shall be outside banded, banded around openings and shall
be securely fastened to supporting metalwork with appropriate saddle clips and
bolts. Frames shall be aluminum similar to Waco Frame ZF 1.25, or comparable
product. Portions of frames in contact with concrete shall be coated with
Bi tuminous Paint. Grating, except as otherwise indicated, shall be extruded
aluminum plank of 6063-T6 Aluminum, 1-1/4" depth and 3.0#SF, shall have square
raised openings, and shall be the standard product of Washington Aluminum
Company, or equal. The size of individual sections shall not exceed 4'-0" x
5'-0".
I
I
Fasteners for aluminum and stainless steel products shall be Type 304 Stainless
Steel.
I
Electrodes for Weldinq: Aluminum and stainless steel welding shall conform to
the requirements of the American Welding Society for the grade of aluminum to
be welded.
I
Structural Steel Primer Paint:
linseed oil.
FS TT-P-86e, Type I, red lead mixed pigment-
I
Cast Nosinqs and Thresholds shall be cast aluminum abrasive type cross hatched
style as manufactured by American Abrasive Metals, or shall be the comparable
products of White Foundry, or Construction Castings Co., or equal. Except as
otherwise detailed, thresholds shall be Style "M", 6 inches wide; nosings for
concrete steps shall be Style A, 3/8 inch thickness by 4 inches wide and 6
inches less in length than the full width of the stair.
I
-
.
Cement Grout (PC-G): Portland cement (ASTM C 150,
graded, natural sand (ASTM C 404, Size No.2).
cement to 3.0 pa"rts sand, by volume, with only
required for placement and hydration.
Type V} and clean, uniformly
Mix at a ratio of 1. 0 part
the minimum amount of water
Expansion Anchors: Fed. Spec. FF-S-325; cinch anchor type, Group I, Type I,
Class 2 (2 unit), or Group I, Type II, Class 2, Style 1 (2 unit); wedge type,
Group II, Type IV, Class 1 or 2; or self-drilling type, Group III, Type I.
Expansion anchors shall be installed in conformity with the manufacturer's
recommendations for maximum holding power, but in no case shall the depth of
hole be less than four bolt diameters. Minimum distance between the center of
any expansion anchor and an edge or exterior corner of concrete shall be not
less than 4-1/2 times the diameter of the hole in which it is installed.
'ZEL, ENGINEERS
9721-TOS.doc
T5-2
I
I
SECTION T5
STRUCTURAL STEEL AND MISCELLANEOUS METAL
I
FABRICATION:
General: Fabricate items of structural steel in accordance with appropriate
AISC Specifications and as indicated on the final shop drawings. Fabricate
with natural camber of the member up. Properly mark and matchmark materials
for field assembly. Fabricate for delivery sequence which will expedite
erection and minimize field handling of 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 and metals appropriate to their work on this project.
I
I
I
Connections: Weld or bolt shop connections. Bolt field connections, except
where welded connections or other connections are shown or specified. Welding
shall be performed by welders certified for the material, material thickness,
and for all positions necessary to complete the welding for this project. All
butt welds shall be full penetration butt welds.
I
Holes for Other Work: Provide holes required for securing other work to
structural steel and miscellaneous metal, and for the passage of other work
through the members. Provide threaded nuts welded to framing as needed to
receive other work.
I
I
Miscellaneous Metal shall be fabricated to a quality comparable to the
Commercial Quality of the National Association of Architectural Metal
Manufacturers. Metal surfaces exposed to view shall be free of surface
blemishes, including pitting, seam marks, roller marks, rolled trade names and
roughness.
I
Paintinq: Stainless steel, galvanized steel, and aluminum will not be painted.
Except for submerged metalwork, all steelwork shall be shop primed with one
coat of Type I (TTP 86e) red lead and linseed oil applied over a surface which
has had the scale removed by power cleaning (SSPC-SP6) or better surface
preparation. Submerged and partially submerged steelwork shall be blast
cleaned and primed in accordance with the PAINTING Section of the
Specifications. Where paint has been withheld from areas to be welded and
other bare spots, scrapes, etc., the areas shall be touched up with the
original primer. Minimum prime coat dry thickness shall be 2 mils.
I
I
I
ERECTION:
Structural steel and miscellaneous steelwork shall be erected in conformance
with current edition of AISC Specifications. The Contractor's written welding
procedures and welder's certification shall be submitted for approval prior to
any welding work.
I
I
ALUMINUM PIPE RAILINGS:
General: Fabricate railing with smooth bends and welded joints ground smooth
and flush. Rail posts and fittings shall be anodized (204 R1-AA-C22A31-half
hour Anodizing), and rails adjusted to insure matching alignment. Where
aluminum attachments are to be in contact with concrete or steel, use one layer
of #15 asphalt felt applied with bituminous paint to separate the contact
surfaces. Bolts, screws, and other fastening devices shall be stainless steel
unless otherwise noted. Prefabricated railing systems which otherwise fully
meet these specifications are acceptable.
I
I
I
'ZEL, ENGINEERS
9721-T05.doc
T5-3
.
I
I
SECTION T5
STRUCTURAL STEEL AND MISCELLANEOUS METAL
I
Handrails: Handrails shall be the product of Storer Fabricating Co. or the
comparable product of Moultrie Mfg., Julian Blum, Tubular Products, or American
Metal Systems. Use 1-1/2 inch 1. D. aluminum pipe with top of rail 42 inches
above the floor, or 34 inches above stair treads measured vertically at the
stair riser line. Space posts not more than 7 feet on centers. Plumb posts in
each direction. Handrail posts, except where otherwise detailed, shall be set
in embedded galvanized steel sleeve assemblies. Where handrails terminate at
concrete or masonry walls, cast aluminum collar plates shall be bolted to the
concrete or masonry with stainless steel machine screw expansion anchors in
lead inserts.
I
I
I
PAYMENT:
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Base Bid for the completed work.
I
I
I
I
I
I
I
I
I
I
.
'ZEL, ENGINEERS
9721-T05.doc
T5-4
I
I
SECTION T6
PLANT AND YARD PIPING
I
I
SCOPE:
The work covered by this section of the specifications includes furnishing all
plant, labor, supervision, equipment and materials, and in performing all
operations in connection with the installation of all piping, fittings, and
appurtenances as required for the proper connection and operation of the
wastewater treatment plant in strict compliance with this section of the
specifications and the applicable plans and subject to the terms and conditions
of the Contract.
I
I
GENERAL:
The Contractor shall submit for the approval of the Engineer complete drawings
of all pump manifolds, and all complex assemblies and appurtenances, accurately
and adequately dimensioned and with sufficient descriptive matter to indicate
clearly the installation and connection to appurtenant equipment.
I
Pipe, appurtenances and accessories, unless otherwise indicated or authorized
in writing by the Engineer, shall be new and unused materials and shall be the
standard products of reputable manufacturers normally engaged in the
manufacture of that particular item. Fittings for all pipe shall be as
manufactured for the type and class of pipe forming the pipeline in which they
are installed.
I
I
Pipes located inside structures, above ground or attached to structures shall
be rigidly supported. The full length of each section of underground pipe
shall rest solidly upon the pipe bed, with recesses only to accommodate pipe
bells and joints. Any pipe which has its alignment, grade or joints disturbed
after laying shall be taken up and relaid. The interior of all pipe shall be
thoroughly cleaned of all foreign matter before being placed, and shall be kept
clean during laying operations by means of plugs or other approved methods. No
pipe shall be laid in water or when trench or weather conditions are unsuitable
for such work.
I
I
I
Pipe laying shall proceed upgrade with the spigot end of bell and spigot pipe
pointing in the direction of the flow. Each pipe shall be laid true to line
and grade in such manner as to form a close concentric joint with the adjacent
pipe and to prevent offsets in the flow line.
I
I
At all times when actual pipe laying is not in progress, all open ends of pipe
and fittings shall be securely and completely closed with mechanical or
expandable plugs so as to positively exclude the entrance of all trench water,
earth or other foreign substance into the line. Where cleaning after laying is
difficult because of small pipe size, a suitable swab or drag shall be kept in
the pipe and pulled forward as laying progresses to remove all foreign
materials that may have entered the pipeline. All completed pipelines shall be
cleaned of dirt and superfluous materials and shall be flushed to remove any
foreign matter remaining therein. Any section of pipe found to be defective
before or after laying shall be replaced at no additional expense to the Owner.
Rejected pipe shall be clearly marked and shall be removed from the site.
I
.
'ZEL, ENGINEERS
9721-T06. doc
T6-1
I
I
SECTION T6
PLANT AND YARD PIPING
I
WET TAP:
The Contractor shall provide the wet tapping of the 42" prestressed concrete
pipe. The wet tap shall provide the following as a minimum:
I
. 42" x36" Tapping sleeve for the existing 42" I. D. prestressed
concrete pipe.
. 36" flanged double disc tap valve, horizontal with bevel gear and
bypass - with flange hardware and gaskets.
· Sleeve and valve installation.
· Hydrostatic test.
· 36" wet tap service.
I
I
The tapping shall be performed without the requiring that the 42" line be
shutdown.
I
The wet tap shall be provided by Price Brothers, the manufacturer of the
existing pipe, or approved equal.
I
INSTALLATION IN TRENCHES:
Excavation, trenchinq and backfillinq shall be done in accordance with Section
T-2 of these specifications. Any pipe that is to be laid in fill shall not be
laid until the fill material has been completely placed and compacted in
accordance with these specifications. If the maximum permissible width of the
trench at the elevation of the top of the pipe is exceeded for any other reason
than at the direction of the Engineer, the Contractor shall install at his own
expense, such concrete cradling, pipe encasement or other bedding as is
required by the Engineer to support the additional load on the pipe.
I
I
I
Handlinq of pipe and accessories shall be in such a manner as to insure
delivery on the job and installation in the trench, or inside the structures in
a sound undamaged condition. Particular care shall be taken not to injure
coatings. 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. Pipe shall be cut square; burrs, chips,
and cuttings shall be removed.
I
I
PIPING:
General:
Before work is begun the Contractor will furnish to the Engineer layout
drawings showing all details for all horizontal and vertical curves, restrained
joints, and all other specials and special joints.
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.
'ZEL, ENGINEERS
9721-T06.doc
T6-2
I
I
SECTION T6
PLANT AND YARD PIPING
I
PIPE SERVICE AND BEDDING SCHEDULE:
Unless otherwise indicated, pipe materials, test pressure, pipe bedding, and
fitting materials shall be as shown in the following schedule for the service
indicated. Cast iron pipe or ductile iron pipe and fittings shall be used for
Fittings shall be appropriate for the installation. Suitable couplings, unions
and flexible joint connections shall be furnished and installed in the piping
system to correct minor misalignment and to facilitate removal and replacement
of piping components. Piping connections to all machinery, equipment and
meters shall be made with flanged or union fittings. Where this is
impractical, a dresser coupling, a union, or similar fitting shall be installed
as close as possible to facilitate equipment maintenance or removal.
I
Service
I
Plant & Yard Piping
not otherwise listed
below.
I
Service
I
Compressed Air
High Pressure
I
Storm Drains,
Culverts
Groundwater Drains
I
Force Main
I
6 Return Gravity Line
Drain
I
Chlorine Solution
I
Leqend:
D.!. P.
M.J.
PVC
RCP
I
I
.
DUCTILE IRON PIPE:
Underqround:
Pipe Material Beddinq Fittinq Material Test Pres.
PSI
D.1. P. 2 Flg.-above ground
Push-on, or M.J. 150
below ground or
as shown on the
plans.
Pipe Material Bedding Fittinq Material Test Pres.
PSI
Stainless Steel 2 Stainless Steel 150
RCP 2 RCP N/A
Perf. PVC(SDR 26} 2 PVC N/A
D. 1. P. 1 D.1.P. SO
D.1. P. 2 D. I.P. Air Test
D. 1. P. 2 D. 1. P. N/A
PVC, Sch. 80 2 PVC, Sch. 80 100
Ductile Iron Pipe
Mechanical Joint
Polyvinyl Chloride
Reinforced Concrete
Pipe: Underground pipe shall be ductile iron, Class 50, 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 cement
lining in accordance with ANSI A21.4.
9721-T06.doc
T6-3
'ZEL, ENGINEERS
I
I
SECTION T6
PLANT AND YARD PIPING
I
Fittinqs shall be ductile iron, mechanical joint, 250 psi rating, in
accordance with ANSI A21.10.
I
Joints in underground ductile iron pipe shall be mechanical joint or push-
on joint, with restrained mechanical joints where indicated. All joints and
jointing materials shall conform to the requirements of ANSI A21.11.
I
Restrained Joints: Concrete blocking for restraint may be used where it
clearly will not interfere with other piping or structures and where firm
support is available by concrete bearing against the trench wall; otherwise,
piping shall utilize restrained joints. Restrained joints shall be American
CIP Lok-Ring, or equal. Set screw type mechanical joint retainer glands will
not be acceptable as restrained joints.
I
I
Installation: Pipe and accessories shall be handled in such a manner as to
insure delivery on the job and installation in the trench, or inside the
structures in a sound undamaged condition. Particular care shall be taken not
to injure the coating.
I
Cutting of pipe shall be done in a neat and workmanlike manner without damage
to the pipe or its coating. Cutting shall be done by means of an approved type
of mechanical cutter.
I
Placinq and Layinq: 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 rej ected and
removed immediately from the site of the work. Deflection from a straight line
and grade as required by vertical or horizontal curves or offsets shall not
exceed the following values:
I
I
I
( Inches)
6
8
10
12
14
16
18
20
24
30
36
42
Maximum Deflection (Inches per
Bell and Spigot Joint
or Push-on Joint
16
16
16
16
13
13
9
9
9
9
9
8
20 Ft. Lenqth)
Mechanical
Joint
22
16
16
16
11
11
9
9
8
8
7
7
Pipe Size
I
I
I
I
If alignment requires deflections in excess of the above limitations, the
Contractor shall provide special bends, joints, or a sufficient number of
shorter lengths of pipe to provide angular deflections within the limits set
forth. Pipe shall be placed in the trench and bedded as required in Section T-
2 of these specifications. After placing a length of pipe in the trench, the
packing material for the joint shall be held around the bottom of the spigot so
that the packing will enter the bell as the pipe is pushed into position or
rubber gasket may be inserted in the bell before pushing pipe into place. The
'ZEL, ENGINEERS
9721-T06.doc
T6-4
I
I
SECTION T6
PLANT AND YARD PIPING
I
spigot shall be centered in the bell and the pipe pushed into position and
brought into the required alignment. Except where necessary in making
connections with other lines, or as authorized, pipe shall be laid with the
bells facing in the direction of laying. All ductile iron pressure pipe shall
be installed in accordance with the applicable sections of AWWA C600,
"Installation of Cast Iron Water Mains". Ductile iron pipe gravity lines shall
be placed in the trench in accordance with the requirements set forth herein
for V.C.P. and concrete gravity sewers.
I
I
Push-on loints shall be installed in strict accordance with the recommendations
of the joint manufacturer. The spigot end of all pipe, whether full or cut
lengths, shall be beveled and all burrs and roughness removed by filling, etc.,
prior to applying the approved lubricant and inserting the spigot into the
bell.
I
I
Mechanical loints shall be installed in strict accordance with the notes on
method of installation as shown in ANSI Specification A21.11, Appendix A. The
socket gland, gasket and spigot shall be cleaned and the gland and gasket
slipped on the spigot end. The spigot shall be pushed into the socket and
centered. The gasket shall then be properly seated in the socket and the gland
bolted finger tight to the socket. The joint shall then be made tight with a
suitable ratchet wrench. If effective sealing is not attained at the maximum
torque range recommended by the joint manufacturer, the joint shall be
disassembled and reassembled after thorough cleaning.
I
I
I
Incidental Items of Work: All plugs, caps, wyes and tees shall be provided
with adequate reaction blocking. All bends deflecting 22-1/20 or more shall be
gi yen concrete reaction blocking. Reaction blocking shall bear directly
against the undisturbed trench wall and shall provide sufficient bearing area
to transmit the maximum thrust without exceeding the maximum allowable soil
bearing capability. Where reaction blocking may not be used, restrained joints
shall be used. For pipe assembled behind valves, special care shall be taken
to fully seat pipe joints to transmit thrust.
Where pipe ends are left for future connections, they shall be valved, plugged,
or capped and blocked.
I
I
I
Above Ground:
I
Pipe: All above ground pipe shall be ductile iron, Class 53 in accordance
with ANSI Specification A21. 50 and A2l. 51, using 60/42/10 grade of iron, and
with threaded on flanges in accordance with AWWA Specification C115. Pipe
shall be coated on the outside with a bituminous coating, and lined with cement
lining in accordance with ANSI A21.4.
I
Fittinqs: Fittings shall be flanged ductile iron in accordance with the
requirements of AWWA Specification ClIO, coated and lined same as pipe.
Flanges shall be faced and drilled to match AWWA C115 threaded-on flanges.
I
Joints: Flanged joints shall have the gaskets inserted between flanges,
and bolts shall be tightened in such a manner as to distribute evenly the
stresses carried by the bolts so as to bring the pipe in alignment and make a
tight joint without overstressing the pipe or the individual bolts. Gaskets
shall be full faced l/S" thick rubber. Bolts shall be in accordance with ANSI
Specification B1S.2.1; nuts B1S.2.2.
-
-
'ZEL, ENGINEERS
9721-T06.doc
T6-5
I
I
SECTION T6
PLANT AND YARD PIPING
I
PIPE SUPPORTS:
The Contractor shall furnish and install such pipe supports and hangers as are
indicated, or as may be required to prevent excess stresses in the joints, and
to hold piping rigid and free from vibration under all conditions of operation.
Pipe to be supported above concrete slabs shall be supported on approved
supports. Piping supported from above shall be supported on adjustable pipe
hangers.
I
I
WALL SLEEVES AND WALL PIPES:
The penetration of pipes passing through concrete walls shall be made
watertight. Pipes 6" and larger shall have cast iron or ductile iron wall
pipes or wall sleeves with mechanical seals. Pipes less than 6" shall be
stainless steel. Wall pipes shall have a dam inside the wall and shall have
the proper joint to connect with the pipe on each side of the wall. Wall
sleeves shall have a dam inside the wall and shall be sealed with a Thunderline
Link Seal, or equal, unless otherwise shown on the plans. When fully
installed, the seals shall provide an absolutely watertight closure between the
wall sleeve and carrier pipe. Before casting concrete, wall pipes and sleeves
shall be accurately positioned and secured.
I
I
I
Wall Pipes shall be flange-flange-flange or flange-flange-plain end type, or
M.J. - Flg. - PE fabricated from Class 53 centrifugally cast ductile iron pipe,
Grade 60-42-10. End flanges shall be ductile iron, threaded-on, in accordance
with AWWA Specification C1l5. Flanges to be installed flush against the wall
shall be tapped for studs. Drilling pattern shall match equipment to be
connected.
I
I
CONCRETE COLLARS, CRADLES, SADDLES, AND ENCASEMENT:
Collars, cradles, saddles, or encasement shall be constructed of concrete with
a minimum 28-day strength of 3,000 psi.
I
I
POLYVINYL CHLORIDE (PVC) PIPE:
Pipe: Polyvinyl chloride (PVC) pipe shall be extruded, using Type I, Grade I
PVC compound conforming to ASTM D1784 Designation 12454A. PVC pipe shall be
Schedule 80, conforming to ASTM Specification D-1785.
I
Fittinqs shall be PVC, Schedule 80 socket or threaded fittings for Schedule 80
pipe. Socket-to-thread adapters shall be used for connecting to threaded
fittings. Threaded fittings shall be used for Schedule 80 piping above ground.
Socket type PVC fittings shall conform to ASTM D2467; solvent cements shall
conform to ASTM D2564.
I
I
Handlinq: 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. If pipe is to be stored outside for more than 30 days it shall be
covered to protect it from prolonged exposure to the sun. Cover shall be
canvas or other opaque material, with provision for air circulation under the
cover. When pipe is received in standard lifts it shall remain in the lift
until ready for use. Lifts shall not be stacked more than three high and shall
always be stacked wood on wood. Loose pipe shall be stored on racks with a
minimum support spacing of three feet. Pipe shall be shaded but not covered
directly when stored outside in high ambient temperatures. This will provide
.
'ZEL, ENGINEERS
9721-T06.doc
T6-6
I
I
SECTION T6
PLANT AND YARD PIPING
I
for free circulation of air and reduce the heat build-up due to direct sunlight
exposure.
I
Cuttinq: Pipe shall be cut in a neat workmanlike manner without damage to the
pipe. Pipe shall be cut square, using either a tubing cutter or a miter box
and a fine tooth saw. All burrs, chips and cuttings shall be removed and pipe
end beveled.
I
Placinq and Layinq: Pipe and accessories shall be examined for defects before
installing. All damaged, defective or unsound items will be rej ected and
removed immediately from the site of the work. The pipe shall be assembled
above ground in a straight line, then curved and laid in the trench. All
curvature shall be accomplished by bending the pipe with no deflection at the
joints. Pipe with solvent weld joints shall be snaked in the trench using
loops offset 13 inches per 50 feet. Pipe shall be placed in the trench and
bedded as required in Section T-2.
I
I
Jointinq: Clean the inside of the fitting and inside and outside of the end of
the pipe with a clean, dry cotton rag. Surfaces to be joined shall be
thoroughly dry. Apply primer to the inside of the socket and outside of the
pipe with a dauber, keeping the surfaces wet 5 to 15 seconds. Apply a second
coat to the inside of the socket. Using the proper si ze applicator, apply
solvent cement to the outside of the pipe and inside of the fitting. Apply a
second layer to the outside of the pipe. Immediately upon finishing the
application of the cement, and before it starts to set, insert the pipe to the
full socket depth, rotating the pipe or fitting 1/4 turn to insure a complete
and even distribution of the cement. Hold joint together a minimum of 10 to 15
seconds to make sure that the pipe does not move or back out of the socket.
Immediately after joining, wipe off all excess cement from the circumference of
the pipe and fitting. Joints shall be allowed to dry 48 hours prior to
movement or subj ection to internal pressure. Joints shall not be made when
temperature is above 90oF. when exposed to direct sunlight, or when the
temperature is below 40oF. Primer and sol vent cement shall be fresh and
uncontaminated, and as recommended and supplied by the pipe manufacturer.
I
I
I
I
I
Detection Tape: PVC pipe installed underground shall be marked by the use of a
continuous inert bonded layer plastic tape with a metallic foil core, buried in
the pipe trench 24 inches below the surface. Tape shall be yellow, 2 inches
wide with continuous imprinting; "CAUTION - PIPELINE BURIED BELOW". Tape shall
be Seton Metallic Lined, or equal.
I
I
MANHOLES:
I
General: Manholes shall be constructed with cast iron frames and covers. The
base of the manhole shall be constructed of 4000 psi concrete. The invert
channels shall be smooth and accurately shaped to the semi-circular bottom
conforming to the inside of the adjacent sewer sections. Changes in direction
of the sewer and entering branches shall have as long a radius of true
curvature as the size of the manhole will permit. Valve manholes shall have 8"
thick flat bottoms and tops constructed of 4000 psi concrete.
I
Brick Manholes: Brick for manholes shall conform to ASTM C32 Grade MS. All
brick shall be thoroughly cleaned and saturated with water immediately before
being laid up. The brick shall be laid radially in header courses with the
joint broken by staggering each successive course. Brick shall be laid up with
'ZEL, ENGINEERS
9721-T06.doc
T6-7
I
I
SECTION T6
PLANT AND YARD PIPING
I
cement mortar made of one part Portland cement and two parts of approved sand
to which may be added lime not to exceed 25 percent by volume of the cement.
The outside of the manhole shall be plastered with 1/2 inch of cement mortar.
The inside of the manhole may be rubbed with a cloth in lieu of striking the
joints. Concrete, brickwork and mortar shall be protected against low
temperatures.
I
I
Precast Concrete Manholes: Precast manholes, consisting of precast risers and
tops conforming to the requirements of ASTM C478-61T and having a minimum wall
thickness of 5 inches, may be used in lieu of brick manholes. The precast top
section shall be of the eccentric cone type and shall have a top outside
diameter larger than that of the manhole ring. The lower end of the bottom
section shall be set in a bed of mortar in a recess formed in the cast-in-place
base slab and the outside of the joint shall then be sealed with a beveled
fillet of mortar. Integral bases of equivalent strength may be used if the
manhole base section is leveled by setting in a bed of mortar. The joints in
the riser pipe shall be sealed with a mastic gasket, similar and equal to K. T.
Snyder "Ram-Nek".
I
I
I
Brick Manhole Tops: The top of the manholes shall be topped out with brick.
The number of courses will depend on the required elevation of the top of the
manhole. Not more than 5 courses shall be used above the cone section of a
manhole. The brick shall be laid radially in header courses with joints broken
by staggering each successive course. After the manhole frame and cover has
been set in a bed of mortar on the top course of brick, the outside of the
manhole shall be plastered for the full extent of the brickwork with mortar to
the thickness of not less than 1/2 inch. The inside face of the manhole
brickwork may be rubbed with a cloth in lieu of striking the joints. The
brickwork and mortar shall be protected against low temperatures and cured so
as to prevent damage by elevation adjustments in precast manholes.
I
I
I
Manhole Steps shall be installed in all sections of each manhole. The steps in
the precast sections may be installed when the sections are cast or may be
inserted after the manhole has been constructed. All damages to the precast
section caused by the insertion of the steps shall be repaired and sealed with
expanding mortar to prevent leakage. Steps shall be located only on the
vertical inside face of eccentric cones and shall be aligned with the steps in
the lower sections. Except as otherwise shown, manhole steps shall be 1'-
4" o.c., cast iron, Neenah R-1980-1 for brick manholes, and R-1981-1 for
precast manholes.
I
I
I
Manhole Frames and Covers:
.
e
General: Manhole frames and covers in improved areas or streets shall be set
flush with the finished grade; the Contractor shall set and adjust manhole
frames and covers as necessary to meet this requirement. In unimproved areas
or where no finished grade is established, the top of the frame and cover shall
be set one (l) to two (2) feet above the existing ground, unless otherwise
directed. The word "SEWER" shall be cast on the cover.
I
-
-
Standard Frames and Covers: Cast iron for manhole frames and covers shall
conform to ASTM A 48, Class 30, gray iron. Castings shall be quality cast iron
such that the metal is strong, tough and of uniform grain. They shall be
smooth, free from scale, lumps, blow-holes, blisters and defects of every kind
-
'ZEL, ENGINEERS
9721-T06.doc
T6-8
I
I
SECTION T6
PLANT AND YARD PIPING
I
which render them unfit for the intended use. No plugging or filling shall be
permitted. Standard frames and covers shall have machined bearing surfaces and
shall be Neenah No. R-1706 and weighing approximately 400 pounds total, or
shall be the comparable product of Sumter, Dewey Bros., U. S. Foundry, or
I
DUCTILE IRON PIPE:
General: After completion of the piping, it shall be tested for leaks and
proved tight. Pipelines shall be tested at the pressures listed in the Pipe
Service Schedule. The Contractor shall provide at his expense all labor,
supervision, pumps, measuring devices, power, miscellaneous equipment and water
necessary for performance of all testing on all piping in accordance with the
requirements of these specifications.
I
I
I
Pressure Test: After pipe has been laid, flushed and partially backfilled,
leaving joints exposed, all newly laid pressure pipe or any valved section
thereof 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 gauge. The duration of each pressure test shall
be at least sixty minutes. Before applying the specified test pressure, all
air must be expelled from the line. The Contractor will make the necessary taps
and insert plugs after the test is completed. All exposed pipe, fittings,
valves, and joints shall be carefully examined during the open trench test.
All defective joints shall be repaired or replaced to the satisfaction of the
Engineer. Any cracked or defective pipes, fittings, or valves discovered in
the consequence of this pressure test shall be removed and replaced with sound
material, and the test shall be repeated until satisfactory to the Engineer.
I
I
Where a portion of the system is to be concealed before completion, this
portion shall be tested separately in a manner described for the entire system.
The Contractor is cautioned to disconnect from the system any devices not
designed for the test pressure during the test.
Leakaqe Test (Stab Joint & Mechanical Joint Pipe): The duration of the leakage
test shall be two hours and during the test the main or section of the main
under the test shall be subjected to the test pressure based on the lowest
point in the line or section under test and corrected to the elevation of the
test gauge. Leakage is defined as the quantity of water to be supplied in 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 the leakage is less than the number of gallons per hour as
determined by the following formula:
L = ND P
3700
L Allowable leakage in gallons per hour.
N The number of joints in the section of pipe tested.
D The nominal diameter of the pipe in inches.
P The average test pressure during the leakage test in
pounds per square inch gauge.
Leakaqe Test (Flanqed Joint Pipe): After completion of above ground piping all
openings shall be closed with blind flanges or other acceptable means. The
'ZEL, ENGINEERS
9721-T06.doc
T6-9
I
I
SECTION T6
PLANT AND YARD PIPING
I
piping shall be filled with water and all air expelled. The pipes shall be
tested hydrostatically at the specified pressure for one hour without any drop
in pressure, during which time all joints shall be inspected for leaks.
I
GRAVITY LINES:
Pipe: Each piece of pipe shall be visually inspected immediately before being
placed in the trench and all pieces which appear to be cracked or damaged in
any way that could not be repaired after installation, shall be rejected.
Particular notice shall be made of the joints to be sure that a watertight
joint can be assured.
I
I
Joints, Aliqnment and Grade: After the pipe has been installed in the trench,
and prior to the placing of any backfill, the joints, alignment, and grade
shall be carefully examined and checked for conformance with specified
requirements. The pipe shall be observed during backfilling operations and
shall be rechecked following the backfilling operations to be sure that the
required conditions of the joints, alignment and grade have been maintained.
I
I
Appurtenances: All manholes and other appurtenances shall be of specified
size, shape and materials; the work shall comply with these specifications and
if found not so in any respect, it shall be brought to proper condition by
cleaning, painting, or if necessary, by rebuilding at the expense of the
Contractor.
I
-
-
Inteqrity of the Installed Sewer: All gravity pipe lines shall be checked for
infiltration and subjected to either an infiltration test, an exfiltration
test, or a low-pressure air test to demonstrate the integrity of the installed
sewer. The Contractor shall provide, at no additional cost to the Owner, all
labor, materials, supervision, equipment and measuring devices necessary to
conduct the test. Results of the tests, witnessed by the construction
inspector, shall be delivered to the Owner in written form. Meeting the
minimum requirement herein specified does not relieve the Contractor of the
necessity of making sewers as tight as possible.
Low-Pressure Air Test: Only for sections of sewer which are not submerged by
groundwater will the air test be applicable. If the pipe to be tested is
submerged in groundwater, an infiltration test shall be used. The air test is
performed as follows: Flush and clean the sewer line with water prior to
testing, thus cleaning out debris and wetting the pipe surface to produce more
consistent results. Plug all outlets to resist the test pressure. Give
special attention to stoppers and service laterals. Add air until the internal
air pressure of the sewer is raised to approximately 4.0 psi gauge. When the
pressure has stabilized and is at or lowered to the starting test pressure of
3.5 psi gauge, commence the test. Record the time period for the pressure to
drop to 2.5 psi gauge and compare to the time chart below. Recorded times less
than the specified times indicate the line has failed and repair is required to
bring the line up to specification. The test may be discontinued when the
prescribed test time has been completed, even though the pressure has not
dropped to 2.5 psi gauge.
Infiltration Check: The maximum allowable rate of infiltration into the sewer
lines shall be 100 gallons per 24 hours per inch of diameter per mile of sewer
where minimum groundwater depth is two (2) feet above the high point of the
sewer under test. Where infiltration is apparent, a V-notch weir shall be
'ZEL, ENGINEERS
9721-T06.doc
T6-10
I
I
SECTION T6
PLANT AND YARD PIPING
I
installed and maintained at the low end of the sewer and a test performed.
Upstream reaches not under test shall be plugged. Water level behind the
V-notch weir shall stabilize and a reading of flow rate shall be recorded and
compared to the above specified rate. A rate greater than that specified shall
require the Contractor to repair the sewer so that this test will be met.
Sewer segments being tested shall be no longer than 1200 feet.
I
I
Exfiltration Test: The maximum allowable rate of exfiltration from sewer lines
using the exfiltration test shall be 100 gallons per 24 hours per inch of
diameter per mile of sewer. The run of sewer to be tested shall be plugged and
the line filled with water to a point approximately one foot below the top of
the lowest manhole frame. No more than ten (10) feet of head shall be placed
on the lowest point in the sewer. After sufficient time has elapsed for air to
bleed off and absorption to be complete, the water level in the manhole shall
be measured at 30 minute intervals for two hours. The measured drop in water
level shall be translated into the exfiltration rate. Sewer segments being
tested shall be no longer than 1200 feet.
I
I
I
PVC PIPE:
Upon completion of the piping, p~p~ng system shall be flushed and tested at a
hydrostatic pressure of not less than 100 pounds per square inch gauge, and
proved tight at this pressure. This pressure shall be maintained for a minimum
of 60 minutes. Where a portion of the system is to be concealed before
completion, this portion shall be tested separately in a manner described for
the entire system. The Contractor is cautioned to disconnect or remove all
equipment and devices not capable of withstanding this flush or pressure prior
to performing this pressure test.
I
I
DEFECTIVE WORK:
If inspection or tests show defects, such defective work or material shall be
replaced and inspection and tests repeated. All repairs to piping shall be
made with new material. No caulking of joints or holes will be acceptable.
Adjustments required in order to obtain satisfactory operation of the systems
shall be made by the Contractor without additional expense to the Owner.
PAINTING:
All exposed piping and appurtenances shall be painted in accordance with the
requirements of Section T-9 of these specifications.
AS BUILT DRAWINGS:
The Contractor shall maintain a current and complete set of marked up drawings
showing the as built location of all underground and above ground piping,
valves, and drains. Upon completion of the work, the Contractor shall furnish
this set to the Engineer.
PAYMENT:
No separate payment will be made for the work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
'ZEL,
ENGINEERS
----,
9721-T06.doc
T6-11
I
I
SECTION T7
VALVES AND HYDRANTS
I
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, supervision, equipment and materials, and performing all
operations in connection with the installation of the valves and appurtenances
complete, in strict accordance with this section of the specifications and the
applicable plans and subject to the terms and conditions of the Contract.
I
I
GENERAL:
All valves and hydrants and accessories furnished by the Contractor for
incorporation into the work shall be new, unused, and of the type specified
herein. Those valves for buried service shall be furnished with mechanical
joint connections and those valves for above-ground service shall have flanged
or screwed joints. All valves shall be opened by turning counter-clockwise and
shall have an arrow cast into the metal of the operating nut or on the handle
or wheel to indicate direction of opening. Each valve shall have the
identifying mark of the manufacturer, year of manufacture and the pressure
rating cast on the body.
I
I
I
I
BUTTERFLY VALVES:
General: Butterfly Valves shall be Pratt or shall be valves of comparable
quality as manufactured by BIF or Allis-Chalmers or American Darling, or equal.
Butterfly valves shall have tight closing, rubber seats which are bonded to or
mechanically retained in the valve body or disc. No metal to metal seating
surfaces will be permitted. Valves shall be bubble tight at line test
pressures with flow in either direction, and shall be satisfactory for
application involving throttling service and/or frequent operation and for
applications involving valve operation after long periods of inactivity. Valve
discs shall rotate 900 from the full open position to the tight shut position.
Valves 24" and smaller shall meet the full requirements of AWWA Standard C504-
70 with respect to Class 150B. Valves and operators shall be designed and
tested for the required line pressure and line velocities and for controlled
opening and/or closing speeds of approximately 60 seconds. Valve bodies shall
be constructed of cast iron ASTM A-126 Class B and shall have integrally cast
mechanical j oint ends or flanged ends as indicated. Two trunnions for shaft
bearings shall be integral with each valve body. Body thicknesses shall be
strictly in accordance with AWWA C504-74, Class 150B for valves 24" and
smaller.
I
-
Valve Discs 20" and smaller shall be constructed of Alloy cast iron ASTM A436
Type I (NI-RSIST). Valve discs 24" and larger shall be constructed of either
cast iron or ductile iron.
Valve Shafts shall be turned, ground and polished.
constructed of lS-S Type 304 stainless steel.
Val ve shafts shall be
Valve Seats shall be of a natural rubber or synthetic rubber compound. Valve
seats shall be field adjustable and replaceable without dismounting operator
disc or shaft and without removing the valve from the line. All retaining
segments and adjusting devices shall be a corrosion resistant material and
shall be capable of a 1/8" adjustment. Seats on valves 24" and smaller may be
bonded in. Bonded seats shall be simultaneously molded in, vulcanized and
'ZEL, ENGINEERS
9721-T07.doc
T7-1
I
I
SECTION T7
VALVES AND HYDRANTS
I
bonded into the valve body. Seat bond must withstand 75 pounds pull under test
procedure ASTM D429-58 Method B.
I
Valve Bearinqs: Valves shall be fitted with sleeve type bearings. Bearings
shall be corrosion resistant and self lubricating. Bearing load shall not
exceed 1/5 of the compressive strength of the bearing or shaft material and
shall not exceed 2500 psi.
I
GATE VALVES:
Gate Valves shall be of the double disc type designed for a minimum working
pressure of 150 psi. Valves shall have flanged ends, bell or spigot ends,
mechanical ends or screwed joints as required for the piping in which they are
installed. Gate valves shall have a clear waterway equal to the full normal
diameter of the pipe and shall be opened by turning counterclockwise. The
operating nut or wheel shall have an arrow cast in the metal indicating the
direction of opening. Each valve shall have the initials of the maker,
pressure rating and year of manufacture, cast on the body. Prior to shipment
from the factory, each valve shall be tested by hydraulic pressure equal to
twice the specified working pressure. All valves shall use a-ring seals. Gate
valves 2 inches and larger shall be iron body, brass mounted and shall conform
to the specifications for Gate Valves for Ordinary Water Works Service, C500-
61, by the AWWA. Valves smaller than 24 inches to be installed underground
shall be non-rising stem type with 2-inch square operating nut. Gate valves
located inside structures shall be non-rising stem type with hand wheel or
operator as required. Valves smaller than 2 inches shall be stainless steel
ball valves.
I
I
I
I
-
CHECK VALVES:
Check Valves 3 inch size and larger shall be wafer style double door type, 125
lb. iron body, aluminum bronze doors, stainless steel hinge pin, spring, and
stop pin, bronze seat and raised face, APCO 9000 series, Gulf Valve Company
Water Check or equal. Check valves 2 inch size and smaller shall be 150 lb.
bronze with bronze seat, Buna-N qisc, threaded ends, Milwaukee No. 510S, or
equal.
KNIFE GATE VALVES:
The Knife Gate Valve shall be a 42" bonnetless, wafer-type gate valve with 304
stainless steel plate body. Port areas shall be 100% of the full pipe area
throughout the entire length. All sizes shall have two full-port rubber slurry
sleeve halves which shall be supported and compressed between the flanges. The
gate shall be ASTM A240 T-316. The valve will meet MSS SP-8l face-to-face
dimensions and ANSI B16. 5 Class 150 drilling dimensions. The gate will be of
sufficient thickness to provide against permanent deformation at 1.2 times the
rated working pressure. The seat halves will be resilient and shall act as a
wiper blade to clean the gate as it strokes. The stem shall be ASTM A276 T-304
and shall have single pitch threads. The stem nut will be acid resistant
bronze. Wetted parts will include the resilient sleeve and gate only. Flush
portIs) area will be located in the base of the valve, and will be drilled,
tapped and plugged. The valve shall be fitted with a bevel gear actuator and
wheel. The knife gate valve shall be ITT-Amory, Fabri-Valve, Red Valve or
equal.
'ZEL, ENGINEERS
9721-T07.doc
T7-2
I
I
SECTION T7
VALVES AND HYDRANTS
I
BALL VALVES:
Ball Valves in Steel Pipe shall be stainless steel, 150 psi, screwed pattern,
Nibco T-595-S6-R-66, or equal.
I
Ball Valves in PVC Pipe shall be PVC, true union, full port, 150 psi, Teflon
seat, Viton seal. Valves 3 inches and larger shall be ANSI B16.5 flanged; 2
inch and smaller shall be socket end, Nibco, or equal.
I
PLUG VALVES:
Plug valves shall be eccentric plug type, 150 pounds with flanged ends. Valve
body shall be semi-steel; bearings, stainless steel; packing, Nitrile-
Butadiene; plug facing, neoprene. Valve actuators shall be manual or
pneumatic, as indicated, sized for 25 psig operating pressure. Manual
operators shall be totally enclosed handwheel type with corrosion resistant
bearings and with input and stop limiting devices designed to withstand a pull
of 200 pounds. Pneumatic operators shall be double acting type with totally
enclosed rack and gear drive, sized for 100 psig air. Furnish with 4-way
single solenoid valve and position indicating switches. Eccentric plug valves
shall be DeZurik, or equal.
I
I
I
I
AIR AND VACUUM RELEASE VALVES:
Air and vacuum valve shall consist of an air and vacuum release valve and a
surge check unit. The valve shall be rated for 125 psi operating pressure. The
air valve cover and body and the surge check body shall be cast iron ASTM A48
Class 30. Float shall be stainless steel, ASTM A240. Surge check seat and
disc shall be bronze ASTM B584. Air valve seat shall be Buna-N. Spring shall
be stainless steel T302. Air and vacuum release valve shall be an APCO
1606/153, or equal.
I
I
VALVE APPURTENANCES:
Valve Boxes: All underground valves shall be installed with cast iron valve
boxes having a suitable base and shaft extension sections to cover and protect
the valve and permit easy access and operation. Extension stems and position
indicators for underground butterfly valves shall be as specified under "Manual
Operators" for Butterfly Valves. Box assemblies shall be Clow Figure F-2450,
Grinnell, Mueller, or an approved equal. The word WATER shall be cast on
covers for valve boxes on potable water lines only.
I
I
I
Floor Stands for valves shall include a position indicator and shall be
furnished by the valve manufacturer as a component of the valve assembly.
I
Stems and Extension Stems and the stem couplings shall all be of suitable
length and diameter as required for the service and shall be bronze unless
otherwise indicated and have all-weather covers.
I
Stem Guides shall be high strength cast iron with bronze bushing, size as
suitable for the service intended, and shall be similar and approved equal to
Clow F-5660.
I
Handles and Handwheels shall be of the size, diameter and length normally
supplied for the valves to which they are attached.
I
'ZEL, ENGINEERS
9721-T07.doc
T7-3
ii
I
I
SECTION T7
VALVES AND HYDRANTS
I
Installation: Valves and valve boxes shall be installed on the lines as
indicated or as directed by the Engineer. Val ves and valve boxes shall be
plumb and valve boxes shall be centered directly over the valves. Earth fill
shall be carefully tamped around valve boxes to 3 feet on all sides or to the
undisturbed face of the trench if less than that distance. Valves shall have
the interiors cleaned of all foreign matter before installation. Stuffing boxes
shall be tightened and the valve shall be inspected in both opened and closed
positions to see that all parts are in working condition. All piping and valves
shall be properly and adequately supported to prevent movement or undue strain
on the piping and equipment. Valve boxes for underground valves shall have 12
inch square by 4 inch thick concrete pad cast around them with the top of the
pad 2 inches above finished grade.
I
I
I
PAINTING AND TESTING:
All surfaces of the valve shall be clean, dry and free from grease before
painting. The valve surfaces except for seating, shall be evenly coated with a
suitable primer to inhibit rust or black asphalt varnish in accordance with
Federal Specification TT-V-51C. Hydrostatic and leakage tests shall be
conducted in strict accordance with AWWA CS04 or C500, except that butterfly
valves shall be tested with the operators mounted on the valves.
I
I
I
AFFIDAVIT OF COMPLIANCE:
Upon completion of manufacture, the Vendor shall provide to the Owner an
"Affidavit of Compliance" in accordance with AWWA C504 or C500 as applicable.
I
PROOF-OF-DESIGN TEST:
Vendor shall include with his submittal certified copies of Proof-of-Design
Tests in accordance with AWWA C 504 or C500 as applicable.
I
ALTERATIONS AND CONNECTIONS TO EXISTING PIPING:
Designated portions of the existing piping and fittings are to be removed or
abandoned. At other locations, connections are to be made to existing piping.
All the above operations will require short interruption of plant operation or
pumping in order to make the connections or to alter the piping. Wherever
feasible, valves have been included for installation near such connections in
order to minimize the number and duration of the required interruptions.
I
I
The Contractor shall schedule and coordinate his activities with the plant
superintendent so that the work can be accomplished in a manner and at such
time that a minimum interruption of service will occur.
I
I
All connections to existing plant and yard piping shall be made in a manner
that will prevent infiltration or leaking at those points of connection. Any
pipe or fitting to be removed shall be removed in a manner that will prevent
damage to pipe, joints or appurtenances left in place. Any pipe or
appurtenances that are to remain in place but which become damaged by any
operation of the Contractor shall be repaired or replaced with new material by
the Contractor as directed by the Owner and at no expense to the Owner. All
piping and appurtenances removed by the Contractor shall be turned over to the
Owner for storage.
I
I
.
I
'ZEL, ENGINEERS
9721-T07.doc
T7-4
I
I
SECTION T7
VALVES AND HYDRANTS
I
POST HYDRANTS:
Post Hydrants shall be non-freeze type with 1" IPT inlet and 3/4" HPT outlet
similar and equal to Josam No. 1440. Bury depth for post hydrants shall be two
feet.
I
Installation: Post hydrants shall be set plumb and a minimum of 2 cu. ft. of
crushed stone shall be placed around the hydrant drain. Backfill shall be
placed in 6-inch layers and carefully tamped. Box shall be set in a finished
concrete slab 2 feet square by 4 inches deep.
I
I
INSTALLATION:
Valves and valve boxes shall be plumb and valve boxes shall be centered
directly over the valves. Earth fill shall be carefully tamped around valve
boxes to 3 feet on all sides or to the undisturbed face of the trench if less
than that distance. Valves shall have the interiors cleaned of all foreign
matter before installation. Stuffing boxes shall be tightened and the valve
shall be inspected in both opened and closed positions to see that all parts
are in working condition. All piping and valves shall be properly and
adequately supported to prevent movement or undue strain on the piping and
equipment.
I
I
I
TESTING, IN PLACE:
Testing, in place shall be performed in accordance with the provisions of
Section T-6 of these specifications. All valves shall be in place when lines
are tested. Any cracked or defective valves discovered in
I
consequence of the testing shall be removed and replaced with sound material
and the test shall be repeated until a satisfactory test is achieved.
I
PAYMENT:
No separate payment will be made for the work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
I
I
'ZEL, ENGINEERS
9721-T07.doc
T7-5
I
I
SECTION T8
BUILDING ACCESSORIES
I
I
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, appliances, materials and in performing all
operations in connection with the installation of all building accessory items
as hereinafter designated, complete, in strict accordance with this
specification, the applicable drawings, and subject to the terms and conditions
of the Contract.
I
DOORS, FRAMES, AND HARDWARE:
Threshold, frames, and hardware shall be furnished by
factory assembled and prehung with hardware attached.
free from warps or buckles; miters shall be accurate.
finished with color imbedded in gel coat. Color to be
the door manufacturer,
Finished work shall be
Doors shall be factory
approved by the Owner.
I
I
Doors shall be 1 3/4" thick Fiber Reinforced Plastic (FRP) and shall be the
standard product of Chem Pruf Door Co. Ltd. or approved equal.
I
Frames shall be double rabbeted having 5/8 inch stops with 5/8 inch integral
returns, and shall have 2 head and 2 inch jambs. Frames shall be reinforced for
hinges and other hardware and shall be provided with sill anchors and six
3/8"x5" sleeve anchors (stop anchors) 3 each side for anchoring the jambs to
the masonry walls.
I
I
Weatherstripping shall be provided for pressurized room at 0.10 IWP as follows:
Double seals shall be provided for all doors consisting of national Guard #5050
and #160A at the head and jambs, with National Guard #896 panic threshold at
the base and Chem Pruf door sweeps.
I
Hardware: Except as otherwise indicated, door hardware shall be the 8300
series product of Sargent or shall be the comparable product of Yale, Fenestra,
or approved equal. Hinges shall be Stanley, FBS 199 4 1/2" x 4 1/2", 3 hinges
per door. Locksets shall be lubricated by graphite and shall be adjusted for
proper operation; hinges shall have maintenance free lubrication.
I
I
Hydraulic closers shall be provided for all doors and shall be Sargant series
350, standard application or approved equal.
I
The Contractor shall submit shop drawings, including a hardware schedule. The
schedule shall include for each item: the quantities, manufacturer's catalog
numbers, detail information, locations, and hardware set identification,
corresponding ANSI or BHMA standard type or function number to manufacturer's
catalog number. All locks shall be keyed alike to match plant access
requirements. Finishes on all hardware shall be US32D unless otherwise noted.
Hinges shall be stainless steel. Fastenings of proper type, size, quantity, and
finish shall be supplied with each article of hardware. Fastenings exposed to
the weather, chemical, or water process areas shall be of stainless steel.
I
I
CAULKING:
All joints between metal and metal, between metal and masonry on the exterior
of the buildings, and under all metal thresholds at exterior doors shall be
filled and caulked with Tremco "Mono", non-staining caulking compound (Fed.
Spec. TT-S-00230) applied by gun in a manner that will exclude dust, air and
'ZEL, ENGINEERS
9721-Toa.doc
T8-1
I
I
SECTION T8
BUILDING ACCESSORIES
I
rain. All masonry to be in contact with caulking compound shall be given a
coat of shellac before caulking is applied. Caulk joints before final coat of
paint is applied to adjacent work if painting is required.
I
CARPENTRY:
General: The requirements for carpentry in connection with form work is
covered under CONCRETE of these specifications.
I
Lumber grading shall be in accordance
Southern Pine lumber, full and square,
sizes and job ripped to sizes indicated.
with the current grading rules for
surfaced four sides to standard yard
I
Dimension lumber shall have moisture content not exceeding Association Rules
for the grade.
I
All lumber , nailers, blocking, curbs, cants,
Yellow Pine treated in conformance with LP22
(CCA) and shall retain 0.4# per cu. ft. of dry
dried after treatment.
etc. shall be treated Southern
with Chromated Copper Arsenate
chemical. Lumber shall be kiln
I
I
Plywood shall be grade-stamped in accordance with American Plywood Association
standards and unless otherwise shown shall be Group 1 or 2, A-C manufactured
with waterproof glue and installed with the "A" face exposed.
I
Installation: Install framing, blocking, furring, nailers, grounds, etc.,
accurately and securely attach to building structure with bolts, screws and
nails. Bolts shall be drawn up tight and countersunk as needed for fit of the
work.
I
Back Priminq: Paint concealed surfaces of all finished trim and millwork
before erection with one coat of approved alkyd base paint.
I
Miscellaneous Materials: Bolts, nuts, washers, wood screws, metal screws, lag
bolts, lead expansion shields and toggle bolts shall be furnished in sizes,
types and quantities appropriate for the installations and in accordance with
the best practices of the trade. Where exposed they shall be non-corroding
type.
I
ROOFING, ROOF FLASHING, AND INSULATION:
Roofinq shall be four-ply, built-up, pitch, premium tar-glas felt,
roofing similar to Koppers Specification No. 495-4 (20 yr. Bond).
the insulation shall be sealed prior to application of the roofing.
and gravel
Joints in
Insulation not otherwise designated shall be 1-1/2" of fiberglass roof
insulation having a conductance not greater than .19. The insulation shall be
installed with a vapor barrier in conformance with Koppers Insulation and Vapor
Barrier Specification No. IR474. Insulation shall be kept dry both in storage
and during application; it shall be laid by pressing each sheet into the
mopping of asphalt immediately ahead of insulation.
Flashinq at vertical surfaces shall conform to standard Koppers details for
existing walls and Heavy Metal Edge Roof; cap flashing shall be 16 oz. Copper;
base flashing for formed openings shall be 16 oz. copper. Flashing for
'ZEL, ENGINEERS
9721-T08. doc
T8-2
I
I
SECTION TS
BUILDING ACCESSORIES
I
I
plumbing pipes furnished by the plumbing subcontractor shall be installed under
this section of the specifications. Nailers and cants shall be treated wood as
elsewhere specified. Base flashing shall be installed before the top coating
and surfacing of the built-up roof. Counter flashing shall lap the base
flashing a minimum of 4 inches. Joints in continuous flashing shall be lapped
at least 4 inches and tightly sealed with mastic. Wall flashing shall extend
through the outer wyth to within ~' of the exterior face and shall bend back on
itself ~ inch.
I
I
Gravel Stops and Fascias shall be made of 3105 Aluminum fy = 26,000 psi to
match the existing Gravel Stop System having fascia and soffit extensions,
pitch dams, and joint flashing.
I
Cants: Install treated wood cant strips at the juncture of the roof and
vertical surfaces by mopping the horizontal and vertical surfaces with hot
asphalt and immediately embedding the cant strips.
I
Protection of Dissimilar Metals: Where dissimilar metals are in contact with
each other (such as copper and galvanized iron) a piece of 15# felt shall be
installed with hot asphalt in such a manner to separate the metals from being
in contact with each other. Felt shall be neatly trimmed and excess asphalt
removed after completion.
I
Bond: The Contractor shall provide a renewable twenty-year bond covering all
roofing and roof flashing installed under Contract. Copies of the roofing and
flashing bond shall be supplied to the Owner before final payment is made.
I
I
SHOP DRAWINGS AND SAMPLES:
Shop drawings shall be furnished in four copies for doors, finish hardware,
accessories, and windows; fabrication shall not proceed until after Engineer's
approval. Samples shall be submitted for approval of other materials at
variance with the specified item.
I
PAYMENT:
No separate payment will be made for any of the work covered by this section of
the specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
I
I
.
-
-
-
'ZEL, ENGINEERS
9721-T08. doc
TS-3
I
I
SECTION T9
PAINTING AND FINISHING
I
SCOPE:
I
The work covered by this specification consists of furnishing all plant, labor,
equipment, appliances, and materials, and in performing all operations in
connection with the painting and coating of metals, masonry, concrete, wood,
equipment, etc., of the work added or remodeled by this Contract and acoustical
treatment, in strict accordance with this section of the specifications, the
applicable drawings, and subject to the terms and conditions of the Contract.
I
MATERIALS:
Paint: All paint shall be fresh and shall arrive on the job in the original
unopened containers which clearly show the name of the manufacturer and
directions for application. This specification utilizes the products of the
Induron Coatings, Inc. as the standard of quality and color. Equivalent
materials of other manufacturers may be substituted on approval of the
Engineer. Requests for substitution shall include manufactures literature for
each product giving the name, generic type, descriptive information, and
evidence of satisfactory past performance. Submittals shall include the
performance data as certified by a qualified testing laboratory.
I
I
I
I
All field-applied primers and undercoats shall be provided to insure
compatibility of total coating systems and of the same manufacturer as the
finish coats for each system as specified hereafter. Provide barrier coats
over incompatible primers or remove and re-prime as required. No thinner or
solvents other than those approved by the coating manufacturer shall be used.
Paint coating thicknesses specified are minimum dry film thickness unless
otherwise stated.
I
I
SURFACES REQUIRING PAINTING:
Exterior painting shall include all ferrous metal work, concrete block, and
touch up.
i
Interior painting shall include interior block walls, exposed wood, ferrous
metal work, piping, fittings, valves, equipment and other metal work. Interior
painting shall also include touch up of all surfaces modified or damaged during
construction.
I
Equipment pre-finished by the manufacturer shall conform to the special
requirements of the specification section in which the equipment is specified,
shall be in accordance with the colors selected by the Engineer, and shall not
have a finish of lower quality than comparable surface finishes specified in
this section.
I
.
.
Chemical resistant coating shall be applied to all concrete surfaces of the
lift station structure both new and existing which are exposed to atmosphere or
sewage. This coating shall extend to a dept of l' below final grade on the
outside of the structure.
-
-
Brick, concrete (except as noted herein and as specifically noted elsewhere),
aluminum, chrome, and stainless steel shall not be painted.
'ZEL, ENGINEERS
9721-T09.doc
T9-1
I
I
SECTION T9
PAINTING AND FINISHING
I
SURFACE PREPARATION:
All surfaces which are to be painted shall, prior to application of paint, be
cleaned, washed or otherwise prepared as specified herein. Surfaces of ferrous
metal to receive Linseed Oil based primers shall be thoroughly cleaned of all
scale, dirt, and rust by the use of steel scraper, wire brushes, sand blast,
acid pickling, or other suitable tools and methods. Surfaces of ferrous metal
to receive Phenolic, Vinyl, Epoxy, or Alkyd Primers shall be thoroughly cleaned
by sandblasting or pickling, to near white, SPC-SP-I0, according to the latest
edition of Steel Structures Painting Council Specifications.
I
I
I
Masonry surfaces requiring paint shall be free of moisture, dust, dirt, oil,
grease or stains. Surface preparation remove mortar fins and protruding
concrete to smooth masonry prior to painting. Surface shall be cured, clean
and dry. Efflorescence, dirt, mortar, or other defacements shall be removed by
brushing or, subject to the directions of the Engineer, by acid etching. Apply
block fill to produce a smooth uniform surface before painting surface.
I
I
Wood surfaces shall be thoroughly cleaned and free of all foreign matter, with
cracks and nail holes and other defects properly filled and smoothed. Wood trim
shall be sandpapered to a fine finish and wiped clean of dust.
I
Concrete Surfaces: On new concrete, air and water pits, splatters,
protrusions or any other surface irregularities shall be resurfaced by the
Contractor while the concrete is still green to produce a smooth flat
surface. Poured concrete shall be cured for a minimum of 30 days at
temperatures over 700 F before casting. Precast concrete which is steam cured
during manufacturing may be coated at any time. All surfaces shall be brush-
blasted in accordance with methods described in SSPC-SP-7 to remove all loose
concrete, laitance, and provide a tooth for bonding. Existing concrete
surfaces shall be pressure washed and rinsed with a 10% by volume chlorox
solution, prior to blasting to remove oil, grease, dirt, and organics. In all
cases, surface shall be clean, dry and free from curing compounds, oil,
grease, dirt, previous coatings, or other foreign material.
I
I
I
WORKMANSHIP:
I
paintinq 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.
I
PRIME AND FINISH COATS:
Ferrous metals shall be prime coated in the shop and shall have any bare spots,
due to handling or welding, touched up with one coat of the respective shop
paint. Except for the linseed oil and red lead primer separately specified for
structural steel and miscellaneous metals, all surfaces which are to be field
painted shall be in accordance with the following schedule:
-
.
-
'ZEL, ENGINEERS
9721-T09.doc
T9-2
I
I
SECTION T9
PAINTING AND FINISHING
I
INTERIOR POROUS MASONRY:
Prime Coat-Induron Polyfill Epoxy Block Filler (Polyamidoamine Epoxy)
Coat as required to fill voids. (Yield - 80 - 100 square feet/gallon)
Intermediate Coat - Induron Armorguard Epoxy (Polyamide Epoxy)
Dry film Thickness: 4.0 6.0 mils Color: Shall be noticeably
different from the finish coat-High Gloss Finish.
Finish Coat - Induron Armorguard Epoxy (Polyamide Epoxy)
Dry Film Thickness: 4.0 - 6.0 mils - Color Selection by Owner - High
Gloss Finish
I
I
I
WASTEWATER IMMERSION STEEL & DUCTILE IRON:
Prime Coat Induron Armorguard P-14 Epoxy Primer (Rust Inhibitive
Polyamide Epoxy)
Dry Film Thickness: 4.0 - 6.0 mils - Color: Tan.
Finish Coats - Induron Ruff Stuff 2100 (Coal Tar Epoxy)
Two coats at 8.0 - 10.0 mils per coat
I
I
EXTERIOR NON-IMMERSION STEEL & DUCTILE IRON:
Prime Coat-Induron Armorguard P-14 Epoxy Primer (Rust Inhibitive Polyamide
Epoxy)
Dry Film Thickness: 4.0 - 6.0 mils - Color: Tan
Intermediate Coat-(Induron Armorguard Epoxy Polyamide Epoxy}
Dry Film Thickness: 3.0-5.0 mils - Color noticeably different
from the finish coat - High Gloss Finish
I
I
WOOD:
Finish Coat-Induron Indurethane 5500 (Aliphatic Acrylic Polyurethane)
Dry Film Thickness: 1.5-2.5 mils - Color selection by Owner-High
Gloss Finish
I
LIFT STATION CONCRETE (CHEMICAL RESISTANT COATING) :
Preparation - Induron Aquatapoxy Gel system A-7
Apply to fill cracks, voids, pockmarks, and small holes.
Primer Coat - permaclean II Epoxy (Polyamidoamine Epoxy)
Dry Film Thickness: 3.0 - 6.0 dry mils. Color shall be
noticeably different from the intermediate coat. Semi Gloss
Finish
Intermediate Coat - Permaclean II Epoxy (Polyamidoamine Epoxy)
Dry Film Thickness: 3.0 - 6.0 dry mils. Color shall be
noticeably different from the finish coat. Semi Gloss Finish
Finish Coat - Induron Armorguard Epoxy (}Polyamide Epoxy)
Dry Film Thickness: 3.0 - 6.0 dry mils Color Selection by Owner - Semi
Gloss Finish
I
I
TOUCH UP:
All structural iron and steel shall be given spot prime with Glidden 5461
immediately after erection. Owner furnished equipment shall be "touched-up"
with primers compatible with the shop primer and with the finish paint.
All surfaces modified or damaged during construction shall be "touched-up" to
match the existing finish with primers and paints compatible with the existing
finish.
'ZELI ENGINEERS
9721-T09.doc
T9-3
I
I
SECTION T9
PAINTING AND FINISHING
I
COLORS:
Where two field coats or more are required by these specifications, the color
selections 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. Colors for the project piping shall conform to
the color code. Other selections shall be as follows:
I
I
Exterior Work:
Cast iron MH frames, covers, and grates
Black
I
Electrical Equipment
Aluminum
I
Valves, valve operators and
floor stands, and stem guides
Color Code
Piping
Color Code
I
Electrical Building
Selected colors to
match existing
Interior Work (General):
I
Piping
Color Code
Valves - to match Pipe Color Code
I
Ceilings
Wall color plus
1 part white
I
Pipe Rails
Aluminum
Ductwork, Doors and Trim
Same as wall, except
I
EXPOSED PIPE PAINTING:
Identification painting shall be provided for all piping. Names and flow
arrows shall be stenciled on all interior piping in an appropriate contrasting
color.
I
Name of Item
Color
.
Potable Water Piping
Blue
-
Non-Potable Water Piping
Dark Blue
Mechanical Equipment
Machine Gray
Electrical Duct Banks
Red
Raw Sewage Piping
Battleship Gray
'ZEL, ENGINEERS
9721-T09.doc
T9-4
I
I
SECTION T9
PAINTING AND FINISHING
I
CLEAN UP:
The project 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 building and site left clean and ready
for operation.
I
I
PAYMENT:
No separate payment will be made for any work covered by this section of the
specifications. All costs associated therewith shall be included in the lump
sum Bid for the completed work.
I
I
I
I
I
I
I
I
.
-
'ZEL, ENGINEERS
9721-T09.doc
T9-5
I
I
SECTION TIO
STAINLESS STEEL - 14-INCH DIAMETER AND ABOVE
I
The work covered by this section of the specification includes furnishing all
plant, labor, supervision equipment and materials, and in performing all
operations in connection with the installation of all piping, fittings,
hangers, supports and appurtenances as required for the proper connection and
operation of the wastewater treatment plant in strict compliance with this
section of the specifications and the applicable plans and subject to the
terms and conditions of the contract.
I
I
GENERAL:
The Contractor shall submit for the approval of the Engineer complete
drawings of all pump manifolds, and all complex assemblies and appurtenances,
accurately and adequately dimensioned and with sufficient descriptive matter
to indicate clearly the installation and connection to appurtenant equipment.
I
I
Pipe, appurtenances and accessories shall be new and unused materials and
shall be the standard products of reputable manufacturers normally engaged in
the manufacture of that particular item. Fittings for all pipe shall be as
manufactured for the type and class of pipe forming the pipeline in which
they are installed. Pipes located inside structures, above ground or
attached to structures shall be rigidly supported.
I
I
At all times when actual pipe erection is not in progress, all open ends of
pipe and fittings shall be securely and completely closed with mechanical or
expandable plugs so as to positively exclude the entrance of all trench
water, earth or other foreign substance into the line. All completed
pipelines shall be cleaned of dirt and superfluous materials and shall be
flushed to remove any foreign matter remaining therein. Any section of pipe
found to be defective before or after laying shall be replaced at no
additional expense to the Owner.
I
I
Joints: Flanged joints shall have the gaskets inserted between flanges, and
bolts shall be tightened in such a manner as to distribute evenly the
stresses carried by the bolts so as to bring the pipe in alignment and make a
tight joint without overstressing the pipe or the individual bolts. Gaskets
shall be full faced lIS" thick rubber. Bolts shall be stainless steel.
I
I
PIPE SUPPORTS:
The Contractor shall furnish and install such pipe supports and hangers as
are indicated, or as may be required to prevent excess stresses in the
joints, and to hold piping rigid and free from vibration under all conditions
of operation. Pipe to be supported above concrete slabs shall be supported
on approved supports. Piping supported from above shall be supported on
adjustable pipe hangers.
!!!!
The pipe shall be made by a manufacturer experienced in producing pipe of the
type and size specified herein. The pipe manufacturer shall have produced
such pipe, having a successful performance record of at least five years in
this country.
'ZEL, ENGINEERS
9721-TlO.doc
T10-1
I
I
SECTION T10
STAINLESS STEEL - 14-INCH DIAMETER AND ABOVE
Desiqn Conditions:
I
The Contractor shall furnish to the Engineer, for his approval, copies of the
shop drawings, design calculations and laying schedule from the manufacturer
specified in his bid proposal.
I
The following design conditions must be met:
I
· Operating pressure:
· Surge pressure:
· Test pressure:
· Fluid:
25 psig
50 psig
75 psig hydrostatic
Wastewater at 800 F.
I
PIPE MARKINGS:
All pipe, fittings and specials shall have design information marked on the
outside of the pipe. All fittings and special pipe shall be marked with a
number corresponding to that shown on the installation schedule.
I
I
LAYING-INSTALLATION SCHEDULE:
An installation schedule for the pipe, fittings and specials shall be
submitted to the Engineer prior to the start of construction for review. The
installation schedule is to be used by the Contractor as a guide for delivery
and installation sequence. The installation schedule shall list the sequence
and location of the pipe, fittings and specials comprising the proposed
pipeline.
I
I
PIPE INSTALLATION:
The pipe shall at all times be handled with equipment designed to prevent
damage to the joints, or to the inside or outside surfaces of the pipe.
I
DEFECTIVE WORK:
If the inspection or tests show defects, such defective work or material
shall be replaced and inspection and tests repeated. All repairs to piping
shall be made with new material. No caulking of joints or holes will be
acceptable. Adjustments required in order to obtain satisfactory operation
of the systems shall be made by the Contractor without additional expense to
the Owner.
.
PAINTING:
All exposed non-stainless steel piping and appurtenances shall be painted in
accordance with the requirements of Painting Section of these specifications.
AS BUILT DRAWINGS:
The Contractor shall maintain a current and
drawings showing the as built location of all
piping, valves, and drains. Upon completion
shall furnish this set to the Engineer.
complete set of marked up
underground and above ground
of the work, the Contractor
'ZEL, ENGINEERS
9721-T10.doc
T10-2
I
I
SECTION T10
STAINLESS STEEL - 14-INCH DIAMETER AND ABOVE
I
PIPE AND FITTINGS:
Pipe shall be manufactured from ASTM A240 annealed and pickled sheets and
plates in accordance with ASTM A778 in type 304L stainless steel. Pipe shall
be manufactured to nominal pipe sizes, as listed in ANSI B36.19, Table 2.
I
Pipe shall be die-formed or rolled true to dimension and round. Tolerances
for length, inside and outside diameter and straightness shall conform to
ASTM A530. The two edges of sheet shall be brought to line so as not to
leave a shoulder on the inside of the pipe. Ends of pipe and fittings shall
be perpendicular to the longitudinal axis. Longitudinal seams on pipe and
fittings shall be welded by either the tungsten gas, or metallic-gas, or
plasma method. The interior welds shall be smooth, even and shall not have
an internal bead higher than 1/16". All pipes shall be marked with gauge and
type of stainless steel.
I
I
I
Fittings shall be butt weld type manufactured in accordance with ASTM A774 of
the same raw material and in the same thicknesses as the pipe. Long radius
elbows up to 24" diameter shall be smooth flow; i. e., centerline to end of
elbow equals 1.5 times the nominal pipe size. All short radius, special
radius, and reducing elbows and long radius elbows greater than 24" diameter
shall be of mitered construction with at least (5) mitered sections for 900
bends, (3) mitered sections for 450 and 600 bends, and (2) mitered sections
for 300 and smaller bends. Reducers shall be straight tapered, cone type.
Tees, crosses, laterals and wyes shall be shop fabricated from pipe.
I
I
I
The finish on the raw material, manufactured to ASTM A240 will be No.1, HRAP
(hot rolled annealed and pickled) or better. The finish on the completed
pipe and fittings shall be as specified in ASTM A778 and A774 respectively.
I
FLANGES:
Flange pipe ends shall be made up of type 316L stainless steel slip-on type
rolled angle face rings and prime painted ductile iron or 304L backup flanges
drilled to ANSI 16.5 class 150 standard. All slip-on angle face rings will
be offset 1/4" and will be continuously welded on both sides to the pipe or
fitting. The backup flanges shall be supplied with nominal thicknesses in
accordance with the requirements.
COUPLING:
The piping will be shop prepared for pipe couplings where
drawings or specified herein. Where joint harness is required,
provided per AWWA Steel Pipe Manual Table 19.8 at 50 psi.
shown on the
lugs will be
JOINTS:
Flanges shall be provided at valve and equipment where shown in the Drawings
and at other locations where necessary for proper installation. Flanges shall
be provided as a minimum at all flanged valves, meters, couplings, and other
equipment.
Pipe and fitting spools shall be shop fabricated to the fullest extent
possible.
9721-TlO.doc
T10-3
'ZEL, ENGINEERS
I
I
SECTION T10
STAINLESS STEEL - 14-INCH DIAMETER AND ABOVE
I
All other joints required for shipping, handling, and installation of the
piping spools shall be flanged unless otherwise shown or specified.
I
If field welding is required, plain ends 10GA (.141") and heavier will be
beveled.
CLEANING AND PICKLING:
I
After the manufacture of individual stainless steel fittings and pipe
lengths, they shall be pickled by immersion in a tank containing an ambient
10% nitric and 3% hydrofluoric acid in a water bath at 1200 F. the duration
of immersion shall be 15 to 20 minutes and may be supplemented by manually
scrubbing or brushing with non metallic pads or stainless steel wire brushes.
The acid treatment shall be followed by immersion in a rinse water tank,
followed, if necessary, by a spray rinse. The stainless steel products shall
be allowed to air dry to achieve passivation.
I
I
I
After shop fabrication into pipe spools, exterior welds and heat affected
zone will be cleaned using one or both of the following applications:
I
· All internal welds, where accessible, shall be cleaned manually
and/or mechanically scrubbed or brushed with non metallic pads or
stainless steel wire brushes to remove weld discoloration (rinsed
with clean water and allowed to air dry.
· Application of a pickling paste to remove any weld discoloration,
followed by a clean water rinse and allowed to air dry.
I
WELDING:
I
Welding of pipe spools shall be performed using welders and procedures
qualified in accordance with ASME Section IX. Piping with wall thicknesses
up to and including llGA (O.125") shall be welded with TIG (GTAW) process.
Heavier walls shall be beveled according to procedure, root pass welded with
the TIG (GTAW) and have subsequent weld passes performed using the TIG
(GTAW), MIG (GMAW), or Metallic Air (SMAW) process. Filler metal of equal or
superior ELC grades only shall be added to all welds to provide a cross
section at the weld equal to or greater than the parent metal. Weld deposit
shall be smooth and evenly distributed.
I
I
Concavity, undercut, cracks, or crevices shall not be allowed. Butt welds
shall have full penetration to the interior surface, and inert argon gas
shielding shall be provided to the interior and exterior of the joints.
Angle face rings shall be continuously welded on both sides to pipe or
fitting. Exterior welds, such as the back side of face rings or flanges and
structural attachments, may be welded by the MIG (GMAW) or Metallic Arc
(SMAW) process; interior surface on very light walls. Excessive weld
deposits, slag, spatter, and projections shall be removed by grinding. Welds
on gasket surfaces shall be ground smooth.
Spools shall be fabricated to the "Pipe Fabrication Institute"
tolerances ES-3 (1981).
fabricating
'ZEL, ENGINEERS
9721-T10.doc
T10-4
I
I
SECTION TlO
STAINLESS STEEL - 14-INCH DIAMETER AND ABOVE
I
I
After fabrication, pipe spools shall be plugged, blanked or capped for
storage and/or transport.
I
All pipe spools shall be
utilizing an adhesive label.
each spool, on opposite sides.
labeled showing line number and spool number
Spools longer than 8'-0" shall have labels at
I
PAYMENT:
No separate payment will be made for any of the work covered by this section of
the specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
I
I
I
I
I
I
.
9721-T10.doc
T10-5
'ZEL, ENGINEERS
I
I
SECTION T11
HOISTING EQUIPMENT AND INSTALLATION
I
I
GENERAL:
This portion
necessary for
hoist.
of work shall
the deli very
include labor, material, tools
and installation of a three (3)
and equipment
ton electric
I
SUBMITTALS:
Make all submittals in accordance with the requirements of the Project.
I
Submi t shop drawings showing clearance
including general arrangement and
installation of the hoist.
dimensions,
electrical
details
wiring
of construction
diagrams, for
I
Submit operation and maintenance manuals for the hoist in accordance with the
requirements of the Project.
Quality criteria: The latest editions of the following specifications and or
specification codes shall be conformed unless otherwise noted herein.
I
American National Standards Institute (ANSI)
ANSI B 30.11
I
American Institute of Steel Construction (AISC)
I
American Welding Society (AWl)
Hoist Manufacturers Institute (HMI)
I
HST-4M-1985 Electric Wire Rope Hoist
National Electrical Code (NEC)
I
Occupational Safety & Health Administration (OSHA)
I
PRODUCTS:
Acceptable manufacturers shall be Acco Wright or approved equal.
Hoist:
.
-
-
General: Provide an under running, parallel mounted, motorized hoist having
two-part, double reeving for vertical lift.
Operating Equipment:
requirements:
The
hoist
shall
meet
the
following minimum
Net load at hoist hook, tons
Lift, feet
Lifting speed
Trolley speed
3
36
15 FPM
35 FPM
9721-T11.doc
T11-1
'ZEL, ENGINEERS
I
I
SECTION Tll
HOISTING EQUIPMENT AND INSTALLATION
I
CONTROLS:
The hoist shall be single speed providing 15 FPM vertical lifting speed at
the rated load. Controls shall be magnetic reversing type, mechanically and
electrically interlocked with a 115 volt control circuit. All wiring shall
conform to applicable NEC and CSA requirements. Controls shall include time
delay fuses for branch circuit overcurrent protection and motor running
overcurrent protection. Controls shall be housed in NEMA 4X enclosures.
I
I
Hoist and trolley functions shall be controlled by a NEMA 4X pendant control.
I
PROTECTIVE DEVICES ON HOIST:
An electrical interlock shall prevent the motor from operating against the
motor brake.
I
A gravity-type upper hook travel limit switch shall be provided.
shall be equipped with an automatic momentary lowering circuit.
the uni t
I
A non-friction electro-mechanical overload cutoff shall interrupt the raising
circui t when the hoist is overloaded @ 125% of the rated capacity of the
hoist. The cutoff shall automatically reset when the overload condition is
corrected.
I
Hoist motor: The hoist motor shall be a standard NEMA flange, Class "F:
insulation, 30 minute duty motor designed for 460 volt, 60 HZ, 3 phase power.
the motor shall have a standard NEMA shaft extension.
I
Gear train: The gear train shall consist of quiet running, compact helical
gearing and external spur drum gear all enclosed in the same oil-tight
housing. All gearing shall be machine cut, heat-treated alloy steel with
shock-resistant ductile cores. Gearing shall be designed to AGMA standards
for maximum life and shall operate in an oil bath. The housing shall provide
rapid dissipation of heat.
I
I
Bearings: Precision heavy-duty shall support all shafts. All bearings shall
be either splash lubricated or lifetime pre-lubricated and sealed.
I
Drum: The drum shall be a large diameter steel drum with deep machined
grooves and large flanges. At least two full turns of rope shall remain on
the drum at the lowest rated hook position.
Wire rope and hook: The wire rope shall be 5/16 inch, 6/37 construction
preformed improved plow steel with fiber center of XIP steel with steel
center. Swedged fittings shall be provided on both ends. The hook shall be a
drop-forged, heat-treated steel hook with spring latch. The hook shall swivel
360 degrees on a shielded roller thrust bearing.
Motor brake: The motor brake shall be a magnet-actuated disc, and shall
provide rapid stops with a minimum of hook drift. The brake shall be rated
at a minimum of 150% of rated load motor torque.
Hoist trolley: The trolley shall be motorized under running.
The electrification for the hoist shall be by flat cable festooning with
stainless steel components across the monorail.
'ZEL, ENGINEERS
9721-T11.doc
Tll-2
I
I
SECTION Tll
HOISTING EQUIPMENT AND INSTALLATION
I
INSTALLATION:
The hoist shall be installed by the supplier.
I
The Contractor shall furnish and install all electrical work and equipment
required for a complete and operable system.
Load test the system at 125% capacity of the load.
supplied by the Contractor.
Test load shall be
I
PAINTING:
All surfaces shall be prepared, shop primed and factory painted as part of
the work under this section.
I
MANUFACTURER SERVICE:
Furnish the services of a factory representative, having complete knowledge
of the operational and maintenance requirements and adjustments of the
system, for an eight (S) hour day. The factory representative shall instruct
the Owner's personnel in the proper operation and adjustments of the
equipment. The day shall be in addition to any installation time and
designed by the OWNER.
I
I
I
PAYMENT:
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work
I
I
I
I
9721-T11.doc
Tll-3
'ZEL, ENGINEERS
I
I
SECTION T12
PUMPING EQUIPMENT
I
I
PUMPING EQUIPMENT:
General and Special Conditions and all other contract requirements shall apply
to this section of the specifications.
I
The "Submersible Pumps, Motors, Motor Control Centers and Control" have been
purchased by the Owner in accordance with the specification bearing that title
which are included herein.
I
The Contractor shall coordinate with the Engineers and Owner's authorized
representative the need for factory personnel for erection or start up or
technical assistance.
I
The Contractor shall install the equipment completely in accordance with these
drawings and specification and Section T-9, Equipment Erection and
manufacturers instructions and supplemental drawings. The contractor shall not
energize any portion of the Owner supplied equipment without permission of the
Owner and Engineer.
I
I
Certain equipment included in the Owner's pre-purchased equipment will be
available at various times so as not to impede the progress of the work. Such
equipment will be the pump discharge elbows, guide cables and guide cable
attachments.
I
I
I
I
9721-T12.doc
T12-1
'ZEL, ENGINEERS
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
I
"PART A"
AUGUSTA-RICHMOND COUNTY
I
GENERAL CONDITIONS
EQUIPMENT PURCHASES
I
THE "PURCHASER" IS AUGUSTA-RICHMOND COUNTY
THE "ENGINEER" IS ZIMMERMAN, EVANS AND LEOPOLD, INC.
I
Proposals and quoted prices must reflect the following General Conditions
of Equipment Purchases.
1. TITLE RETENTION CLAUSE
I
Any clauses dealing with title retention or ownership are to be excluded
from the proposal.
I
2. PRICING
I
The Purchaser is exempt by status from payment of federal, state and
municipal sales, excise, and other taxes.
I
The Seller shall submit his proposal as a lump sum and will be required to
submit a price breakdown if he is the successful bidder or seller, as
outlined in Paragraph 29.
I
Where Seller is proposing a system his proposal shall be broken down to
each item of equipment and priced individually as follows:
Item
Description
Motor
HP-RPM
Shipping Weight
Price F.O.B.
Auqusta,GA
I
The Seller shall submit with his proposal, a list of recommended spare parts and
a separate price for each spare part.
3. SHIPMENT AND FREIGHT CHARGES
All proposals shall be made on the basis of equipment and material supplied
F.O.B. Augusta, Georgia, with freight charges allowed and prepaid.
4. PROTECTIVE COATING AND PAINTING
a} All equipment will be protected as follows as a minimum:
1} Machined wearing surfaces; carbon steel, stainless steel, and bronze
shall receive a coat of preserving grease prior to shipment.
2} Non-wearing stainless steel, bronze and aluminum - NONE.
9721-Genera1 Cond.doc
GENERAL CONDITIONS
Page 1
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
I
3} All non-wearing carbon steel surfaces, miscellaneous structural steel,
steel fabrications and weldments such as mounting lugs, structural
bases, chute exteriors, machine frames and covers, safety guards and
other steel surfaces:
I
Surface Preparation: Commercial
Steel Structures Painting Council
with dry grit sized to produce 1.5
blast cleaning in
Specification SP-6,
mil profile.
accordance with
current edition,
I
Paintinq: One (I) shop coat, evenly applied wi thin eight (8) hours
after surface preparation, three (3) mils dry film thickness, spray
applied, by the method indicated on one of the primers listed below:
I
Primers:
I
Carboline
Mobil
Porter
Tnemec Company
Sherwin-Williams
and Other Approved Equals
Carbo-Zinc II
Chemical Mobilzinc 7
Zinc-Lock 35 1
Tnemc-Zinc 92
Zinc-Clad 7
I
I
b) In the event the above specification cannot be reasonably met the proposal
shall give a complete description of the manufacturer's standard surface
preparation and painting practices. The Vendor shall warrant his standard
painting to be compatible with chlorinated rubber (Sherwin-William C&M
Enamel or equal) finish coat so that there shall not be any lifting of the
primer or subsequent delamination of the finish coat. If barrier coats
are required to assure compatibility, they shall be applied at the expense
of the Vendor. A statement to this effect shall be given in the proposal.
I
I
c) Where equipment is
primer may be used.
to receive insulation, the manufacturer's standard
However, it shall be described in the proposal.
I
d) In case of any discrepancy between these surface preparations and painting
specifications as listed above, and any specifications that may be on the
Engineer's bid drawings or in equipment specifications, the specifications
or drawings shall prevail.
.
e) For building structural steel, see Special 3 Coat
specifications.
System in technical
5. SPECIAL TOOLS
All special tools required for installation,
proposed equipment will be furnished with the
in the price quoted. These tools (if any)
adjustment or maintenance of the
equipment and their cost included
should be listed in the proposal.
6. CHARGES FOR SUPERVISION
a} The proposal shall state the cost of supplying erection or start-up
supervision, including the hourly or daily rate for the representative's
9721-General Cond. doc
GENERAL CONDITIONS
Page 2
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
I
time and the daily rate for expenses. Initial travel to, and final travel
from the job, will be the Purchaser's account. The Purchaser reserves the
right to reject all supervision of erection offered by the Seller and in
no case will supervisors travel to the site without the Purchaser's prior
request, or consent.
I
b) Failure of any erection supervisor to notify the Purchaser, or his
authorized representative, of his arrival and/or failure to notify of his
planned departure, shall automatically void any charges for his services
for that visit.
I
c) If an erection supervisor is to be paid for at an hourly rate, he must
present to the Purchaser, or his representative, a daily record of his
work time, with a description of the work done each day, and this record
must be signed each day by the Purchaser's Representative. Failure to do
so will void any charges for such work
I
I
7. LABOR AFFILIATION AND CONTRACT
I
The proposal shall include a statement as to the bidder's labor affiliation and
the length of existing labor contracts.
B. ELECTRICAL SYSTEM REQUIREMENTS
I
Operating voltage levels are given below:
SIXTY HERTZ UTILIZATION
SERVICE
I
120 VOLTS, SINGLE PHASE
480 volts, three phase
Lighting, Control & Misc.
Motors through 600 HP
I
9. STANDARDS
I
Unless indicated or specified otherwise, materials and workmanship shall conform
with the latest editions of the following standards:
a} American National Standards Institute;
I
b) Institute of Electrical and Electronic Engineers;
c) National Electrical Manufacturers Association;
d) National Board of Fire Underwriters;
e) Underwriters Laboratories, Inc.;
f) Local and State Building Codes, and all other authorities having
jurisdiction;
g) National Electrical Code;
h) Insulated Power Cable Engineers Association Specification;
9721-General Cond.doc
GENERAL CONDITIONS
Page 3
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
i) American Society of Testing Materials;
I
j} National Bureau of Standards Handbook, H-30 National Electric Safety
Code;
I
k} OSHA latest Standards.
10.
TESTS
I
Equipment and materials furnished under these specifications shall be tested in
accordance with applicable accepted industry standards. Special test
requirements shall be as given in "Request for Quotations", or in Part B
specific equipment specifications.
I
11. DESCRIPTrvE ~TERIAL
I
All equipment, material or services, offered must be fully and clearly described
by means of drawings, written specifications and documents as required by the
nature of the offering.
I
In addition, the following information must be included, when applicable:
I
a} The uncrated weight of each major item of equipment.
b) The shipping weight of each item of equipment offered.
I
c) For all vessels, a statement of:
I} Interior volume in cubic feet when filled to overflow;
I
2} If a pressure vessel, the applicable AS ME Code Section under which
manufactured, the pressure and temperature ratings and the materials
to be used.
I
12.
WARRANTIES AND GUARANTEES
a} Performance
.
.
A performance warranty based on the performance required in the
technical section of these specifications will be incorporated in the
purchase contract. An amount equal to 20% of the purchase price will
be retained by the Purchaser until satisfactory operation has been
achieved in accordance with the terms of the guarantee. In the event
that the equipment should fail to perform in accordance with the
purchase contract, and modifications and additions are required, they
shall be made by the Vendor without cost to the Purchaser. In the
event that the Vendor is unable to modify the equipment to meet
performance guarantees, the purchaser shall have the option to return
the equipment to the vendor for a full refund of the purchase price.
9721-Genera1 Ccnd.doc
GENERAL CONDITIONS
Page 4
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
b) Materials and Workmanship
I
As a minimum, unless stated otherwise in Part "B", all equipment and
materials offered shall be guaranteed free of defects in material and
workmanship for a period of one (I) year after installation and start-
up, all defective materials shall be replaced by the vendor, F.O.B.
Augusta, Georgia at no cost to the Purchaser. Pumping Equipment shall
be guaranteed seven (7) years as stated in Part B.
I
I
c) A specific statement of all warranties offered including all
limitations in scope and time, shall be a part of the proposal.
13. DELIVERY OF MATERIALS
I
Delivery is accepted by Augusta-Richmond County only between the hours of 9:00
A.M. and 4:00 P.M. EST/EDT, Monday through Friday except holidays. Deliver to
the J.B. Messerly Wastewater Treatment Plant, 1820 Doug Barnard Parkway,
Augusta, GA 30906.
I
I
Proposal must contain a guarantee of the time required to complete deli very
after placement of order, and approval of preliminary drawings. If more than
one shipment is required, a schedule of such shipments must be included in the
proposal. (See Part B for Special Delivery Requirements.)
I
14.
S~SSION OF DRAWINGS
I
Proposals must state the time required to submit drawings, instruction manuals,
wiring diagrams, etc., required for the complete design of all facilities
associated with the equipment. For instance, the drawings must define such
aspects as structural loadings, details of piping and wiring connections,
dimensional outlines for operating and maintenance clearance purposes, anchor
bolt locations, and special foundation requirements.
I
15. INSPECTION
I
The Purchaser reserves the right to visit the Seller's shop and to inspect
equipment being manufactured on his order. The Seller shall supply the
Inspecting Agent with all assistance practicable including drawings and
documents, as well as a guide who is familiar with the work in progress.
-
16. EXCLUSIONS
The following will be supplied by the Purchaser, and will not be included in the
proposal:
a} Anchor bolts;
b) Foundations;
c) Erection labor, unless otherwise specifically requested.
9121-Genera1 Cond.doc
GENERAL CONDITIONS
Page 5
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
17 . STATEMENT OF COMPLIANCE
I
The proposal must include a statement of compliance with all provisions of this
request and the accompanying documents, and failure to include such a statement
automatically subjects the proposal to be rejected by the Purchaser.
I
18.
RIGHT TO REJECT PROPOSALS
I
a} The Purchaser reserves the right to accept any proposal or to reject
any or all proposals, and to waive all technicalities in the opening of
proposals.
b) The Purchaser reserves the right to accept any or all of the items in a
proposal from one Seller, or to reject any or all items in a proposal
from one Seller, and to waive all technicalities in the opening of
proposals.
I
I
19. MAILING OF PROPOSALS
I
Proposals shall be mailed or delivered as follows:
Richmond County Purchasing Department, Room 605,
Street, Augusta, GA 30911.
Send four copies to Augusta-
Municipal Building, Greene
20. SAFETY
I
All equipment shall comply with all regulations for safety, etc., as set forth
by Federal, State and Local Authorities and National Occupational Safety and
Health Act (OSHA).
I
The Supplier shall certify that all entities furnished under this proposal will
conform to and comply with said standards and regulations. The Supplier further
agrees to indemnify, hold and save. harmless the Purchaser for all damages or
penalties assessed against the Purchaser as a result of Supplier's failure to
meet the requirements of the Act and the standards issued thereunder and for the
failure of the items furnished under this proposal to meet said requirements.
I
I
21.
THE FOLLOWING SPECIAL REQUIREMENTS (ITEMS 22 THRU 31) ARE TO BE MET BY THE
SUCCESSFUL BIDDER ONLY.
22. SHOP PRINTS AND SUBMITTALS
a} The Supplier must submit to Zimmerman, Evans and Leopold five (5)
copies as follows:
The Supplier has the option to submit prints as "Certified for
Installation" or "Preliminary for Approval". Thus prints for any piece
of equipment, etc., which is of Standard Manufacture and does not
require additional information from the Engineers may be submitted
"Certified for Installation".
A copy of each print submitted shall be returned to the Supplier with
the appropriate action which will be one of the following:
9721-Genera1 Cand.doc
GENERAL CONDITIONS
Page 6
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
I} Approved.
If the print was submitted "Approved for Installation", this will
be the only approval given and no further submission will be
required. If the print was submitted "Preliminary for Approval",
the print will be noted and returned to be resubmitted "Certified
for Installatiorr'.
I
I
2) Approved As Noted.
The indicated changes and corrections shall be made and the print
resubmitted "Certified for Installation".
I
I
3) Returned for Correction.
This type of approval means that
submitted is not applicable and an
the print, and the print returned.
for some reason the print
explanation will be noted on
I
The following data must appear on all prints submitted for
Installation":
"Certified for
I
I} Purchaser's Name;
2} Purchaser's Order Number;
I
3} Engineer's Project Number;
4} Purchaser's Equipment Number and/or Motor Number;
I
5} A statement that the print is certified by the Seller as being
correct for the equipment offered and for the Purchaser's
application and shall be signed or initialed by the Seller.
-
c) The following data must
"Preliminary for Approval":
omit item 5.
appear on all prints submitted
Same as Paragraph 23(b} above except
d) Number of prints required:
1} "Certified for Installation"
(a) Process Equipment and Motors
Five (5) prints
(b) Instrumentation
Five (5}prints
(c) Electrical, other than Motors
Five (5) prints
2) "Preliminary for Approval"
(a) Process Equipment and Motors
Five (5) Copies
9121-General Cond.doc
GENERAL CONDITIONS
Page 7
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
(b)
Instrumentation
Five (5) Copies
I
I
(c) Electrical, other than Motors
Five (5) Copies
3} Mailing of Shop Prints
I
All mailing of prints with transmittal in duplicate
shall be mailed to Zimmerman, Evans and Leopold, Inc. to the
Attention of J.J. Tankersley, P.E.
I
23. DISTRIBUTION OF PRINTS TO PURCHASER
I
Distribution of items under
Engineer.
Item 23
shall be made to the
Purchaser by the
24. INSTALLATION MANUALS
I
The Seller shall furnish hardback bound manuals complete with the necessary data
to design the installation of, and install the equipment furnished. Mail six
(6) copies of this manual to Zimmerman, Evans and Leopold no later than three
(3) weeks after receipt of purchase order. (This data may be included and
furnished in the manuals required under Item 26, if desired.)
I
25. OPERATING INSTRUCTIONS AND MAINTENANCE MANUALS
I
The Seller shall furnish hardback bound manuals complete with operating
instructions and maintenance data. These manuals shall include necessary
detailed parts drawings, parts lists, characteristic curves for pumps,
installation drawings and data, lubrication instructions and specifications of
lubricants, bearing data sheets with bearing manufacturer's standard numbers,
analyses of all special materials, and any other data necessary to properly
install, maintain or replace all, or any part of the equipment furnished. Mail
six (6) copies of this manual to Zimmerman, Evans and Leopold, Inc. no later
than six (6) weeks after first issue of certified prints.
26. PACKING AND MARKING
a} All equipment shall be tagged with a semi-permanent tag stating the
Purchaser's Purchase Order Number, the Purchaser's mechanical and/or
electrical equipment number, whether or not the equipment is crated or
boxed. If crated or boxed, the same information shall also be placed
on the crate or box in letters at least one-inch high.
b) Any charges resulting from improper packing or loading will be for the
Seller's account.
9121-Genera1 Cond.doc
GENERAL CONDITIONS
Page 8
I
I
AUGUSTA-RICHMOND COUN'l'Y, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
I
27. RELEASE FOR IGNUFACTURE
I
The Seller will not begin manufacture, nor permit any subcontractor to do
until he has received approval of his certified drawings as described
paragraph 23, or received a specific release from this requirement by
Purchaser.
so,
in
the
I
28. FINAL PRICE BREAlmOWN
I
The Seller must agree to, and be prepared to furnish, a complete breakdown of
his price by major and minor components, per listings and accounting numbers to
be furnished by the Purchaser. This breakdown will be into components usually
sold on the market separately as equipment items, but will not be carried so far
as a breakdown into components normally sold as parts; i.e., V-belt drives will
each carry a separate price and gear reducers will each carry a separate price,
but the gears, bearings, casing parts, etc., which comprise the reducers, will
not. In general, the breakdown will not be carried so far as to cause a
hardship upon the Seller. For the Seller's guidance, a sample breakdown will be
furnished in advance, if requested.
I
I
I
29.
ROYALTIES AND PATENTS
I
Seller shall indemnify and save Purchaser harmless from and against any claim
that any of the equipment or the use thereof infringes upon any International or
United States Patent, and at his own cost and expense shall defend any action
against Purchaser upon any such claim and payor secure Purchaser against any
judgment in any action, provided that Purchaser shall have given prompt notice
of the claim and delivered to Seller all papers received upon the claim or the
action in the event of any such claim. Seller shall have the right to, and in
the event of any adverse judgment in any such action, it shall, either procure a
royalty-free, unconditional license under the patent involved permitting
Purchaser to continue use of the equipment, or so change the equipment, without
thereby making it unsatisfactory as to performance, that it shall not infringe
patent.
I
I
I
30. RULES AND REGULATIONS COVERING CONTRACTING COMPANIES WORKING OR VISITING
ON PURCHASER'S PROPERTY
I
The Seller must comply with the rules and regulations governing contracting
companies working or visiting on the Purchaser's property. These rules and
regulations or an escort will be furnished to the successful Vendor at the time
of the commencement of work or visit.
I
31. PROGRESS CHART
I
Seller shall furnish monthly a Progress Chart. It shall arrive by the tenth
(10th) of each month and show the percentage completed on the various stages to
the end of the month preceding the transmittal of the chart. This chart is to
I
9721-Genera1 Cand.doc
GENERAL CONDITIONS
Page 9
.
.
I
I
~8TA-RICJD<<)ND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
start with the 10th of the month following the month in which the successful
Vendor was notified.
I
If the Vendor has a standard Progress Chart which he normally uses the convey
the information, his standard form may be used.
I
Distribution of the chart:
I
Three (3) copies to:
I
Zimmerman, Evans and Leopold, Inc.
435 Telfair Street
Augusta, GA 30901
Attention: Mr. J.J. Tankersley, P.E.
I
I
I
I
I
I
I
I
I
I
I
9121-Genera1 Cend.doc
GENERAL CONDITIONS
Page 10
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
lB. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
F ebruarv 1999
I
I
"PART B"
AUGUSTA-RICHMOND COUNTY
EQUIPMENT SPECIFICATIONS
I
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, materials and appliances and
performing all operations in connection with the furnishing, testing and
initial operation of the pumping and electrical equipment, complete with
all appurtenances, in strict accordance with this specifications and the
applicable drawings, and subject to the terms of the Purchase Order and
Part A, General Conditions of Equipment Purchase. The pumps, motors and
motor control center and control specified herein shall be supplied by one
supplier to make a completely coordinated installation.
I
I
1. Performance and Other Bonds:
I
Because of the restrictive time constraints of this project, the bidder
shall. include with his bid the following items:
I
1. A performance affidavit signed by any officer of the company,
notarized, that certifies that the equipment bid as proposed
meets all sections and paragraphs of the specifications as
written. The base bid must reflect NO EXCEPTIONS TAKEN. Any
exceptions must be fully documented. All specific deviations
from the specifications must be accompanied by a detailed listing
of a cost savings for that specific item, if accepted.
I
I
2. Certified sectional and dimension drawings.
3. Certified performance curves showing head, flow, Bhp, Hydraulic
efficiencies, and NPSHR.
I
Each PROPOSAL must be accompanied by a Bid Bond payable to the Owner for
ten percent (10%) of the total amount of the BID. As soon as the BID
prices have been compared, the OWNER will return the bonds of all except
the three lowest responsible BIDDERS. When the Agreement is executed the
bonds of the two remaining unsuccessful BIDDERS will be returned. The Bid
Bond of the successful BIDDER will be retained until the Payment Bond and
Performance Bond have been executed and approved, after which it will be
returned. A certified check may be used in lieu of a Bid Bond. Time
constraints on this project are very restrictive. Project time-lines will
commence on a date two (2) days after the specified required date of
submittal. Re-submittal reviews will not delay the commencement of
liquidated damages.
I
I
I
I
In the event that the proposed equipment does not meet these
specifications as evidenced by a submittal not complying with these
specifications, the deficient proposer shall forfeit the Bid Bond in favor
of Augusta Richmond County and the evaluation process will proceed to the
I
9721 Part B.doc
Page 1
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
I
next Proposal. The forfeiture of the Bid Bond is to compensate for
damages incurred by Augusta Richmond County for loss of time, effort, and
engineering expense.
I
VENDOR shall furnish Performance and Payment Bonds, each at least equal to
the purchase price as security for the faithful performance and payment of
all VENDOR's obligations under Purchase Order. These Bonds shall remain
in effect at least until one year after the date when final payment
becomes due, except as otherwise provided by Law or Regulation or by
Purchase Order. All Bonds shall be in the forms prescribed by Law or
Regulation or by the Purchase Order and be executed by such sureties as
are named in the current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and as Acceptable
Reinsuring Companies" as published in Circular 570 (amended) by the Audit
Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by
an agent must be accompanied by a certified copy of the authority to act.
I
I
I
If the surety on any Bond furnished VENDOR is declared a bankrupt or
becomes insolvent or its right to do business is terminated in any state
where any part of the Project is located or it ceases to meet other
requirements of the above paragraph, VENDOR shall -within five days
thereafter substitute another Bond and Surety, both of which must be
acceptable to PURCHASER.
I
I
2. Delivery:
I
VENDOR shall deliver the materials specified herein on or before July 9,
1999. Shop drawings suitable for approval for release of manufacture
shall be submitted with the proposal.
I
3. Liquidated Damages:
I
PURCHASER and Supplier recognize that time is of the essence of this
Agreement and that PURCHASER will suffer financial loss if the Work is not
completed within the times specified in paragraph Delivery above. They
also recognize the delays, expense and difficulties involved in proving in
a legal proceeding the actual loss suffered by PURCHASER and Supplier if
the work is not completed on time. Accordingly, instead of requiring any
such proof, PURCHASER and Supplier agree that as liquidated damages for
delay (but not as a penalty) SUPPLIER shall pay PURCHASER Five Thousand
Dollars ($5,000) for each day that expires after the time specified for
delivery.
I
I
I
-
I
I
9721 Part B.doc
Page 2
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
F ebruarv 1999
I
PUMPING EQUIPMENT
I
1. General:
I
Standard Products: The equipment furnished under this section of the
specifications shall be standard products in regular production by
manufacturers who are regularly engaged in the production of equipment of
this type, and who have produced such units which have been in
satisfactory and successful wastewater treatment plant works operation for
a period of at least five years.
I
I
Equipment Submittal: Within 15 calendar days after award of contract, the
SUPPLIER shall furnish for the Engineer's written approval, five copies of
manufacturer's bulletins, specifications, pump curves and other data
showing size, performance and mounting base dimensions, and complete data
on electrical starting and control equipment.
I
2. Pumps:
I
Furnish nine (9) submersible non-clog pumps meeting the following
performance requirements. The pump's submersible electric motor shall be
capable on operation on 460 Volts, three (3) phase, 60 Hz service. The
motor shall be supplied with properly sized electric submersible power
cable and control cable sized in accordance with NEC standards.
I
I
Capacities (GPM)
TDH (Feet)
Minimum Efficiency (%)
I
6,000
7,000
8,000
Shut Off
56.0
51.0
45.0
81. 0
81%
83%
82%
I
Eight (8) pumps will be installed and one
shall supply storage instructions for
approval.
(1)
all
will be a spare.
pumps within 30
Supplier
days of
I
Referenced Standards:
I
American Iron & Steel Institute (AISI)
American Society for Testing and Materials (ASTM)
Factory Mutual (FM)
Hydraulic Institute Standards for Centrifugal, Recip, Pumps (HI)
National Fire Protection Association (NFPA)
National Electrical Code (NEC)
National Electrical Manufacturers Association (NEMA)
Anti-Friction Bearing Manufacturers Association (AFBMA)
I
.
.
I
9721 Part B.doc
Page 3
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
lB. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
Warranty:
I
The pump manufacturer shall warrant the pump and motor to the PURCHASER
against defects in workmanship and materials for a period of seven (7)
years under normal use and service for municipal Wastewater Treatment
Plant Lift Station applications. The pump manufacturer's warranties shall
be in published form and shall apply to all similar units. A copy of each
warranty shall be provided to the PURCHASER with delivery.
I
I
3. Acceptable Manufacturers:
I
All products must fully comply with these specifications.
product must be modified, if required, for compliance.
Standard
4. Pump Design:
I
The pump's design shall allow for removal and reinstallation of the pump
without the need for personnel to enter the confined space of the wet well
and without the removal of bolts, nuts or other fasteners. The pump shall
connect to a permanently mounted discharge connection by simple downward
motion, without rotation, guided by at least two non-load bearing T.ype 316
stainless steel guides. No part of the pump shall bear directly on the
floor of the wet well.
I
I
Each pump shall also be supplied with a tall stainless steel bail
permanently affixed to the pump top. This bail shall have a distance of
not less than twenty-four (24) inches between the pump and top of the
bail. The bail shall be arranged so as to allow the installed monorail
crane to attach directly to the pump and to lift the pump out of the pit
in one motion.
I
I
5. Pump Construction:
I
Pump casing and motor housing shall be of at minimum ASTM A48 Class 35
cast iron with smooth surfaces devoid of blow holes and other
irregulari ties. Impeller and intermediate housing shall be manufactured
of Nickel, Manganese, Molybdenum Cast Iron having a brinnell hardness of
300.
I
Chemical Composition:
Carbon 3.0 - 3-5%
Silica 1.2 - 2.0%
Manganese 0.7 - 1.0%
Nickel 1.8 - 2.2%
Molybdenum 0.6 - 0.9%
I
.
.
All exposed fasteners shall be ASTM A 276 Type 316Ti stainless steel.
.
.
Mating surfaces between components where watertight integrity is critical
shall be machined and fitted with Nitrile Rubber or vi ton O-rings. No
secondary sealing compounds, greases, or other devices shall be used.
.
.
9721 Part B.doc
Page 4
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
6. Cooling System:
I
I
The motor shall be adequately sized and designed so that integrally cast
motor cooling fins have sufficient surface area to allow the motor to run
continuously in submerged or partially submerged conditions without the
need for internal oil circulation systems. The motor's design shall allow
it to be capable of running for extended periods in a dry mode without
damage to the motor or seals. Motors cooled by the pumped medium will not
be acceptable.
I
7. Cable and Cable Entry Seal:
I
The power cable shall be suitable for the submersible applicable and sized
in accordance with NEC requirements. The cable entry shall consist of a
grommet compressed by two stainless steel washers with strain relief being
supplied as part of the entry design. The entire end of the cable shall
be sealed inside the cable entry housing through the use of a non-shrink
epoxy resin. Each individual cable lead shall be sealed by a monolithic
solder dam formed on a bare stripped section. The cable entry design
shall insure that not entry of moisture is possible into the high-voltage
motor terminal area even if the cable is damaged or severed below water
level to a submerged depth of up to 85 feet.
I
I
I
8. Motor:
I
The submersible motor shall be squirrel cage, induction in design, housed
in a completely watertight and air filled chamber. The motor shall have
at minimum a 1.10 service factor and be sui table for use in Class 1,
Division 1, Group C & D atmospheres as Explosion Proof. The motor stator
shall use at minimum Class F insulation rated for 311 Degrees F. The
motors shall be designed, rated, and warranted for continuous operation
and capable of at minimum fifteen (IS) starts per hour. Temperature
moni tors shall be embedded in the motor windings for use in conj unction
with and supplemental to external motor overload protection. The pump's
control shall shut down the pump should any of the monitors detect high
temperature and automatically reset once motor temperature returns to
normal. The motor shall also be supplied with a sensor in the motor's
stator cavity which allows a control panel mounted relay to indicate any
leakage into the motor stator chamber and shut down the pump. Motors
containing di-electric oils used for motor cooling or bearing lubrication
will not be considered.
I
I
I
I
9. Bearinqs:
I
Furnish upper and lower bearings as needed to provide a B10 bearing life
of at minimum 50,000 hours at anticipated axial and radial loadings. The
bearings shall be open, regreasable type. Open-type bearings shall be
provided with re-lubrication ports with positive anti-leak plugs for
periodic addition of lubrication from external to the pump in accordance
with the bearing manufacture's recommendations without requiring
disassembly of pump or motor. The pump and motor design shall accommodate
I
I
9721 Part B.doc
Page 5
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
1.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 972]
F ebruarv 1999
I
I
storage of the old displaced grease inside the motor and pump without
requiring disassembly of the motor or pump. The upper and lower thrust
bearing shall both be provided with a temperature monitor. This sensor
shall be Resistance Type (RTD) with a linear relationship between
temperature and resistance. A supervision relay shall be supplied for
each sensor to provide dry contact closures indicating "Status OK', "Pre-
Alarm" and "Alarm Shutdown" plus a 0-10 VDC analog signal follower for
temperature indication.
I
I
10. Mechanica1 Seals:
I
Each pump shall be provided with two totally ind~pendent mechanical shaft
seals, installed in tandem, each with its own independent spring system
acting in a common direction. The upper seal shall operate in an oil-
filled chamber with drain, inspection plug, and positive anti-leak seal
for access from external to the pump. The lower seal shall be of bellows
type with both faces of Silicon Carbide. The seals shall require neither
routine maintenance nor adjustment, but be capable of being easily
inspected and replaced. The seals shall be non-proprietary in design,
with replacements available from a source other than the pump
manufacturer. Double mechanical seals with single or multiple springs
acting in opposed direction; cartridge-type mechanical seals, or seals
with face materials other than those specified will not be considered.
Motors shall contain paraffin base oil in the seal chamber.
I
I
I
11. Seal Leakage Detection:
I
The pump shall be furnished with a monitoring system to signal in the
event either the upper or lower mechanical seal leaks. The monitoring
system shall be a stainless steel mechanical float switch located in a
separate seal leakage collection chamber. This seal leakage monitoring
and collection system shall be designed so that no seal leakage is allowed
to penetrate into the motor chamber or lower bearing assembly. Sealing of
the bearing assembly shall be accomplished through the use of two (2)
rotary shaft seals each with its own shaft sleeve. These seals shall be
in addition to the mechanical seals as described. Seal leakage designs
allowing leakage in to motor stator cavity for detection will not be
considered.
I
I
I
12. Shaft:
I
I
Provide a common pump and motor shaft of sufficient size to transmit full
dri ver output with a maximum deflection of 0.002 inches measured at the
lower mechanical seal. The shaft shall be of ASTM A576 Gr 1045N and be
isolated from the pumped media by a replaceable Type 420 stainless steel
shaft sleeve under the lower mechanical seal.
I
I
9721 Part B.doc
Page 6
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
I
13. Impeller and Wear Rings:
I
Provide non-clog type impellers, capable of passing at minimum a four (4)
inch spherical solid. The impeller shall be statically and dynamically
balanced. The pump shall be provided with hard metal wear rings on both
the casing and impeller. Wear rings shall be of 400 Series stainless
steel material having a brinell hardness of at minimum 300.
I
14. Source Quality Control:
I
Certified tests shall be performed on the actual assembled pumps to be
supplied. These tests shall be performed in accordance with the Test Code
for Centrifugal Pumps per the Standards of the Hydraulic Institute. Tests
shall cover a range from shut-off to a minimum 20% beyond the specified
design performance capacity. The test conducted on all supplied pumps
shall be certified and generate a curve showing actual flow, head, BHP and
hydraulic efficiency. These test curves shall be submitted to the
engineer for approval prior to shipping.
I
I
15. Verification of Performance:
I
All pumps shall be field tested after installation to demonstrate
satisfactory operation without excessive noise, vibration, cavitation or
over-heating. Any pump which fails to meet any of these specifications
will be modified, repaired, or replaced by the VENDOR at no additional
cost to the PURCHASER.
I
I
I
I
I
I
I
I
9121 Part B.doc
Page 7
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 19991mprovements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
MOTOR CONTROL CENTERS AND CONTROLS
I
1. General
I
The equipment to be furnished under this section of the specifications
shall consist of two motor control centers, two control panels, and two
submersible level transducers.
I
The motor control center and control panels shall be coordinated with the
eight (8) pumps being furnished under this specification, and the control
system shall provide operation of the pumps as described in Paragraph 20
Sequence of Operation, of this specification.
I
2. Power supply
I
The electrical supply to the MCC's shall consist of two, 800 Ampere
feeders, one to each motor control center. The supply voltage shall be
480 volt, 3 phase, 60 hertz, fed from 480Y/277 volt transformers. Each
feeder shall consist of 2 circuits of 3-750 KCMIL copper conductors and 1
i2/0 copper ground conductor.
I
I
3. Arrangement
I
Each motor control center shall consist of a main breaker section,
horizontal bus section, and 4 non-reversing combination solid state
reduced voltage controllers with by-pass contactors.
I
The arrangement of the motor control centers shall be as shown on Drawing
No. EP9721-2, Plan, Motor Control Center Building, included herein.
4. Requ1atory requirements
I
The MCC must
revision, NEMA
Electrical Code.
facility.
conform to Underwriters Laboratory (UL) 845, current
ICS-3, Part 1, and the latest version of the National
The MCC must be manufactured in an ISO 9002 certified
I
5. Packing and shipping
I
The MCC shall be separated into shipping blocks no more than three
vertical sections each. Shipping blocks shall be shipped on their sides
to permit easier handling at the job site. Each shipping block shall
include a removable lifting angle, which will allow an easy means of
attaching an overhead crane or other suitable lifting equipment.
I
I
I
9721 Part B.doc
Page 8
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
lB. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
F ebruarv 1999
I
I
6. Storage
I
If the
receipt,
building
are from
MCC
the
free
o Oc
cannot be placed into service reasonably soon after its
Purchaser will store it in a clean, dry, and ventilated
from temperature extremes. Acceptable storage temperatures
(32 of) to 40 Oc (104 of).
I
7. Warranty
I
The MCC shall be warranted to be free from defects in materials and
workmanship for a period of one (I) year from the date of startup.
8. Materials
I
Steel material shall comply with UL 845 requirements.
I
Each MCC shall consist of the required vertical sections of heavy gauge
steel bolted together to form a rigid, free-standing assembly. A
removable 7-gauge structural steel lifting angle shall be mounted full
width of the MCC lineup at the top. Removable 10-gauge bottom channel
sills shall be mounted underneath front and rear of the vertical sections
extending the full width of the lineup. Vertical sections shall be made
of welded side-frame assembly formed from a minimum of 12-gauge steel.
Internal reinforcement structural parts shall be of 12- and 14-gauge steel
to provide a strong, rigid assembly. The entire assembly shall be
constructed and packaged to withstand normal stresses incurred during
transit and installation.
I
I
I
9. Structures
I
Structures shall be totally enclosed, dead-front, free-standing
assemblies. Structures shall be capable of being bolted together to form
a single assembly.
I
The overall height of the MCC shall not exceed 90" (not including base
channel or lifting angle). Base channels, 1.5" in height, and a 3" high
lifting angle shall be removable. The total width of one section shall be
20", 25", or 30" as required to house designated equipment.
I
Structures shall be NEMA 1, general purpose, for indoor use. Each section
shall have all the necessary hardware and bussing for the designated use.
Any unused space shall be covered by bolted blank doors. Each section
shall include a top plate (single piece or two-piece). Top plates shall
be removable for ease in cutting conduit entry openings.
I
10. Painting
I
All steel parts shall be provided with UL listed acrylic baked
paint finish, except plated parts used for ground connections.
enamel
All
I
9721 Part B.doc
Page 9
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
I
painted parts shall undergo a multi-stage treatment process, followed by
the finishing paint coat. Pre-treatment shall include:
Hot alkaline cleaner to remove grease and oil
I
Iron phosphate treatment to improve adhesion and corrosion resistance.
Non-chrome sealer to enhance corrosion resistance.
I
The paint shall be applied using an electro-deposition process to insure a
uniform paint coat with high adhesion.
I
The standard paint finish shall be able to pass a 5% ASTM salt spray
evaluated per UL50, part 13 and ASTM B117 with less than 1/8" loss of
paint from a scribed line.
I
Paint color shall be #49 medium light gray per ANSI Standard 255.1-967 on
all surfaces unless specified otherwise. Control station plates and
escutcheon plates shall be painted a contrasting gray. All unit interior
saddles shall be painted white for better visibility inside the unit.
I
11. Wireways
I
Structures shall contain
top of each section and
bottom of each section.
to allow room for power
different sections.
a minimum 12 in. high horizontal wireway at the
a m~n~mum 6 in. high horizontal wireway at the
These wireways shall run the full length of MCC
and control cable to connect between units in
I
I
Structures that house a single, full section control unit are not required
to have vertical wireways. Those control units must open directly into the
MCC horizontal wireways.
I
12. Barriers
I
All power bussing and splice connections shall be isolated from the unit
compartments and the wireways. The horizontal bus shall be mounted onto a
glass filled polyester support assembly that braces the bus against the
forces generated during a short circuit. The horizontal bus shall be
isolated from the top horizontal wireway by a two-piece grounded steel
barrier. This barrier shall be removable to allow access to the bus and
connections for maintenance.
I
I
If vertical bussing is used to connect the circuit breakers to the main
bus, the vertical bus shall be housed in a molded glass-filled polyester
support that provides bus insulation and braces the bus against the forces
generated during a short circuit. Barriers shall be provided in the
vertical structure and unit designs to prevent the contact of any
energized bus or terminal by a fishtape inserted through the conduit or
wireway areas.
I
I
9721 Part B.doc
Page 10
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
lB. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
F ebruarv 1999
I
13. Bussing
I
All bussing and connectors shall be tin-plated copper or silver-plated
copper. The main horizontal bus shall be rated at 800 Amps continuous and
shall extend the full length of the MCC. Bus ratings shall be based on
65DC maximum temperature rise in a maximum 40 DC ambient. Provisions
shall be provided for splicing additional sections onto either end of the
MCC.
I
I
The horizontal bus splice bars shall be pre-assembled onto the horizontal
bus to allow the installation of additional sections. The main bus splice
shall use four bolts, two on each side of the splice bars, for each phase.
Addi t ional bolts must not be required when splicing higher amperage bus.
The splice bolts shall secure to captive nuts installed on the back of the
splice assembly. It shall be possible to maintain any bus connection with
a single tool.
I
I
A tin-plated copper ground bus shall be provided that runs the entire
length of the MCC. The ground bus shall be 0.25" x 1. 0" and be rated for
300 amps minimum. A mechanical lug shall be provided in the MCC for a
4/0-250 kcmil ground cable. The ground bus shall be provided with. (6)
0.38" holes for each vertical section to accept customer-supplied ground
lugs for any loads requiring a ground conductor.
I
I
Each vertical section shall have a tin-plated copper vertical ground bus
that is connected to the horizontal ground bus. The power bus system
shall be braced for a short circuit capacity of 42,000 rms amperes minimum
I
14. Typical Unit Construction
I
All circuit breaker disconnects shall be connected directly to the main
horizontal bus with appropriately sized cable or riser bus.
I
All conducting parts on the line side of the unit disconnect shall be
shrouded by a suitable insulating material to reduce the possibility of
accidental contact with those parts.
I
A cast metal handle operator must be provided on each disconnect. Wi th
the unit door closed, the handle mechanism shall allow complete ON/OFF
control of the unit disconnect with clear indication of the disconnects
status. All circuit breaker operators shall include a separate TRIPPED
posi tion to clearly indicate a circuit breaker trip condition. It shall
be possible to reset a tripped circuit breaker without opening the control
unit door.
I
I
A mechanical interlock shall prevent the operator from opening the unit
door when the disconnect is in the ON position. Another mechanical
interlock shall prevent the operator from placing the disconnect in the ON
position while the unit door is open. It shall be possible for authorized
personnel to defeat these interlocks.
I
I
9721 Part B.doc
Page 11
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
F ebruarv 1999
I
I
provisions shall be provided for locking all disconnects in the OFF
position with up to three padlocks.
I
Handle mechanisms shall be located on the left side to encourage operators
to stand to the left of the unit being switched.
15. Combination Motor starters
I
Each combination motor starter shall consist of a circuit breaker
disconnect and a solid state reduced voltage starter with a NEMA rated
shorting contactor. The starter units shall be coordinated with the pump
motors being furnished under the pump section of this specification.
I
15.1. Circuit Breakers
I
All circuit breakers shall be heavy-duty thermal magnetic or motor circuit
protectors similar and equal to SQUARE D type KAL or LAL as required.
Each motor breaker shall be adequately sized to meet the pump motor
operating characteristics and shall have a minimum interrupting capacity
of 14,000 amps at 480 VAC.
I
I
Circuit breakers shall be indicating
posi tions of the operating handle.
automatically, the handle shall assume
"trip" .
type, providing "on-off-trip"
When the breaker is tripped
a middle position indicating
I
Thermal magnetic breakers shall be quick-make and quick-break on manual
and automatic operation and have inverse time characteristics secured
through the use of bimetallic tripping elements supplemented by a magnetic
trip.
I
Breakers shall be designed so that an overload on one pole automatically
trips and opens all legs. Field installed handle ties shall not be
acceptable. All circuit breakers shall be equipped for shunt trip
operation.
I
I
15.2. MOtor starters
I
Motor starters shall be solid state reduced voltage type providing a
smooth stepless acceleration of the motor through the use of multiple
silicon rectifiers. The acceleration shall be controlled by gradual
application of the voltage to provide a "soft start". The adjustable
current-limit features shall limit current to 25%-70% and starting torque
to 6%-49% respectively of full voltage values.
I
Motor protection shall be provided by calculating the temperature rise of
the motor and starter. Motor protection shall be effective with contactor
shorting and total loss of power. A ramp down signal shall be provided to
ramp the motors down to 0 speed when a stop signal is initiated.
I
I
9721 Part B.doc
Page 12
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
F ebruarv 1999
I
I
A shorting contactor shall be supplied to transfer the motor load when
full speed is reached. A contact on the solid state starter will close to
energize the NEMA rated shorting contactor and transfer the load. When the
motor is called to stop the load will be transferred back to the solid
state starter for proper ramping.
I
The control system shall provide for opening the circuit breaker in the
event of a reduced voltage solid state starter failure.
I
Control circuit transformers shall be provided for each starter and shall
include internal thermal overload protection, two primary fuses, and one
secondary fuse (in the non-grounded secondary conductor). The transformer
shall be sized to accommodate the contactor (s) and all connected control
circui t loads. The transformer rating shall be visible from the front
when the unit door is opened.
I
I
Auxiliary control circuit relays and interlocks shall be provided as
required for pump motor protection and for operation of the control
system. Relays and/or sensing devices shall be provided to monitor
individually each protecting device located within the pump motors.
Relays shall be Warwick or an approved equal. (A solid state device that
monitors all motor functions will not be acceptable.) Contactor on
auxiliary relays shall be field convertible to NO or NC operation when
possible.
I
I
I
Type B wiring shall be provided with terminal blocks readily accessible
for wiring and trouble shooting when unit door is open. Terminal blocks
shall be 600 volt, 25 amps, and all current carrying parts shall be tin
plated.
I
16.
Control Systems
I
Two duplicate programmable controller systems shall be furnished, one for
each motor control center, and shall be installed in cabinets
approximately 30" wide, 15" deep, and height to match the MCC enclosures.
Cabinets to be located as shown on Drawing No. EP 9721-2 included herein.
I
Each programmable controller system shall consist of a processor with a
built-in power supply and a base for mounting the input/output modules.
Expansion of the input/output to 256 I/O for increased flexibility shall
be a standard feature.
I
The processor shall operate from a 120 V. AC power system.
the power supply shall allow for the addition of add-on
modules.
Expansion of
input/output
I
Programs shall be developed using a separate programmer or an IBM or
compatible computer. The hand held programmer shall use Boolean format,
however, if the IBM computer is utilized, a ladder diagram format will be
acceptable. All programming, editing and monitoring functions shall be
I
I
9121 Part B.doc
Page 13
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
I
prompted and executed through the ten (10) multi-function soft keys of the
personal computer.
I
The programmable controller shall be provided with standard features which
shall include (1) relay logic, (2) bit read and control, (3) timers, (4)
counters, (5) synchronous shift registers, (6) data transfer and
comparison, and (7) master relays.
I
Standard features shall also include binary-to-BCD and BCD-to-binary
conversion, transitional output, four math function (add, subtract,
multiply, divide) and a jump feature for scan control. The unit shall
also feature multiple functions such as reversible counter, bi-directional
shift register, timer/counter and various multiplexing functions.
I
An operator interface shall be provided to allow workstation performance
loading with capabilities such as menus, data entry, data displays,
security passwords, bargarphs and interactive alarms.
I
I
The operator interface display shall be a 4 by 20 character display and
provides the interface with the PLC system through direct communications
and allows for operator modification of the configuration of the control
system through a keypad entry system. The interface shall be compatible
and interface with Square-D Sy/Max Model 50, 300, 400, 500, 600, 650 and
700 PLC's. The interface with the PLC system shall be through a
communication port (rs-485/4221) or a PLC data communications module. The
display size shall be a minimum of 1.0x3.0 inches.
I
I
The display shall utilize high contrast LCD technology and LED
backlighting to provide high reliability and superior readability in all
lighting conditions. Both the back light and contrast levels shall be
keypad adjustable.
The keypad shall be separated into easily identified groups or functions.
Each key shall have a raised perimeter to provide tactile feedback and
ensure positive response even with gloved hand operation.
I
I
The programmable menu screen shall allow the operator quick access to any
portion of the control system. The software program shall be based on
operator selection and specification and shall not require training in
programming.
I
I
The operator interface shall be mounted to allow for easy viewing and
operation changes. The following options shall be available:
RS-232C communications port (50-foot max.)
I
RS-232 printer port.
Voltages: 240 VAC, 120 VAC, 24 VAC, 48 VDC, 24 VDC, and 12 VDC.
I
In the event of a complete failure of the control system, means shall be
provided to manually operate pumps with assurance that only one pump can
I
9721 Part B. doc
Page 14
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
F ebruarv 1999
I
I
be started at a time. This method of operation
observation of pit levels and pump shut-down.
will
require
visual
17. Ancillary Equipment
I
The ancillary equipment listed herein is a guide and does not relieve the
supplier from supplying a system that will function as required.
I
17.1. Transducers
I
A submersible transducer manufactured from 316 stainless steel containing
a piezo resistive sensor with output signals proportional to applied
pressure shall be supplied for each of the 2 wet wells. The electronics
shall be padded in a silicon compound for protection. The transducer
shall operate from a power supply voltage of 12-30 VDC and supply a 4-20
ma signal proportional to 0-10 feet of water pressure to the control
device. The control signal shall be transmitted via a vented, molded
polyurethane-jacketed cable. the cable shall be gripped by a neoprene
grommet and potted in place, and shall be used to support the transducer.
Sufficient cable shall be furnished to connect to a junction box on
walkway.
I
I.
I
17.2. Phase MOnitors
I
A line voltage rated, adjustable phase monitor shall be installed to sense
low voltage, loss of power, reversed phasing and loss of a phase. Control
circuit shall de-energize upon sensing any of the faults and shall
automatically restore service upon return to normal power.
I
When proper voltages are available to the system, the unit's internal
relay shall energize and provide indication of normal power by
illuminating an LED. Any abnormal condition will cause the internal relay
to de-energize, the indicator lamp will extinguish and a contact will open
to disable the pump starting circuitry. The unit shall be capable of
operating on Delta or Wye systems, 50/60 HZ.
I
I
Each motor starter section shall be protected by individual phase monitors
that monitor the power supply at the secondary side of the breaker feeding
each section. The control circuit, for each MCC section, shall de-
energize upon sensing any of the faults and shall automatically restore
service upon return to normal power.
I
17.3. Elapsed Time Meters
I
An elapsed time meter shall be mounted on the control section door for
each pump. The meter shall operate on 120 VAC, shall indicate in hours (6
digits) and tenths and shall be non-resetable.
I
I
9121 Part B. doc
Page 15
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
1.8. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
February 1999
I
17.4. Push Button, Selector Switches, Etc.
I
All selector switches, push button operators and indicating pilot lights
shall be NEMA Type 4, Square D Class 9001, Type SX, or equal.
I
17.5. Ventilation Fans
I
Ventilation fans controlled by thermostats shall be installed in the MCC
sections to maintain the internal temperatures at acceptable levels.
18. Nameplates
I
Nameplates shall be engraved phenolic nameplates for each MCC compartment
and each control section. Units shall be gray/black background with white
letters, measuring a minimum of 1.5ff h x 6.25ff w total outside dimensions.
Smaller nameplates of appropriate size shall be furnished for individual
devices.
I
I
19. Miscellaneous
I
A final as built drawing encapsulated in mylar shall be attached to the
inside of the front door of each section. A list of all legends shall be
included.
I
All component parts in the control panel shall be permanently marked and
identified as they are indicated on the drawing. Marking shall be on the
back plate adjacent to the component. All control conductors shall be
identified with wire markers at each end as close as practical to the end
of conductor.
I
All panels shall be tested to the power requirements as shown on the plans
to assure proper operation of all the components. Each control function
shall be activated to check for proper indication.
I
Dry contacts shall be provided in the motor control centers and control
panels for future signal transmission to the Main Control room by SCADA or
other methods to indicate following as a minimum:
I
a} MCC - Power On (2 MCCS)
b) Pump-Ready to Run (8 Pumps)
c) Pump-Running (S Pumps)
d) Pump-Tripped (S Pumps)
e) Wet Well-Low Level (2)
f) Wet Well-High Level (2)
g) Any other signals recommended by Control System Vendor.
I
I
20. Sequence Of Operation
II a} The control system shall consist of duplicate motor control centers
to operate four (4) 143 HP pumps each.
I
9721 Part B.doc
Page 16
I
I
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
J.B. Messerly Wastewater Treatment Plant 1999 Improvements
Lift Station Pumps and Motor Control Centers and Controls
ZEL Engineers Project 9721
F ebruarv 1999
I
I
b) The pumps will be located in separate
wet well. The influent flow shall be
and have a common gate between them.
of one wet well from the other.
c) Each wet well shall have its own level transducer supplying level
signals to the appropriate MCC control system. This will allow
independent operation of one wet well from the other.
d) The pump starting and stopping levels shall be taken from the plans.
e) The pump sequencing shall be as follows. The north wet well will
contain pumps one (I) thru four (4). at the start of the control
operation. Pump One (I) shall be lead pump with pump two (2) as lag
pump three (3) as lag-lag and pump four (4) as lag-lag-lag. There
shall be no automatic alternation in the event that the lead pump
should ever reach the lead pump off elevation.
f) Alternation shall be accomplished by the PLC program alternating the
pumps at 3:00 A.M. each day. The PLC will switch lead pump to the
next available pump in the sequence and position the previous lead
pump into the lag-lag-lag position.
g) This sequencing will be continued on in a like manner throughout the
entire four (4) pump system.
h) The south wet well shall contain pump five. (5) thru eight (8). The
control sequencing operation and set-up will start with pump five
(5) being the lead pump. Pump six (6) as lag pump. Pump seven (7)
as lag-lag and pump eight (8) lag-lag-lag.
i) The operation of the south wet well shall mirror the north wet well
operational sequencing.
j) If a pump does not start when called to run the next available pump
shall be sequenced on and a pump failure alarm signal shall be
indicated.
k} All pump failure alarms, wet well level alarms and motor starter
alarm conditions shall be indicated on the MCC control section door.
All associated reset buttons, pump H-O-A switches, run lights, etc.
shall also be mounted on the MCC control section door.
I} All alarm signals and pump run status signals shall also be
available in the form of dry contacts for owner use.
wet well, four (4) pumps per
split to each of the wet wells
This will allow the isolation
I
I
I
I
I
I
I
I
I
21. Manufacturer
I
The manufacturer of the control system shall be a UL 50S listed shop for
industrial control systems and shall provide evidence of such on request
from the engineer or using authority.
I
I
I
I
9121 Part B.doc
Page 17
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-=79
EL. 129.4-2'
EL 121.0'
EL. 125.38'
PH-2
..
<.
.. ~
ST. Sll. PUMP
GUIDE CABLES
.. '
ELEClRlCAL CABLES i
I
.. '
16" ST. SlL PIPE i
1S.X14- n-x 48-
FLG'O RED. GA TE
ST. Sll. BAIL I
I
" '
BY-PASS
INLET FlUME
EL. 102.08'
-, ,... ...
"~ .. ~ .,'
. ....
~V~~'Y
~~~~~
~%~~~~
~~~~",,<'5S
/~~~~V
",>\y>
...
.....
n-x 48-
GATE
EL. 94.23'
...
PUMP ELBOW
..' .,'
I <I, I
t.' .,
AUGUSTA-RICHMOND COUNTY, GA.
J. 8. MESSERLY WASTEWATER
TREA TMENT PLANT LIFT STA TION
SECTION AT WETWELL
~E" .:llI Telfair st. Auauat&, Ga.
.... IIii ENGINEERS
ZIMMERMAN, EVANS, AND LEOPOLD, INC.
SCAlE' 0'" T!. REf: OWC.
~/'~" - 1'_1"1" """Q '000 97?1 NO.: FPCJ721-1
~
01
Ol
'"
~
I
~=
I'l
'!
I
~
=
-..J
v
CXl
~
(")
o
z
;;j
o
r
tIl
(")
'!;~
::d
o
r
tIl
"""
I'l
~ ~
> n
z (")
CD 1.0
:;0 1.0
,.., I
> I'l
^
,..,
:;0
1.0
1.0
I
I'l
t.l
6'-S"
4'-8"
~
n
(")
1.0
1.0
I
...
I'l
Otll-l
zl'Tl:;O
r>
~...,z
. (") I'Tl
(,,)~tIl
0-1:;0
z>c
nZCD
:;0,.."
1'Tl0(")
~>o
"'On 1
> ~
o
0"'0
zc
:;0
Ol>
....,
"'Or
>-1
Otll
I
01
o
o
v
1.0 CD
1.0:;0>
IITI-
....>z
^
ITI
:;0
-----
-----
ITI,..,
xo
-c
-4_
0"'0
03:
0""
:;o~
\
@
o~~
z;;o>
Ol(")Z
'0 ,..,
,,~(")
;;0,..,>
gOB
Z(")I
00(")
"'OZU;
>0...
o!;io
tIl
I'TI
;;0
G
>-4-..J
CD;;oiJ,
~~^
,..,tIl<
"'071>
>:eo
z>;;o
ITIr-<
rr
-I
~~
dl'Tl
;;0"'0
,..,C
("):;0
;ij>
("):!J
cr
r
>
~
o
"-""r Z
~C5 c
"'O::r: Z
(')~ ~
>z
r"
~
...,
X
~
:;0
,..,
~
=€):
2
4 X
I
I
I
....
I
o
.
~>
>-
_;;0
zr
o
0(")
O^
0>
;;oz
tIlo
>
c:
~f- ~
"tl~m~
rC' I
~~~ml: ~
M~;2 -
;~~!< ~
~ ~~~~ ~
z~~ Z
C)::u ~
?2 ~> :<
~m ~
i i
Q
>
;c.,
...;
....
-I
}I~
~ I~
d~
H,~
~, :~
~ I~
,~
,-
I
I
SECTION T13
GATES AND OPERATORS
I
I
SCOPE:
The work covered by this section of the specifications includes furnishing
plant, labor, supervision, equipment and materials, and in performing all
operations in connection with the installation of all gates, fittings,
operators and appurtenances as required for the proper operation of the
wastewater treatment plant in strict compliance with this section of the
specifications and the applicable plans and subject to the terms and conditions
of the Contract.
I
I
GENERAL:
The Gates shall be either self-contained, with yoke and bench stand operators,
or non-self-contained, with separate stem guides and operators, in accordance
with the requirements of these specifications. Specific gate design and
configuration shall be as noted in gate schedule or as shown on plans. Gates
shall be as manufactured by Waterman Industries or approved equal.
I
I
FRAME AND GUIDES:
The gate frame shall be a rigid, welded unit,
cross bars, and headrails, with a clear opening
unless otherwise specified. The guides shall
guides will be of sufficient length to support
the slide, when the gate is fully open.
composed of the guide rails,
the same size as the waterway,
be of structural shapes. The
two-thirds (2/3) the height of
I
I
On self-contained gates, where the guides extend above the operating floor,
they shall be sufficiently strong so that no further reinforcing will be
required. The yoke to support the operating device shall be formed by members
welded or bolted at the top of the guides.
I
The yoke
excessive
operator.
shall be sufficiently strong to support the lift forces,
deflection, when subjected to a load of 80 pound pull
without
on the
I
Additional members will be added to the frame as required in this specification
for flushbottom closure, spigots, and "J' bulb seals.
I
SLIDE COVER (DISC):
The slide cover shall be plate reinforced with structural shapes welded to the
plate. The slide cover shall not deflect more than 1/360 of the span of the
gate under maximum head. The stem connection shall be either the clevis type,
with structural members welded to the slide and a bolt to act as a pivot pin,
or a threaded and bolted (or keyed) thrust nut supported in welded nut pocket.
The clevis or pocket and yoke of the gate shall be capable of taking, without
damage, at least twice the rated thrust output of the operator at 40 pounds
pull.
I
I
I
STEM:
The stems shall be as required for intended service, of suitable length and
ample strength. The stem diameter shall be capable of withstanding twice the
rated output of the operator at 40 pound pull, and shall be supported such that
the L/r ratio for the unsupported part of the stem shall not exceed 200.
I
I
'ZEL, ENGINEERS
9721-TI3.doc
T13-1
I
I
I
SECTION T13
GATES AND OPERATORS
I
OPERATORS:
Manually operated lifting mechanism shall be as indicated on the plan drawings
or in the gate schedule. Handwheel type lifts shall be without gear reduction.
The crank operated type shall have either a single or double gear reduction,
with a threaded bronze lift nut to engage the threaded portion of the stem.
The lift nut shall be flanged and supported on non-metallic thrust washers, or
ball, or roller bearings to take the thrust developed during opening and
closing of the gate.
I
I
Gears, where required, shall be provided with machine cut teeth for smooth
operation. The gearings and lift nut shall be mounted in a housing which in
turn shall be mounted on the yoke of the gate, or separately supported on
another structure or pedestal. Lubrication fittings shall be provided to
permit lubrication of all gears and bearings.
I
I
Gates which have a width exceeding twice the slide height shall be furnished
with tandem interconnected operators with a single input crank.
I
An arrow shall be cast on the gear housing or handwheel to indicate the
direction of rotation to open the gate. A maximum effort of 40 pounds shall be
required to operate the gate after it is unseated.
I
When indicated, all operators shall be furnished with either a graduated, clear
plastic stem cover or a galvanized steel pipe stem cover and counter type
position indicator to show the position of the gate.
I
PAYMENT:
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
I
I
I
I
I
I
I
I
'ZEL, ENGINEERS
9721-T13.doc
T13-2
I
I
I
SECTION T14
BAR SCREEN
I
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, supervision, equipment and materials, and performing all
operations in connection with the installation of the Bar Screen and
appurtenances complete, in strict accordance with this section of the
specifications and the applicable plans and subject to the terms and conditions
of the Contract.
I
I
GENERAL:
The Contractor shall install bar screen as shown on drawings. Bar screen shall
be stainless steel and manufactured bya maker who has supplied similar screens
in waste water treatment plants successfully for five years.
I
I
OPERATING CONDITIONS:
Maximum flow
Maximum water level (57% obstructed bar rack)
Upstream velocity
Channel width
Screening width
Channel depth
60 USMGD
75 inches
2.3 feet/s
96 inches
84 inches
15' -3" inches
I
I
DESCRIPTION:
The screening unit shall consist essentially
rake mechanism and drive, and structural
assembled and tested prior to its delivery.
maintenance to the mechanism can be performed
of a bar rack, counter-current
frame, and shall be factory
Design shall be such that all
from the operating level.
I
I
Screen shall be Meunier Model CF-84TTCA Vertical Bar Rake 7' -0" wide with
1/2"x3" bars on 1 1/4" centers or approved equal.
I
Screen shall be driven by 3HP TEFC corrosion protected motor with 1.15 service
factor.
I
MATERIALS OF CONSTRUCTION:
Bar Rack
Rake
Ra ke arm
Wiper
Carriage
Trash Chute
I
Structure:
Sides
Back
Base
Top
:AISI 304 SS plates and bars
:AISI 304 SS plates
:AISI 304 structural tubing and plates
:AISI 304 SS angles, leather & polyethylene
:AISI 304 SS plates
:AISI 304 SS sheet
:AISI 304 SS " C" channels, angles and plates
:AISI 304 SS plates
:AISI 304 SS plates
:AISI 304 SS plates and angles
I
I
I
Housing:
Front
Sides
Cable Basket
Screws, bolts and anchors
.:AISI stainless steel sheets
:AISI stainless steel sheets (left & right)
:AISI stainless steel sheets
:AISI-304 stainless steel
I
'ZEL, ENGINEERS
9721-T14.doc
T14-1
I
-
I
I
SECTION T14
BAR SCREEN
I
Shafts (wheels, rake arm)
Wheels
Rack and Pinion
Protection of ASTM A-36
:AISI-304 stainless steel
:Pe Yo-Lon or equal
:AISI-SAE 1040 and AISI-SAE 1144
:Hot dip galvanization ASTM A-123-68-A
I
I
INSTALLATION:
The screen shall be installed in accordance with manufacturer's instruction and
the contract documents.
I
CONTROLS:
The control panel enclosure shall be NEMA 4X stainless steel and shall house
all electrical controls necessary for the operation of the unit and shall
consist of (1) main breaker disconnect with operating handle such that in order
to open the door of the enclosure, all power inside the panel will be shut off.
I
(1) Reversing magnetic starter with overload elements.
(1) Lot of program circuits and relays to operate the rake mechanism and to
stop it at the top of the unit after each cycle of operation.
(1) Daytime and nighttime timer with the daytime timer adjustable from 2 to 60
minutes, and the nighttime time adjustable from 3 to 180 minutes.
(1) Jamming protection device.
(1) Set of dry contacts available for connection to a remote alarm.
(1) Manual-Off-Auto selector switch to allow the unit to be operated
through one cycle at the operator's discretion.
(1) Overtravel/overload indicating light on inner door of the enclosure.
(1) Elapsed operating time meter.
(1) Ammeter to indicate the amount of current being drawn by the motor during
the operating cycle.
(1) High water level, emergency rise system and float switch.
(1) Pair of 304 stainless steel side baffles to extend out to the walls of the
existing channel.
(1) NEMA 7 Junction box mounted on screen to which all wires from the bar
screen terminate.
I
I
I
I
I
CONTAINER:
I
Provide a solid waste container on wheels. Container shall provide minimum
of 200 cubic feet storage, level with top, and be of substantial construction
suitable for continuous use in a waste water treatment plant. Entire
container including wheels shall be corrosion proof. Container shall be of
such dimensions and proportions as to contain all solid waste discharged from
the screen without spillage or leakage.
I
I
PAYMENT:
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
I
I
I
'ZEL, ENGINEERS
972I-TI4. doc
T14-2
I
I
I
SECTION TIS
AIR CONDITIONING AND CORROSION CONTROL SYSTEM
I
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, supervision, equipment and materials, and performing all
operations in connection with the installation of the air conditioning and
corrosion control system and appurtenances complete, in strict accordance with
this section of the specifications and the applicable plans and subject to the
terms and conditions of the Contract.
I
I
GENERAL:
The Contractor shall, furnish, install, start-up and guarantee the air
conditioning and corrosion control system shown on the drawings and specified
herein.
I
I
AIR CONDITIONING SYSTEM:
Air conditioning system shall consist of self-contained air conditioners
containing cabinet, evaporator, dual compressors and refrigerant circuits,
vibration isolation, filters, 3 directional discharge head, return air grill,
and self-contained control. System shall provide capacity of 120,000 BTUH at
ARI conditions, and shall be as manufactured by Trane, Carrier, or approved
equal.
I
I
INDOOR UNIT:
Cabinet: Exterior panels shall be fabricated from 18-gauge zinc-coated
galvanized steel. The unit exterior shall be cleaned, phosphatized and painted
with an air dry enamel finish. The fan and compressor sections shall be
insulated with 3/4-inch of I-lb. density fiberglass insulation.
I
I
The units shall be provided with removable panels to allow service access to
compressors, condensers, fan motor and bearings coils and valves. Knockouts
shall be provided on both sides of the unit to allow for electrical power,
control wiring, piping connections and fan shaft removal.
I
Compressors: Unit shall have dual compressors.
hermetic 3,600 rpm motors with crankcase heaters.
its own independent refrigerant circuit.
Compressors shall have
Each compressor shall have
I
Evaporator: The evaporator coil shall be constructed with
internally enhanced copper tubes expanded into aluminum fins.
factory leak tested to 475 psig. The drain pan shall be
galvanized steel, coated with corrosion resistant coating.
3/8-inch O.D.
Coils shall be
fabricated of
I
I
Refriqerant Circuit: Refrigerant circuits shall be independent and completely
piped including: filter driers, distributors, and thermal expansion valves.
The circuits shall be tested dehydrated, and then charged with nitrogen at
factory. Access valves shall be provided in the suction and liquid lines.
I
Isolation: The compressors shall be mounted on rubber-in-shear isolators for
vibration isolation. Supply fan shall be two forward curved centrifugal-type
secured to a solid steel shaft with permanently lubricated bearings. The drive
components shall include adjustable pitch sheaves and V-belts. The supply fan
motor type shall be open drip-proof with a standard T-frame. The fan wheel
shall be dynamically balanced.
I
.
-
'ZELI ENGINEERS
9721-TI5.doc
Tl5-1
I
I
SECTION TIS
AIR CONDITIONING AND CORROSION CONTROL SYSTEM
I
Filters: One-inch throwaway filters shall be installed in the unit within the
coil section, accessible from front of unit.
I
Unit Controls:
controller.
Thermostats shall be a factory mounted cooling only type
I
Time Delay Relay: Anti-short cycle timer shall be provided to protect the
compressor cycling. Compressor shall be locked out for five minutes when
either the thermostat contacts open or there is a momentary power outage.
I
OUTDOOR CONDENSING UNIT:
Cabinet: Exterior panels shall be fabricated from 18-gauge galvanized steel.
I
Refriqerant Circuits and Controls: Units shall have dual refrigeration
circuits. All necessary controls to run unit fans shall be factory installed.
The control panel shall include fan motor contactors, terminal block connection
for compressor interlock, and 115 volt control power transformer.
I
Condenser Coils: Coils shall be seamless 3/8-inch. 0.0. copper tubes expanded
into aluminum fins. Each circuit shall include an integral subcooler. Coil
shall be leak tested under water at 425 psig air pressure.
I
Condenser Fans and Motors: Condenser fans shall be weatherproof
permanently lubricated motors and built-in thermal overload protection.
shall be direct drive, statically and dynamically balanced at the factory.
with
Fans
I
Low Ambient Operation: Provide low ambient control for operation down to 200F.
I
Corrosion Resistant Treatment: The condenser coils shall have a 6 mil coating
of Heresite P-413 protective coating applied with multiple dip and bake process
and the interior and exterior of the unit shall be coated with a 6 mil coat of
Heresite VRS14 applied with an air dry process.
I
CORROSION CONTROL SYSTEM:
I
Recirculation Unit:
General:
I
Furnish and install Purafil Model CA-1000 recirculation unit or approved equal.
.
Filters: Pre filters 30% efficient ASHRAE 52-76 2" deep
0.20 IWG pressure drop when clean.
-
Final Filters: 90% efficient ASHRAE 52-76
0.30 IWG pressure drop when clean.
-
-
....
Chemical Media: Carbon based impregnated media and activated aluminum based
impregnated media, Puracarb and puralurn respectively as manufactured by
Purafil, Inc. or approved equal.
'ZEL, ENGINEERS
9721-T15.doc
T15-2
I
I
SECTION T15
AIR CONDITIONING AND CORROSION CONTROL SYSTEM
I
Scrubber: Furnish and install the following:
. Scrubber housing, corrosion protected.
. Base support.
. Access methods for filters, fans and motors.
. Four way deflection discharge louvers.
. Fan sized for dirty filter condition.
. V-belt drive.
. 49,000 HR L-10 life bearings.
. Mill and chemical duty motor.
. Gauges to indicate dirty filter and media condition.
I
I
I
I
PRESSURIZATION UNIT:
Furnish and install Purafil Model TS500 scrubber pressurization unit.
Media - 27 inches of absorbent media and nine inches of dry chemical oxidizing
media.
I
Capacity - 500 CFM of air.
I
Components:
. Intake rain louver.
. 30% ASHRAE prefilter.
. Belt driven fan - FRP
. Inlet duct to tub.
. Media tub-FRP with access doors.
· Media.
. Discharge duct. (SMACNA weatherproof) .
. 90% ASARAE final filter.
. Pressure gauges for pre and final and media bed filters.
· Skid base.
I
I
I
Performance Certification:
I
Media H2S Performance Testing:
I
As a minimum, the carbon base media and oxidizing media shall each
demonstrate oxidation efficiency, for removal of gaseous hydrogen sulfide
(H2S), according in the following tests parameters when performed on each
media independently in a 3 inch deep media test bed, contained in a 1.02 inch
diameter tube.
I
. Bed bulk density representative of field conditions.
. Test air stream containing 5.0 (iO.5) ppm H2S (by weight).
. Air relative humidity 50+ 10%
. Air flow through test bed 12,100 ml/min
. Superficial residence time 0.199 second
I
I
I
'ZEL, ENGINEERS
972I-TI5.doc
T15-3
I
I
I
SECTION T15
AIR CONDITIONING AND CORROSION CONTROL SYSTEM
I
Acceptance criteria: Discharge air containing a maximum of 24 ppb H2S at 48
hours from start of test 1/8 inch Puracarb and 25 ppb for 1/8 inch Puralum.
I
In addition to the H2S test performed on the two medias, and H2S performance
test shall be performed on the installed equipment.
I
The test shall be conc:ucted by introducing a sufficient quantity of hydrogen
sulfide gas into the scrubber suction to raise the average concentration of
hydrogen sulfide gas in the influent air stream to 5 parts per million (plus
or minus ten percent) excluding moisture at a design air flow on a continuous
basis for a 2-hour period. An outlet sample shall be measured hourly with
instrumentation accurate in the 0-5 ppb range. The air flow shall be
measured by a Pitot tube inserted upstream of the odor control unit. After
successful completion of the testing, the hole for the Pitot tube shall be
plugged During this test, gas samples shall be monitored at each of the
following locations.
I
I
I
1.
Inlet air to the system.
2.
Outlet treated air.
I
The H2S analyzer shall be calibrated both before and after by the testing
laboratory previously approved by the owner and the engineer.
I
Performance testing she,ll be performed in the presence of the Engineer.
Report:
I
A summary report shall be prepared for the media performance testing and the
performance testing and submitted by the Contractor to the Engineer for
review and acceptance.
I
The report shall include a one page executive summary, description of test
protocol, table of results showing air flow, inlet air results, and outlet
air results.
I
Acceptance:
I
Satisfactory installation, operation and performance of the required test
shall be the basis of acceptance of the equipment.
I
If the hydrogen sulfide gas concentration in any sample taken from the dry
chemical oxidizing vessel outlet during the test exceeds 10 ppb excluding
moisture, or air flow is less that the design throughout the entire test
period, the manufacturer shall have the opportunity to adjust or modify the
equipment and operating conditions and testing shall be performed at no
expense to the Owner. It modifications or adjustments are made which would
affect the air flow rate, the air handing system (fan, drive, etc.) Shall be
modified or replaced accordingly such that the design air flow rate is
maintained.
I
I
I
'ZEL, ENGINEERS
9721-TI5.doc
T15-4
I
I
I
SECTION TIS
AIR CONDITIONING AND CORROSION CONTROL SYSTEM
I
Should the installed equipment not meet the performance specifications upon
retesting, the Contractor shall remove the installed equipment and replace it
with equipment which meets the specifications at no cost to the Owner. The
Contractor shall make all necessary supporting systems changes in order to
provide a properly installed operating system.
I
I
Analytical Services:
I
The manufacturer shall, after start up, provide a service, free of charge to
the owner, to periodically secure media samples and provide a lab analysis to
predict the remaining life style of the media.
I
Such service shall be provided at the manufacturer's expense for a period of
two years.
I
DUCT WORK:
Duct work shall be furnished as shown on drawings from pressurization unit to
building and shall be SMAGNA standard weatherproof duct.
I
PAYMENT:
No separate payment will be made for any of the work covered by this section of
the specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
I
I
I
I
I
I
I
I
I
'ZEL, ENGINEERS
9721-T15.doc
T15-5
I
I
I
SECTION T16
ELECTRICAL
I
I
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, appliances and materials, and in performing all
operations in connection with the electrical work associated with the new lift
station at the James B. Messerly Wastewater Treatment Plant; complete and in
strict accordance with this section of the specifications, the applicable
drawings, and subject to the terms and conditions of the Contract.
I
GENERAL:
The Contractor shall be responsible for providing a complete, safe and workable
electrical system.
I
I
All components or equipment furnished under this specification shall be new and
unused.
All electrical connections whether made by the Contractor or made by vendors
furnishing equipment packages shall be the responsibility of the Contractor.
I
All electrical connections shall be checked for proper torque, tension,
compression or tightness by the Contractor.
I
All electrical connections determined to need attention shall be corrected by
the Contractor.
I
Trench excavation for underground conduits and duct banks shall conform to
Section T-2 of these specifications.
I
CODES:
All electrical work shall be in conformance with the requirements and
recommendations of the latest edition of the National Electrical Code, the
National Electrical Safety Code, and all local codes and ordinances. Materials
shall bear the label of the Underwriter's Laboratories, Inc., whenever
applicable labeling is available for such materials.
I
I
STANDARDS:
The latest issue of the specifications and standards of the following
organizations are by reference made a part of these specifications. All
electrical work, unless otherwise indicated, shall comply with their
requirements and recommendations wherever applicable:
I
I
Illumination Engineering Society (IES)
Institute of Electrical and Electronic Engineers (IEEE)
American National Standards Institute (ANSI)
American Society for Testing Materials (ASTM)
Insulated Cable Engineers Association (ICEA)
National Bureau of Standards (NBS)
National Fire Protection Association (NFPA)
National Electrical Manufacturer's Association (NEMA)
Underwriter's Laboratories, Inc. (UL)
I
I
I
'ZEL, ENGINEERS
9721-TI6.doc
T16-1
I
I
I
SECTION T16
ELECTRICAL
I
TESTS DURING CONSTRUCTION:
All tests are to be conducted in the presence of the Engineer and OAR. Prior
to energization, insulation resistance between individual conductors in conduit
and from conductors and equipment windings to ground shall be measured.
Measurements shall be made using a "Megger" ground tester (500 volts) as
manufactured by the James G. Biddle Company, Philadelphia, Pennsylvania, or
"Vibraground" tester manufactured by the Associated Research Company, Inc.,
Chicago, Illinois. Wiring and equipment not measuring up to minimum insulation
resistance required by the Underwriters' Laboratory regulations shall be put in
good condition at the electrical contractor's expense.
I
I
I
All ground connections, ground buses, and equipment ground resistances shall be
read using methods and test devices as manufactured by the James G. Biddle
Company, or equal.
I
Rotation checks shall be made on all motors before final mechanical connections
are made. Changes necessary to obtain correct rotation shall be performed by
the Contractor.
I
TESTS OR CHECKS BY INSPECTING AUTHORITY:
The Contractor shall cooperate with
inspections or checks.
code-enforcing authorities
during
I
PRELIMINARY TRIALS:
The electrical contractor shall, in the presence of the Engineer or his
authorized representative, run preliminary trials of the equipment connected by
him. These trials or tests shall consist of, but not be limited to, checking
motor rotation, checking all interlock circuitry for correct operation and
checking all equipment connected by him for proper operation.
I
I
FINAL ACCEPTANCE TESTS AND INSPECTIONS:
After the wiring system is completed, and at such time as the Engineer shall
direct, the Contractor shall conduct operational checks to demonstrate that all
equipment performs in accordance with the requirements of these specifications,
contract drawings and vendor information.
I
I
The Contractor shall cooperate with the Engineer in performing final
inspections. Panel covers shall be removed, doors opened, etc. at the
direction of the OAR, to facilitate checks and inspections. All equipment
opened or disturbed shall be returned to operational condition after the
inspection and approval.
I
I
TEST RESULTS:
All results from tests, preliminary trials and final acceptance tests shall be
documented by the Contractor and turned over to the Engineer at the completion
of the job. Three copies (minimum) of complete test results are required.
I
CORRECTIONS:
Any wiring installation or connection errors discovered during the test and/or
trials shall be corrected by the Contractor at his own expense. Any equipment,
materials or components damaged or destroyed as a result of improper
I
I
'ZEL, ENGINEERS
9121-T16.doc
T16-2
I
I
I
SECTION T16
ELECTRICAL
I
installation or connection by the Contractor shall be replaced by him at his
own expense.
I
CONTRACT DRAWINGS:
The drawings indicate the general arrangement of equipment. Do not scale
drawings. Dimensions for layout of equipment shall be obtained from
architectural or mechanical plans or by field measurement, unless specifically
indicated on electrical plans.
I
I
Coordinate electrical work with details, sections, elevations and plans found
on architectural, mechanical and structural drawings and specifications.
Modify electrical work to conform to requirements of equipment being served and
conditions encountered in serving that equipment.
I
SHOP DRAWINGS, VENDOR PRINTS AND DATA:
Each submittal item shall be marked to show the specification section and page
numbers(s) covering that item, equipment name and number.
I
Submittals for lighting fixtures shall include photometric data and exact type
of ballast and lamps to be used. The Engineer reserves the right to require
sample fixtures to be submitted for approval.
I
RECORD DRAWINGS:
The Contractor shall reserve one complete set of electrical prints for as-built
drawings. Any approved deviation from the contract plans shall be recorded on
these prints by the Contractor. As-built drawings will be checked on the last
working day of each month for accuracy and completeness by the Engineer or his
authorized representative.
I
I
DOCUMENTATION:
At the end of final inspection, the Contractor shall provide three sets of
complete data on electrical materials and equipment used on this job. This data
shall be in bound form and shall include the following items:
I
A complete table of contents.
I
Data sheets indicating electrical and functional characteristics of all
devices and equipment.
I
Copies of all submittals.
I
Panelboard, switchboard and distribution center circuit directories
reflecting all field changes.
The Contractor shall turn over all as-built drawings (record drawings) to the
Engineer at the time of final inspection.
I
The motor control centers and control panels for the lift pumps are being
furnished by the Owner and the Vendor of this equipment will furnish drawings
and manuals on the equipment that they furnish.
I
I
'ZEL, ENGINEERS
9721-TI6.doc
T16-3
I
I
I
SECTION T16
ELECTRICAL
I
MATERIALS:
Materials shall be furnished in accordance with the requirements of this
specification, applicable drawings, agreement and "Codes and Standards" as set
forth hereinbefore.
I
All material furnished by the Contractor shall be new, without defects and
shall be delivered to the job site in the original cartons or packages.
I
All material of the same type shall be the product of one manufacturer.
I
Equipment grouped together to serve a common purpose shall be the product of
one manufacturer or supplier (e. g. ; lineup of starters, contactors,
controllers, transformers, etc.
I
The use of manufacturer's name and catalog number in these specifications is to
define the type and quality of electrical components required. Where possible,
two or more sources have been listed. Other manufacturer's products may be
used only with written approval of the Engineer to assure overall system
compatibility and reliability.
I
WORK:
The term "Work" is taken to include "labor, supervision, installation" and
other action needed to complete the electrical system.
I
I
All work shall be of
accepted. All work
involved.
the
shall
highest quality. No sub-standard work will be
be performed by workmen skilled in the trades
I
CONDUIT:
All exposed conduit shall be rigid aluminum with threaded couplings and
fittings. Aluminum conduit threads shall be painted with conductive joint
compound before assembly. Thin wall (EMT) conduit shall not be used except
where specifically called for on the drawings.
I
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 as larger size conduit. Lengths of 1/2" conduits
shall be as short as possible.
I
I
All exposed conduit shall be run at right angles or parallel to structural
members. Vertical runs shall be plumb. Diagonal conduit runs shall not be
made except with written permission of the Engineer or when conduits are run
below grade. Below grade runs of conduit shall follow paths as specified on
the electrical drawings.
I
Conduit runs installed in or below concrete slabs on grade or routed within
concrete walls of underground pits shall utilize rigid plastic conduit,
Schedule 80, with threaded couplings and termination fittings.
I
I
All underground conduit runs, whether single or runs in
consist of rigid plastic conduit, not less than Schedule
concrete with the top of the concrete envelope not less than
grade. The concrete envelope for single conduit runs shall be
duct banks shall
40, encased in
24 inches below
not less than 3
I
'ZEL, ENGINEERS
972I-TI6.doc
T16-4
I
I
I
SECTION T16
ELECTRICAL
I
inches on all sides while duct banks shall be
Encased conduit runs shall use cemented socketweld
on conduit. All underground conduit runs shall be
non-metallic elbows and fittings.
as detailed on the plans.
couplings or integral bells
terminated with Schedule 80
I
Concrete for electrical
gravel aggregate, f'c
Admixture shall be 3% by
mixed into the concrete.
conduit encasement shall be standard mix with pea
2000 psi, with admixture to produce red color.
weight of pure synthetic red iron oxide uniformly
I
I
All cuts on conduit shall be square. Conduit ends shall be reamed after
cutting. Couplings and threaded hubs shall have no less than five (5) full
threads of the conduit engaged and shall be screwed up wrench tight and butted.
I
Seamless pipe shall be used for all bends made in the field. Conduit bends
shall be made with standard "hickeys" to prevent kinks or flats in the bends.
The proper size hickey shall be used for each size conduit.
I
The radius of the curve of the inner edge of any bend shall not be less than
six (6) times the internal diameter of the conduit. All bends shall be
carefully inspected for flaws before installation.
I
Flexible conduit connections shall be used at all motors or wherever serious
vibration may make rigid conduit connections impractical. Flexible conduit in
non-hazardous areas shall be flexible metal conduit covered with a polyethylene
jacket. Metallic portion of all flexible conduit shall be bonded to boxes. All
fittings shall be of non-ferrous materials.
I
I
Wherever conduits cross building expansion joints, conduit expansion joints
shall be provided.
I
The installation of all conduit shall be properly coordinated with the work of
other trades. Field routed conduit paths must be approved by the Engineer
before installation.
I
PULL BOXES:
Pull boxes shall be constructed of stainless steel or copper free aluminum of
not less than the minimum size recommended by the National Electrical Code.
Pull boxes shall be rain tight, NEMA 3R.
I
The Contractor shall provide pull boxes where shown on the drawings or as
required by the code, whether shown on the drawings or not. Pull boxes shall
be approved for use in the area where they are installed. All pull boxes and
junction boxes shall be sized to permit pulling of conductors out of boxes and
feeding back into the boxes without exceeding the bending radium of cables as
recommended by the cable manufacturer.
I
I
Pull boxes, junction boxes or suitable conduit fittings shall be provided in
accordance with the following schedule:
Run Max. lenqth without pull box
I
Straight
One 900 bend
Two or more 900 bends
not over 200 feet
not over 125 feet
not over 75 feet
I
'ZEL, ENGINEERS
9721-TI6.doc
T16-5
I
I
I
SECTION T16
ELECTRICAL
I
Conduit runs between outlets shall contain not more than the equivalent of four
(4) quarter bends.
I
RACEWAY CLEANING:
The electrical contractor shall be responsible for cleaning all conduit,
wireways and ducts, both overhead and underground before pulling cables. For
underground ducts, the minimum cleaning shall consist of pulling a flexible
mandril 1/4 inch smaller in diameter than the duct, followed by two passes with
wire brushes the same diameter as the duct and one pass with a swab. The
Contractor must be satisfied that ducts are free of burrs or obstructions which
might damage cables before beginning pulls. If cables are damaged while being
installed they shall either be adequately repaired in a manner suitable to the
Engineer, or shall be replaced by the Contractor with new cable of comparable
quality and description, at no cost to the Owner.
I
I
I
Underground ducts for all services, including active, spare and telephone shall
be cleaned as specified in this section.
I
RACEWAY SUPPORTS:
"Raceway" is defined as conduit or any other material or equipment used to
enclose or hold cable or wire, such as wireway or cable tray.
I
The electrical contractor shall provide material and labor to design, fabricate
and install raceway supports.
I
Raceway shall be installed with at least
uninsulated hot pipes or other hot surfaces.
enough apart on supports so that the conduit
pulling or splicing wires.
six (6) inches clearance from
Condui t shall be spaced far
fittings are accessible for
I
Raceway shall not be supported from process piping.
I
All conduit one (1) inch trade size and smaller shall have supports spaced not
more than eight (8) feet apart on horizontal runs and ten (10) feet on vertical
runs. All other raceways shall be supported at intervals not to exceed ten
(10) feet horizontally or vertically.
I
Supports shall be provided on each side of conduit bends or elbows and not more
than 3 feet from any outlet or termination point.
I
Where raceway requires support between structural framing members,
supplementary steel members shall be provided by the Contractor to span
them. Drilling of holes in flanges of structural framing members for
or supplementary steel will be permitted only with the approval
Engineer. Under no circumstances shall holes be permitted in the
portion of any structural member.
suitable
between
hangers
of the
center
I
I
Conduit not located in main racks shall be supported in a suitable manner by
one (1) hole malleable clamps, U-bolts, Korns Clamps or similar means.
Perforated strap or plumbers strap will not be permitted. All supporting
materials shall be non-ferrous, including angle, channel, conduit clamps and U-
bolts.
I
I
'ZEL, ENGINEERS
9721-TI6.doc
T 16- 6
I
I
I
SECTION T16
ELECTRICAL
I
Raceway supports shall be secured to concrete work by approved expansion
anchors or bolts, or by inserts set at the time the concrete is poured. When
conduit supports or racks are attached to structural members with stainless
steel bolts, properly drilled holes shall be used. Burning of holes in
structural steel members shall not be permitted. Supports or racks may be
welded to structural steel members only if welded areas and cut ends are
repaired with Galvalloy or equal.
I
I
All structures or supports for raceway shall be constructed for free draining,
such that condensation or precipitation will not be trapped.
I
WIRE AND CABLE:
General:
I
Conductors for lighting and power circuits shall not be less than #12 AWG,
stranded copper and conform to the following standards and/or specifications.
Conductors for control use shall not be less than #14 AWG, stranded copper with
type THHN/THWN insulation.
I
Conductors shall not be smaller than indicated on the drawings nor less than
that required by the National Electrical Code (NEC).
I
Solid wire shall not be accepted in any service except thermocouple lead wire,
if used. The Contractor shall, at his own expense, replace any solid wire used
on this job with correct type and size stranded wire.
I
Cables and conductors shall be tagged for identification by the electrical
contractor using printed tape, or equal method, at each end and at all
intermediate junction, tap or splice points. Use individual wire numbers as
shown on the wiring diagrams and elementaries for all wires so numbered. Use
cable numbers as shown on cable or circuit schedules.
I
I
All power wires shall be colored black. Control and lighting wires shall be
color coded in accordance with the design drawings, ICEA standards or the NEC
if not indicated by the design drawings.
I
All feeders entering or leaving distribution equipment, junction and pull boxes
shall have conductors tagged as to phase identification; i. e., 'A', 'B' 'c' or
'1', '2', '3' and circuit designations.
I
Each coil or reel of wire and cable furnished by the electrical contractor
shall bear a tag containing the Underwriter's listing stamp, name of
manufacturer, trade designation and month and year of manufacture. Material
shall be of recent manufacture and in no case older than six (6) months.
I
600 Volts and Below:
I
Wire sizes through #6 shall have THNN/THWN insulqtion. Wire sizes larger than
#6 shall have XHHW insulation.
Insulated ground conductors shall have THHN/THWN or XHHW green insulation.
.
.
Insulation and jacket for single conductor wire and cable shall meet or exceed
UL Standard 83.
I
'ZEL, ENGINEERS
972I-TI6.doc
T16-7
I
I
SECTION T16
ELECTRICAL
I
Conductors shall be manufactured by General Cable, Okonite, Rome, Cablec or an
approved equal.
I
WIRE CONNECTIONS AND DEVICES:
Wires and cables shall be installed without joints or splices, as far as
practical. Splices, connections and terminations, when needed, shall be made
with approved pressure-type solderless fittings.
I
I
Connectors, splices and terminations shall be securely fastened with double
indent tools designed to bring uniform pressure on all sides and shall not
loosen under normal vibration or strain.
Fittings shall be of the correct size for the conductors and strands shall not
be cut from conductors.
I
Splices, if used, shall be insulated such that insulation will be equal to or
better than the insulation on wires which are spliced.
I
Installinq Wire And Cable:
I
All wire and cable shall be installed in raceway systems. No wire or cable
shall be installed until the raceway system for that wire or cable is complete.
I
Wire pulling lubricant shall be used when installing wire or cable in raceway
whose length from feeding point to pulling point exceeds 25 feet (except tray).
Care shall be taken to ensure conductor maximum pulling tension is not exceeded
while pulling wire into conduit.
I
Installation in Panelboards, Cabinets, Control Panels, Etc.:
I
Wiring in such installation shall be neatly formed, grouped and laced with non-
conductive binders.
I
BOXES, CABINETS AND ENCLOSURES:
Pull boxes shall be supplied in conformance with a prior subsection of this
specification.
I
Junction boxes, cabinets and other enclosures for electrical materials or
equipment shall be provided as shown on the drawings or as required by the
National Electrical Code.
I
Size shall be the larger of that shown on the drawings or as required by the
National Electrical Code.
I
Material shall be stainless steel or copper free aluminum.
All connections to boxes and cabinets installed outdoors shall be by threaded
hubs or fittings meeting NEMA 3R minimum requirements.
I
All boxes and cabinets installed outdoors shall be of minimum NEMA 3R
construction.
I
'ZEL, ENGINEERS
9721-TI6.doc
T16-8
I
I
I
SECTION T16
ELECTRICAL
I
Outlet boxes of a type to suit the intended use shall be installed at the
locations shown on the drawings.
I
Location of outlet boxes shall be closely coordinated with the work of other
trades to avoid interferences and provide efficient service to the devices or
equipment served.
I
Boxes for exposed outdoor use shall be stainless steel or copper free aluminum
material, fitted with covers suitable for the environment in which they are
located.
I
All supports fabricated for outdoor boxes shall be aluminum.
I
PANELBOARDS:
Furnish and install circuit breaker type lighting and power panelboards as
indicated on the drawings and schedules.
I
panelboards shall be of the dead-front safety type employing thermal-magnetic
molded case circuit breakers.
All current-carrying parts of the bus assembly shall be copper. Main ratings
shall be as shown in the panelboard schedule on the drawings and schedules.
I
A steel circuit directory frame and card with a clear plastic covering shall be
provided on the inside of the door. The directory card shall provide a space
at least 1/4" high x 3" long for each circuit. The directory shall be typed to
identify the load fed by each circuit.
I
I
SWITCHES, RECEPTACLES AND DEVICES:
All wiring devices shall be of heavy duty industrial grade or hospital grade
construction.
I
Wiring connections shall be made only via looping conductors around terminal
screws. Devices employing only "slip-in" wire connections shall not be used.
(Compression type connections are permitted with power receptacles and plugs.)
I
Devices shall be held securely in place by threaded screws attached to outlet
boxes. Devices shall, in no way, depend on cover plates for support.
I
Wiring devices installed outdoors or in potentially wet areas shall be
installed in FS boxes with weatherproof covers.
Plates installed on masonry walls shall be oversized jumbo type.
I
Wiring devices installed indoors shall be installed in surface mounted boxes
with stainless steel covers.
I
Plates installed on surface mounted outlet boxes shall also be stainless steel.
Plates shall be properly aligned horizontally and vertically.
I
I
'--
'ZEL, ENGINEERS
9721-TI6.doc
T16-9
I
I
I
SECTION T16
ELECTRICAL
I
Switches:
All switches shall be rated 20 amps, 120/277 volt, silent type.
I
Where more than one switch is indicated in the same location, switches shall be
gang mounted under a common cover plate.
I
Unless noted otherwise, switches shall be set 48 inches above walking surface
and shall clear door trim or corners approximately 4 inches from the edge of
the space occupied.
I
Switch locations shall be coordinated to place switches on the strike side of
doors.
120 Volt Convenience Outlets (Receptacles):
I
All receptacles shall be duplex grounding type rated 20 amps, 125 volts, A.C.,
NEMA 5-20R, except as noted on drawings.
I
All receptacles located outdoors or in damp locations shall be the ground fault
interrupting type with a weatherproof hinged cover.
I
Control Switches:
I
Push buttons and selector switches shall be industrial, heavy duty, oil tight
construction to mount in a standard 1-7/32 inch diameter hole. Contact blocks
shall be suitable for side-by-side and/or tandem mounting to the base of the
operator. Terminals shall be pressure clamp type to accommodate #12 - #18
stranded copper wire. Contacts to be rated at least 60 ampere make, 6 ampere
break at 120 volts AC.
I
Pilot Liqhts:
I
Pilot lights shall be industrial, oil tight construction, 120 volt transformer
type, with interchangeable colored lens, to mount in a standard 1-7/32 inch
diameter hole. Terminals shall be pressure clamp type to accommodate #12 - #18
stranded copper wire.
I
Relays:
I
Unless otherwise noted on drawings, all relays shall be industrial machine tool
type with convertible 600 volt AC contacts with minimum ratings of 60 ampere
make, 6 ampere break at 120 volts AC. Coils shall be of molded construction,
matched to the circuit voltage and continuous duty rated. Terminals shall be
provided with pressure wire connectors.
I
I
DISCONNECT SWITCHES:
Switches shall be provided as shown on the drawings or as required by the
National Electrical Code and shall be of heavy duty, industrial rated
construction with stainless steel or aluminum enclosures.
I
I
'ZEL, ENGINEERS
9721-T16.doc
T16-10
I
I
I
SECTION T16
ELECTRICAL
I
Switches shall be type and size as shown on the drawings.
All switches shall be rated NEMA 3R whether located indoors or outdoors, unless
otherwise noted on drawings.
I
Switches shall be installed to be fully accessible in accordance with the NEe.
I
Switches shall be constructed to simultaneously disconnect all ungrounded
conductors.
I
Switches shall be identified with name and number of circuit (s) or motor (s)
served.
I
All double throw switches shall have a safety interlock switch connected to de-
energize the motor via the control circuit before the motor power circuit is
opened, or padlocked with engraved plates attached thereto giving specific
instructions regarding switch operation. Padlocks shall be Master or equal.
All keys shall be turned over to the Facility Manager.
I
Ratinq and Over-current Protection:
I
Low voltage switches used to disconnect motor circuits shall be horsepower
rated. Rating must equal or exceed the horsepower of motor (s) fed by the
switch(es) .
I
If a fused disconnect switch is called for, fuses of size and rating specified
on the drawings or schedules or by the NEC shall be supplied by the Contractor.
I
OVER-CURRENT PROTECTIVE DEVICES:
Ratinq:
I
All devices shall be rated to conduct at least the maximum full load current of
the circuit in which it is used.
I
All protective devices which interrupt overload or short circuit current shall
be rated to interrupt and withstand the maximum bolted fault current which may
occur in the circuit to which it is connected.
I
All devices shall be furnished to agree with additional requirements listed on
the drawings and schedules.
Fuses:
I
Fuses shall be one-time type. Renewable fuses are specifically prohibited.
Fuses, unless noted otherwise, shall be current-limiting type.
I
Only cartridge-type fuses may be used. Plug-type fuses are prohibited.
Circuit Breakers:
I
Molded case circuit breakers for panelboards and similar uses shall be thermal-
magnetic type. Magnetic-only type may be used in combination motor starters.
I
'ZEL, ENGINEERS
9721-T16.doc
T16-11
I
I
I
SECTION T16
ELECTRICAL
I
Molded case circuit breakers shall be bolt-on type. Plug-in type connections
shall not be used. Load side lugs shall be furnished to match the number, type
and size wire or cable attached.
I
Motor Overloads:
Motor overload relays shall be 3 pole, ambient compensated type.
I
The Contractor shall provide all motor overload relay heaters.
I
Heaters shall be sized according to manufacturer's recommendations and
according to actual motor nameplate data.
Motor overload relays shall be furnished as integral components of all motor
starters.
I
SERVICE AND DISTRIBUTION:
The 480 volt, 3 phase, 3 wire, 60 Hz
control center room shall consist of
existing variable frequency drive MCC
the existing lift station building.
Drawing No. 16.
service to the new lift station motor
two 800 amp 'feeders extended from the
Room and a 100 amp feeder from MCC 4 in
Refer to the single line diagram on
I
I
The feeder for MCC 99-1 originates in Switchgear Unit No.1, Breaker 7, passes
through ATS 7 and serves variable frequency drives No. 1 and No.2. Disconnect
the circuits to these drives (3-750KCMIL and 1-#2/0G to each drive) and route
via existing and new cable tray to new manual transfer switch MTS 7. Splice on
new conductors of same size as required. Install new conductors of same size
back to variable frequency drives No. 1 and No. 2 for emergency use in future.
Install 2-4" conduits with 3-750KCMIL and 1-#2/0G from MTS 7 to MCC 99-1 via
underground ductbank. Also install an empty 1" conduit for future
interlocking.
I
I
I
The feeder for MCC 99-2 shall be same as above for MCC 99-1 except that the
feeder originates in Switchgear Unit No.2, Breaker 21, passes through ATS
2000, and serves variable frequency drives No. 3 and No.4. New manual
transfer switch is designated MTS 2000.
I
See LABELS, Page T16-15, for warning labels to be placed on MTS 7 and MTS 2000.
I
I
The 100 amp feeder to the 480 volt distribution panel DP located in new MCC
room shall originate from existing MCC 4 located in the existing lift station
building. Provide a circuit breaker or fused disconnect at MCC 4 if required.
Field route a 1 1/2" conduit with 3-#2 and 1-#6G conductors to DP as shown on
Drawing 15.
I
The Contractor shall provide all materials, labor, equipment, and supervision
to install the service as required under this phase and coordinate with the
plant superintendent any plans for outages of electrical service that may be
needed to complete these tie-ins.
I
I
'ZEL, ENGINEERS
972I-T16.doc
T16-12
I
I
I
SECTION T16
ELECTRICAL
I
GROUNDING:
A ground loop consisting of a #4/0 bare copper conductor shall be installed
around the new motor control center building with 3/4" x 10' copper clad ground
rods installed at diagonal corners. A #4/0 bare copper conductor shall be run
from the loop to the ground bus in each motor control center.
I
I
Non-current carrying metal parts of all electrical equipment shall be grounded
to equal or exceed the requirements of the National Electrical Code. In
general, a separate ground conductor shall be attached to each item for which
grounding is required. Switchgear assemblies, motor control centers, motors,
motor starters, feeder breakers or switches and switch racks shall be connected
to the ground system. All metallic conduit and raceway shall be grounded
directly or through the equipment.
I
I
All neutral conductors shall be grounded, except where specifically exempted.
Neutrals shall be connected to ground at only one point, as specified by the
NEC (usually at system distribution panel) .
All new ground conductors or systems shall be tied into existing ground
system (s) such that electrical continuity will be maintained throughout the
completed ground grid.
I
I
TRANSFORMERS:
Ventilated dry-type transformers shall be designed in full accordance with ANSI
C89.2 (NEMA ST-20) for all KVA ratings 600 volts and below, and up through 500
KVA above 600 volts.
I
Transformers shall be designed and rated for continuous operation at rated KVA
24 hours per day, 365 days per year, with normal life expectancy as defined in
IEEE No. 65.
I
Transformers shall have proven 2200C. insulation systems. The coils shall be
wound with copper conductors insulated with proven high temperature resistant,
2200C. material.
I
Transformer enclosures shall be fabricated of code gauge steel and arranged to
prevent the entrance of foreign objects. Transformers mounted inside motor
control center enclosures may be supplied less cabinet.
I
I
LIGHTING:
Lighting fixtures and lamps similar and equal to the type
drawings, schedules and/or this specification shall be furnished
by the Contractor.
shown on the
and installed
I
Lighting fixtures shall be located approximately as shown on the electrical
drawings. The Contractor shall review drawings of other trades to provide
lighting fixtures compatible with surrounding conditions, to provide effective
lighting for the work areas and to prevent interference between lighting
equipment and other equipment.
I
I
Installation and
responsibility of
uniformly. Aiming
proper support of lighting fixtures shall be the
the Contractor. Fixtures shall be aligned and mounted
to accomplish effective lighting of areas to be illuminated
I
'ZEL, ENGINEERS
972I-TI6.doc
T16-13
I
I
I
SECTION T16
ELECTRICAL
I
shall be performed by the Contractor. The Contractor shall supply all hardware
and accessories necessary for proper mounting and installation of fixtures.
Exterior Liqhtinq Fixtures:
I
All lighting fixtures (both interior and exterior) shall be industrially rated,
enclosed, gasketed, and weatherproof.
I
Poles, fittings, supports and all hardware and materials necessary for the
complete installation and connection of fixtures shall be furnished by the
Contractor. Poles shall be aluminum to match existing.
I
Lamps:
I
Lamps shall be provided for all fixtures. Lamps installed during construction,
which have experienced more than 75% of burning hour life, as published in
manufacturer's data, shall be replaced with new lamps prior to final
inspection.
I
Incandescent lamps shall be rated for a minimum of 2500 burning hour life and
shall be vibration resistant.
I
Fluorescent lamps shall be high efficiency type employing latest technology
designed to yield maximum lumens output per watts input.
I
HID lamps shall be clear type, rated for 24,000 average hours minimum life,
suitable for all operating positions.
Ballasts:
I
Ballasts for High Intensity Discharge fixtures (HID) shall be high power factor
type.
I
Area Liqhtinq Control: Area lighting shall be served at a voltage of 460
volts, single phase through a contactor in the Motor Control Center. The
lighting contactor shall be controlled automatically by a photoelectric cell
with manual override provided by a Hand-Off-Automatic switch.
I
MOTORS:
I
Motors furnished under other sections of these specifications shall be of
sufficient size for the duty to be performed and shall not exceed 115% of the
full-load rating when the driven equipment is operating at specified capacity
under the most severe conditions likely to be encountered. Unless otherwise
specified, all motors shall be for operation on 460 volts, 3 phase, 60 Hertz
and shall be totally enclosed suitable for continuous-duty based on a 40 degree
C. ambient temperature of reference. Polyphase motors shall be squirrel-cage
type, having normal-starting-torque and low-starting-current characteristics,
unless other characteristics are specified elsewhere. The horsepower ratings
indicated on electrical drawings are for guidance only and do not limit the
equipment size. When electrically driven equipment furnished under other
sections of these specifications materially differs from the contemplated
design, the Contractor shall make the necessary adjustments to the wiring,
disconnect devices, branch circuit protection and starters to accommodate the
equipment actually installed, without additional cost to the Owner.
I
I
I
I
'ZEL, ENGINEERS
972I-TI6. doc
T 16-14
I
I
I
SECTION T16
ELECTRICAL
I
MOTOR STARTERS, CONTROLS AND EQUIPMENT CONNECTIONS:
Motor Startinq and Controls: Unless otherwise specified herein or noted on the
drawings, it is the intent of these specifications that motor starters and
controls for all motor operated equipment shall be furnished, installed and
wired complete for operation under this section of the specifications. All
motors are specified under other sections of these specifications to be
furnished with the equipment to be driven and, for certain specific equipment
hereinafter referenced, the control equipment is likewise specified to be
furnished with the equipment.
I
I
I
Maqnetic Motor Starters: Magnetic motor starters shall be two and three pole,
full voltage, across the line starters equipped with thermal overload relays
sized to suit the motor served. The minimum size magnetic starter shall be
NEMA Size O. Starter coils shall have 120VAC rating unless noted otherwise.
Suitable starter enclosures shall be provided to suit the environment.
Magnetic motor starters shall be as hereinafter specified under Motor Control
Center.
I
I
Equipment Connections: All wiring (conduit, conductors and connections) for
the interconnection of electrical equipment and its controls shall be furnished
and installed under this section of the specifications, except as otherwise
stated hereinafter for Instrumentation. Connections shall
comply with all applicable requirements of this section of the specifications.
Flexible raceways six feet or less in length shall be provided to all
electrical equipment subject to vibration or movement and for all motors.
Liquidtight raceways with compression fittings shall be used in damp or wet
locations.
I
I
I
LABELS:
General: Labels and tags are to be provided on all equipment as specified in
other paragraphs of this section. In addition to the general equipment labels,
warning labels as specified below are to be provided and installed.
I
Warninq Labels: Warning labels are to be furnished and installed on MTS 7, MTS
2000, and JB-Ml thru JB-M8. Labels are to be made from red lamacoid with white
engraved letters. Labels are to be attached to outside front of equipment with
epoxy cement. Letters are to be IH, 3/4H, and 3/8H high as noted, headings to
be centered.
I
I
MTS 7: To be ISH (t) wide, height as required, engraved as follows:
MTS 7 (3/4" High)
I
WARNING (1" High)
(Following to be 3/8" high letter)
TO BE OPERATED BY AUTHORIZED PERSONNEL ONLY. DO NOT OPERATE
SWITCH UNLESS THE FOLLOWING ARE OPEN AND LOCKED OUT:
I
MCC 99-1, MAIN BREAKER
VF DRIVE #1, MAIN BREAKER
VF DRIVE #2, MAIN BREAKER
I
I
'ZEL, ENGINEERS
9721-TI6.doc
T16-15
I
I
I
SECTION Tl6
ELECTRICAL
I
Also provide 3 each 1" high x width required labels with 3/4" high letters, one
engraved "MCC 99-1", one engraved "VF DRIVES #1 & #2", and one engraved "OFF".
Install on front of switch opposite designated switch position.
I
MTS 2000: To be same size and same letter heights as MTS 7. Engrave
as follows:
MTS 2000
I
WARNING
I
TO BE OPERATED BY AUTHORIZED PERSONNEL ONLY.
UNLESS THE FOLLOWING ARE OPEN AND LOCKEO OUT:
DO NOT OPERATE SWITCH
I
MCC 99-2, MAIN BREAKER
VF DRIVE #3, MAIN BREAKER
VF DRIVE #4, MAIN BREAKER
I
Also provide 3 each 1" high x width required labels with 3/4" high letters, one
engraved "MCC 99-2", one engraved "VF DRIVES #3 & #4", and one engraved "OFF".
Install on front of switch opposite designated switch position.
I
Junction Boxes JB-Ml thru JB-MS: Provide a label 12" (t) wide height as
required, for each of the S junction boxes. Engrave as follows for JB-M1:
I
JB-M1 (3/4" High)
WARNING (1" High)
HIGH VOLTAGE INSIDE (1" High)
(Following to be 3/S" high letters:)
TO BE OPENED BY AUTHORIZED PERSONNEL ONLY.
99-1, MUST BE OPENED AND LOCKED OUT BEFORE
BREAKER FOR PUMP # 1,
OPENING THIS DOOR.
MCC
I
I
Labels for JB-M2 thru JB-M4 to be same except change to JB-M2, -M3, and -M4,
and Pump #2, 3, and 4.
I
Labels for JB-M5 thru JB-MS to be same except change to JB-M5, -M6, -M7 and -MS
and Pump #5, 6, 7 and 8, MCC 99-2.
I
EQUIPMENT REFERENCES:
particular attention and reference shall be made to the other sections of these
specifications for the proper coordination of all material to be furnished
and/or installed and all work to be accomplished under this section, and for
descriptions of control equipment furnished thereunder as well as the manner in
which the equipment will function. Equipment requiring electrical connections
and coordination shall include, but not be limited to the following:
I
I
Section T-l1; Hoist: The hoist specified in this section is to be purchased
complete with controls, a pendant pushbutton station, and a festoon cable
system with track. Provide and install a non-fused disconnect switch, a
junction box to terminate festoon cable, and power wiring to junction box.
Install track and festoon cable and connect up as required.
I
I
'ZEL, ENGINEERS
9721-T16.doc
Tl6-16
I
I
I
SECTION T16
ELECTRICAL
I
Section T-12; Lift Pumps with Motors, Motor Control Centers and Control
System: The equipment purchase specification included herein gives the
requirements for the following equipment being purchased by the Owner:
I
I
· Nine submersible lift pumps with motors and power and control cables
sufficient to reach junction boxes located on walkway above the wet
wells (Eight to be installed, one spare.)
· Two motor control centers (99-1 and 99-2) complete with main breakers
and combination solid state reduced voltage starter for eight lift
pumps.
· Two control panels: One will control pumps 1 thru 4 installed in wet
well #1, the other will control pumps 5 thru 8 installed in wet well
#2.
· Two submersible level transducers.
I
I
The supplier of this equipment will furnish shop drawings, wiring diagrams, and
installation and instruction manuals on this equipment, and a service
representative will be available as required during installation, check-out and
start-up.
I
I
This equipment is to be installed, wired up, and checked out for proper
operation under this contract.
I
Feeders to the MCC's shall be installed as specified under "SERVICES AND
OISTRIBUTION" section of this specification. A junction box with terminal
blocks for each motor is to be installed on the walkway and power and control
wiring shall be installed from the MCC's to the junction boxes. The power and
control cables furnished with the pumps are to be terminated on the terminal
blocks in the junction boxes. See LABELS, Page T16-15 for details of Warning
Labels to be installed on the junction boxes. Padlocks are to be provided for
the eight junction boxes. Padlocks to be Master or equal, keyed alike. All
keys are to be turned over to the Facility Manager.
I
I
Conduits and wiring is to be provided between the MCC's and the respective
control panels per the vendor's drawings, and 120 volt power shall be provided
from the LP to each control panel.
I
The two submersible level transducers are to be installed per details on the
drawings, and conduit and wiring provided from the control panels to junction
boxes installed at the walkway to terminate the waterproof cables furnished
with the transducers.
I
I
Section T-14; Bar Screen: A control panel with disconnect switch is included
wi th the bar screen being furnished under this section. Install the control
panel where indicated on the drawings, provide feeder to the panel, and install
conduit and wiring per vendor requirements from the control panel to junction
box on the bar screen.
I
Section T-15; HVAC and Air Purification Equipment: Provide 480 volt power
wiring and local fused disconnects for the air conditioning unit, condenser and
the Purafil tub scrubber unit. Provide a 240 volt circuit to the Purafil
C .A. R. E. unit.
I
I
'ZEL, ENGINEERS
9721-T16.doc
T16-17
I
I
I
SECTION T16
ELECTRICAL
I
Section T-17; Sonic Flow Transmitter:
I
MOTOR CONTROL CENTERS:
The motor control centers are Owner furnished as noted hereinbefore in this
section and in Section T-12. They are to be installed under this contract as
listed hereinbefore.
I
PAYMENT:
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
I
I
I
I
I
I
I
I
I
I
I
I
I
'ZEL, ENGINEERS
9721-Tl6.doc
T16-1S
I
I
I
SECTION TI8
GRASSING
I
I
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment and materials and performing all operations
required to establish a satisfactory cover of grass within all unpaved areas
disturbed by construction. All work shall be performed in strict accordance
with this section of the specifications and the applicable drawings and subject
to the terms and conditions of the Contract.
I
I
GENERAL:
The grassing operations shall consist of preparation of the soil, including
tillage, liming and fertilizing, seeding or sprigging, mulching, watering, and
maintenance and repair of planted areas until a satisfactory grass cover is
obtained and the work is finally accepted.
I
MATERIALS:
Seed: Areas to be grassed shall be seeded with Hulled Bermuda grass seed. All
seed for grassing shall be tested and approved by the Georgia Department of
Agriculture not more than 6 months prior to the date of sowing and packaged and
labeled in accordance with the Georgia Seed Laws and Rules and Regulations in
effect on the date of the Invitation for Bids. Seed which has become wet or
moldy or otherwise damaged prior to the time of. sowing will be rejected.
I
I
I
Aqricultural Lime shall be a pulverized limestone having the following
certified chemical and physical properties:
I
Total Carbonates, not less than 85%
Passing 10-mesh screen, at least 100%
Passing 100-mesh screen, at least 25%
I
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.
I
I
Mulch: Any of the mulch materials, consisting of forest litter, hay, straw,
hulls of cotton balls or peanuts, ground corncobs, stalks of corn, cane, potato
vines, tobacco or other stems, or peat, which are permitted under Standard
Specifications of the State Highway Department of Georgia will be acceptable
provided they are properly shredded or ground. Mulch materials which contain
seeds of species of weeds or plants which would germinate and be harmful to the
proposed planting will not be accepted. Before collection of mulch material is
begun or delivery is made, the Contractor shall submit samples for approval.
Only approved mulch from approved sources will be accepted.
I
I
Water for use in connection with the grassing operations will be furnished by
the Owner, or obtained from any other approved source. Such water shall be
free of excess chlorine, or other chemicals or substances harmful to plant
growth.
I
I
'ZEL, ENGINEERS
972I-T18.doc
T18-1
I
I
I
SECTION T18
GRASSING
I
I
GROUND PREPARATION:
Prior to preparing the ground for grassing operations, all weeds, brush and
other vegetation in the areas to be planted which has not been removed during
clearing and grubbing and grading operations shall be removed from the site.
All irregularities in the surface shall be smoothed out and all roots, clay
lumps and stone greater than 2 inches in diameter, and other foreign material
detrimental to tillage, planting and proper growth and maintenance of the area
shall be removed. In all areas where the topsoil has been removed during
grading operations, the topsoil which has been stockpiled shall be returned and
evenly distributed over these areas. Stockpiled topsoil shall be kept free
from subsoil, brush, objectionable weed growth, litter, stones and clay lumps
larger than 2 inches in diameter, stumps, roots, and other material that would
interfere with planting and maintenance operations. Herbicides used for weed
control shall conform to SC-14.
I
I
I
LIMING AND FERTILIZING:
After the areas to be seeded have been brought to finished grade, agricultural
lime and fertilizer conforming to the requirements of this specification shall
be uniformly distributed over the areas, lime at the rate of one ton per acre
and fertilizer at the rate of 1000 pounds per acre. In areas where mechanical
spreaders cannot be used, the lime and fertilizer may be applied by hand
methods. The lime and fertilizer shall not be applied when the wind makes it
difficult to obtain satisfactory distribution.
I
I
I
TILLAGE:
The lime and fertilizer shall be thoroughly and uniformly mixed with the soil
to a depth of approximately 3 inches by plowing, discing and harrowing until
the soil is friable and well pulverized. Hand tillage will be required in all
areas where mechanical equipment cannot be operated.
I
I
PLANTING:
Seeding operations shall not be performed prior to April 15 or after September
15, nor unless the soil has the optimum moisture content or more, through a
depth of at least 3 inches.
I
Seedinq: Seed conforming to the requirements of this specification shall be
uniformly sown by approved mechanical power drawn drills or seeders or, in
small areas, by mechanical hand seeders. Hulled Bermuda shall be planted at
the rate of 40 pounds per acre. The seeds shall be covered and compacted to a
depth of 1/8 to 1/2 inch by means of a cultipacker and an empty traffic roller
or another roller weighing less than 3 tons. Broadcast seeding shall not be
done when the wind makes it difficult to get satisfactory distribution.
I
I
WATERING:
After the planting has been completed, the moisture content of the soil will be
tested. If there is not enough moisture in the soil to insure germination and
adequate plant growth, water shall be applied by sprinkling until an adequate
moisture content has been reached. In the absence of adequate rainfall during
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.
I
I
I
'ZEL, ENGINEERS
972I-TI8. doc
T18-2
I
I
I
SECTION TIS
GRASSING
I
MULCHING:
Mulching of planted areas will not be required but may be employed at the
option of the Contractor as an aid in reducing erosion and conserving soil
moisture. I f employed, the mulch shall conform to the requirements of this
specification. The rate of application of the mulch depends on the texture of
the mulch. The proper application will allow some sunlight to penetrate and
air 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.
I
I
I
ESTABLISHMENT AND MAINTENANCE:
The Contractor is responsible for providing a satisfactory stand of living
seeded grass in which gaps larger than 12 inches do not occur at the time of
acceptance of the project. Any areas which fail to show a uniform stand for
any reason whatsoever, shall be replanted according to these specifications and
such replanting shall be repeated until acceptance by the Engineer. The
Contractor shall properly water, mow and otherwise maintain all planted areas
and any damage resulting from erosion, washing or other causes, shall be
repaired by fill topsoil, tamping, refertilizing and replanting at no
additional expense to the Owner, if such damage occurs prior to acceptance of
the project.
I
I
I
EROSION CONTROL:
In the event completion of grading operations of areas to be planted extends
beyond September 15, planting must be postponed until the following spring
season. The Contractor will be permitted to seed such areas with Rye qrass at
his own expense, if he so desires, to control erosion of the qraded 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 propert y or to adj acent property
owners.
I
I
I
PAYMENT:
No separate payment will be made for the grassing and other work covered by
this section of the specifications. All costs in connection therewith shall be
included in the lump sum Base Bid for the completed work.
I
I
I
I
'ZEL, ENGINEERS
972I-TI8.doc
T1S-3
I
I
SECTION T19
EQUIPMENT ERECTION
I
I
SCOPE:
Equipment erection includes all labor, material and construction equipment
costs required for the complete installation of equipment.
I
All equipment and pipe supports shall be grouted with plain grout, unless
otherwise directed.
I
The Contractor, unless instructed otherwise by the Resident proj ect
Representative (RPR) shall comply with the markings where shown for lifting and
other such notations placed upon the packages.
I
The Contractor shall be responsible for the final alignment of all motors
purchased directly by the Owner or furnished with the equipment purchased by
the Owner or furnished by the Contractor.
I
All work necessary for preservation of and preventive maintenance for
equipment, whether stored or erected, shall be performed by the Contractor.
Preservatives shall be furnished by the Contractor. Contractor to maintain
written records of all preservation and preventive maintenance performed on
major equipment before time of final acceptance.
I
I
Spare parts furnished with equipment, but not to be erected, shall be placed in
the storage area designated by the RPR.
I
The Contractor shall furnish
acetylene, stainless steel (ss)
such expendables as welding rods, oxygen,
shims, cleaning solvents, cleaning rags, etc.
Equipment guards, platforms, railings, etc., furnished with equipment, shall be
completely erected by the Contractor.
I
ERECTION AND ASSEMBLY:
The Contractor shall place and assemble equipment and machinery in accordance
with the best practice of the trades involved.
I
Wherever equipment manufacturer's special setting or erection instructions are
furnished or called for by the manufacturer's representative, they shall be
followed.
I
Wedging will not be permitted.
equipment. All shims shall be
not be used on anchor bolts for
equipment.
Only flat shims shall be used in leveling
furnished by the Contractor. Jack nuts shall
leveling, aligning or supporting machinery and
I
I
Dial indicators shall be used for equipment alignment unless otherwise
instructed by the RPR.
I
Couplings shall be aligned within .003" tolerance overall unless otherwise
instructed by the RPR.
I
'ZEL, ENGINEERS
972I-TI9.doc
T19-1
I
I
I
SECTION T19
EQUIPMENT ERECTION
I
I
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.
I
I
N9 piping shall be permanently bolted to equipment flanges until the pipe is
sufficiently supported and has been checked by the RPR to see that no strain is
placed on the equipment. All mechanical drive couplings assembled by the
vendor shall be broken and checked by the Contractor prior to start-up and any
misalignment shall be corrected. All mechanical drive couplings shall be
rechecked prior to start-up for misalignment and any misalignment shall be
corrected by the Contractor.
I
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 which shall
be standard taper pins (1/4 inch to ft.) with pulling nut. Dowels shall be
installed for each component piece, in a drilled and taper reamed hole in each
of the diagonally opposite feet near the anchor bolt. Dowels shall not be
installed until after the final alignment, immediately prior to start-up, has
been completed.
I
I
The Contractor shall remove any beams, bracing, etc. ,
erection of equipment and shall reinstall all components
after erection of the equipment. The Contractor shall
supports required to permit erection of equipment.
which interfere with
so removed immediately
install any temporary
I
Openings for access into the building shall be made and closed by the
Contractor.
I
The Contractor must furnish, install, and dismantle any temporary access
platforms that he deems necessary to erect the equipment.
I
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.
I
Spare parts and maintenance tools furnished with equipment shall not be used
for installation work, and shall be turned in to the RPR.
I
GROUTING:
All grouting of equipment and machinery shall be done by Contractor with plain,
Embeco or LL636 grout or equal as specified by the RPR.
I
Materials shall be the following:
I
Portland cement, ASTM C150-67, Type 1.
Water, potable.
I
'ZEL, ENGINEERS
972I-TI9. doc
T19-2
I
I
I
SECTION T19
EQUIPMENT ERECTION
I
Non-shrink grout. Embeco (pre-mixed) or LL636 (pre-mixed) by Master
Builders or equal shall be used.
I
Sand, ASTM C33-64.
Coarse Aggregate, ASTM C33-64, Size No. 8 (3/8 in. to No.8) .
I
I
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.
I
Plywood or metal forms, approved by the RPR, may be used at the Contractor's
option.
Exposed edges shall have chamfer as directed.
I
All necessary ties, wires, braces, etc., required to properly align the forms,
shall be furnished by the Contractor.
I
Grout
mixer
RPR.
water
shall be mixed in a mechanical mixer, either concrete mixer or mortar
type. For small amounts, hand mixing may be permitted if approved by the
Material shall be accurately measured by volume or by weight, with mixing
carefully measured.
I
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.
I
I
Any required chipping of foundations to prepare a satisfactory surface shall be
done prior to placing machinery by the Contractor.
I
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.
I
The following mixes shall be used to grout equipment as directed by the RPR:
I
No. 1 Mix - Plain mix (by weight) to be used for grouting two inches thick
and less and shall consist of one part cement and one and one-half parts
sand.
I
No. 2 Mix - Plain mix
inches thick, and shall
parts sand.
(by weight) shall be used for grouting over two
consist of one part cement and one and one-half
I
'ZEL, ENGINEERS
9721-T19.doc
T19-3
I
I
I
SECTION T19
EQUIPMENT ERECTION
I
No. 3 Mix - Ernbeco Mix (pre-mixed) shall be used only where specified and
shall be prepared in strict compliance with the recommendations of the
Master Builders Company.
I
No. 4 Mix - LL636 (pre-mixed) shall be used only where specified and shall
be prepared in strict compliance with the recommendations of the Master
Builders Company.
I
Any equipment that is required to be grouted with Ernbeco or LL636 by the
manufacturer or manufacturer's erection supervisor shall be grouted with same
unless otherwise changed by the RPR.
I
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.
I
I
Where edge or surface of Embeco grout will be exposed, cut back 3/4 inch
minimum, and finish with plain Portland cement mortar (No.1 Mix).
I
INSTALLATION OF CHAIN OR BELT DRIVEN EQUIPMENT:
Direction and speed of rotation of driving shafts and motors shall be checked
before connecting to driven shafts. Driving shafts having axial end play, such
as those of motor and certain other equipment, shall be run at operating speed;
and the running position shall be marked, using chalk and scriber or other
similar method. The shafts shall be blocked in this position while aligning
the equipment.
I
I
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.
I
Angular alignment and end clearance shall be checked by use of a feeler gauge
of proper thickness inserted at four equally spaced points, 900 apart, around
the outer edges of coupling halves.
I
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 readj ustment of another. Final recheck shall be made with
dial indicators of high accuracy, or optical equipment approved by the
Engineer.
I
I
INSTALLATION OF OIRECT DRIVEN EQUIPMENT:
Direction and speed of rotation of driving shafts and motors shall be checked
before connecting to driven shafts. Driving shafts having axial end play, such
as those of motors and certain other equipment, shall be run at operating
speed; and the running position shall be marked, using chalk and scriber or
other similar method. The shafts shall be blocked in this position while
aligning the equipment.
I
I
I
'ZEL, ENGINEERS
9721-T19.doc
T19-4
I
I
I
SECTION T19
EQUIPMENT ERECTION
I
Shaft leveling shall be by use of a machinist's (Starrett #98, or equivalent)
level placed across the faces of the two coupling halves. Radial alignment
shall be checked at the same time by use of a straight edge placed across the
faces of the two coupling halves in both the horizontal and vertical planes.
I
I
Angular alignment and end clearance shall be checked by use of a feeler gauge
of proper thickness inserted at four equally spaced points, 900 apart, around
the outer edges of coupling halves.
I
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 .
I
TEST RUN:
Before starting an item of equipment for the first time, all of the following
shall be performed:
I
Direction and speed of rotation shall be checked.
I
Removal of all shaft blocks used for blocking shafts in running position during
installation.
I
Lubrication of all parts with manufacturer's recommended grade and quantity of
lubricant, and under the Owner's supervision.
Tightening of all bolts and capscrews.
I
Torch trim bolt projections to approximately 1/8 inch above nut, and grind
smooth.
I
When ready to start, and before applying power, the connected equipment shall
be rotated manually, if possible, to make sure that the rotating parts move
freely and that there are no foreign objects in the equipment. Otherwise, a
thorough visual inspection shall be made.
I
Start-up and test run shall be conducted in the presence of the Resident
Project Representative.
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 be in place before placing the equipment in operation.
In addition, torch trim bolt projections to approximately 1/8 inch above nut.
I
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:
I
I
Equipment erection, installation, and tie-ins.
Equipment operation.
Equipment maintenance.
Equipment trouble-shooting, problem analysis and problem correction.
I
'ZEL, ENQINEERS
972I-TI9.doc
T19-5
I
I
I
SECTION T19
EQUIPMENT ERECTION
I
I
Since the installation and start-up of equipment must proceed in an orderly
manner and according to schedule, the "equipment technician (s)" is to be
available at the job site when scheduled and is expected to cooperate with all
personnel.
I
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.
I
All results from tests, trials, and final acceptance tests shall be documented
and turned over to the RPR as required by the RPR.
I
TAGS:
All equipment shall be provided with stainless steel equipment identification
tags (not painted) showing equipment number, permanently attached to the
equipment.
I
Information Required:
I
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.
I
PAYMENT:
No separate payment will be made for work covered by this section of the
specifications and all costs in connection therewith shall be included in the
lump sum Bid for the completed work.
I
I
I
I
I
I
I
I
972I-TI9.doc
T19-6
'Z~I ENGINEERS.
I